0% found this document useful (0 votes)
139 views79 pages

RFPHathras

This document is a Request for Proposal (RFP) from the Government of Uttar Pradesh Public Works Department (UPPWD) to hire an Architectural & Design Consultant for the construction of a new district jail in Hathras, Uttar Pradesh. The RFP provides key details such as the project description, land area (64.74 acres), estimated project cost (Rs. 141.33 crores), consultancy fee (0.75% of project cost = Rs. 105.99 lacs), bid document cost, EMD amount, and time for completion (1.5 months). It outlines the bidding process and timelines, including dates for pre-bid meetings, bid submission

Uploaded by

SShivam Awasthi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
139 views79 pages

RFPHathras

This document is a Request for Proposal (RFP) from the Government of Uttar Pradesh Public Works Department (UPPWD) to hire an Architectural & Design Consultant for the construction of a new district jail in Hathras, Uttar Pradesh. The RFP provides key details such as the project description, land area (64.74 acres), estimated project cost (Rs. 141.33 crores), consultancy fee (0.75% of project cost = Rs. 105.99 lacs), bid document cost, EMD amount, and time for completion (1.5 months). It outlines the bidding process and timelines, including dates for pre-bid meetings, bid submission

Uploaded by

SShivam Awasthi
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 79

Government of Uttar Pradesh

Uttar Pradesh Public Works Department

REQUEST FOR PROPOSAL


for
Appointment of Architectural & Design Consultant
(for DPR) for Construction of New District Jail at
Hathras
under UPPWD on EPC Mode
NO. 1013/General/Building Cell/2021 Dated 12.07.2021

UPPWD
RFP FOR APPOINTMENT OF ARCHITECTURAL & DESIGN
CONSULTANT (FOR DPR) FOR CONSTRUCTION OF NEW DISTRICT
JAIL AT HATHRAS UNDER UPPWD ON EPC MODE

INDEX

S. NO. DESCRIPTION SECTION PAGE NOS.

1. INVITATION FOR RFP SECTION-1 2 to 6

2. INSTRUCTIONS TO BIDDERS SECTION-2 8 to 18

GENERAL CONDITIONS OF
3. SECTION-3 19 to 31
CONTRACT (Part-I)

SPECIAL CONDITION OF CONTRACT


4. SECTION-3 32 to 33
(Part-II)

5. TERMS OF REFERENCES (TOR) SECTION-4 34 to 50

CRITERIA AND EVALUATION


6. (For Bids Invited on Quality and SECTION-5 51 to 57
Construction based system)

8. FORMATS & ANNEXURES SECTION-7 58 to 78

 
Section-1

INVITATION FOR RFP

 
Notice no.- 1013 /General/Building Cell/2021 Dated- 12.07.2021

INVITATION FOR REQUEST FOR PROPOSAL

For and on behalf of Governor of Uttar Pradesh, Superintending Engineer, Building


Cell, UPPWD, Lucknow invites online offers from consultants empanelled by
UPPWD under Category A and/ or B for providing ARCHITECTURAL & DESIGN
CONSULTANCY (FOR DPR) services for "Construction of New District Jail at
Hathras"
Interested eligible consultants may furnish their RFP online, by date 10.08.2021 by
12:30 PM on e-tender portal https://www.etender.up.nic.in. Other details are also
available on UPPWD website https://www.uppwd.gov.in and e-tender portal. For any
changes/corrigendum please follow the websites regularly.

Superintending Engineer
Building Cell,
UPPWD, Lucknow

 
DISCLAIMER

UPPWD has prepared this document for Architectural and Design Consultants on behalf of GoUP
to provide the background / information for providing ARCHITECTURAL & DESIGN
CONSULTANCY (FOR DPR) services to UPPWD for "Construction of New District Jail at
Hathras" referred as the “Project”. Also, information is provided on the terms and conditions set
out in this document and any other terms and conditions subject to which such information is
provided in RFP.

This document is not an agreement, is not an offer or invitation to any other party. The purpose
of this document is to provide interested parties with information to assist the formulation of their
bid. The information is not intended to be exhaustive. Bidders are required to make their own
inquiries and respondents will be required to confirm in writing that they have done so and they
do not rely solely on the information in this document.

UPPWD reserves the right not to proceed with the project or to change the configuration of the
project, to alter the timetable reflected in this document or to change the process or procedure to
be applied.

While UPPWD has taken due care in the preparation of information contained herein and believe
it to be accurate. Neither UPPWD nor any of its authorities or agencies nor any of their
respective officers, employees, agents or advisors gives any warranty or make any
representations, express or implied as to the completeness or accuracy of the information
contained in this document or any information which may be provided in association with it.

No reimbursement of cost of any type will be paid to persons or entities submitting their RFP.

 
OFFICE OF THE SUPERINTENDING ENGINEER,
BUILDING CELL, UPPWD,
LUCKNOW
NO. 1013 /General/Building Cell/2021 Dated- 12.07.2021
Invitation for RFP
Superintending Engineer, Building Cell, UPPWD, Lucknow invites Request for Proposal (RFP) for following project
through e-tender on behalf of Governor of Uttar Pradesh from Consultants empanelled by UPPWD under Category A
and/ or B (List attached separately) through Invitation of Expression of Interest vide NIT No. 412/General/Building
Cell/2021 dated 24.02.2021 of this office. All conditions of above EOI for empanelment shall be adhered by the
interested consultant. The works are to be executed on EPC Mode. The details of RFP documents are available on
U.P. Government e-tender portal http://www.etender.up.nic.in and UPPWD website http://www.uppwd.gov.in.

S. District Name of Land Consultancy Cost of Cost of Bid Bid/ Earnest Money Time of
No. Work Area Fee (0.75% of Project Document Tender Deposit (EMD) Completion
(in the project (In Crs) Fee (Rs. in Lac) 2%
Acre) cost) Rs. in of approximate
Lacs consultancy
fee
1 2 3 4 5 6 7 8 9
1 Construction
Hathras 1.5 Months
of New 64.74 Rs Rs Rs. 2000+ Rs. 300+ NIL
District Jail at 105.99 141.33 GST GST
Hathras
Period for downloading of RFP document from 19.07.2021 at 11:00 am to 09.08.2021 upto to 12:00 noon.
Pre bid conference to be held on date 27.07.2021 at 11:30 am in the Meeting Hall, First Floor, Nirman
Bhawan, UPPWD, 96 MG Road, Lucknow. The queries can be sent to mail ID- eebldgcell@gmail.com.
Last date of submission of bid document 10.08.2021 upto 12:30 PM (Online).
Submission of Technical bid in hard copy dated 11.08.2021 upto 05:00 pm in the Office of Superintending
Engineer, Building Cell, UPPWD, 96, M.G. Marg, Lucknow-226001
Opening of Technical Bid on date 10.08.2021 at 03:00 PM.
The Design Concept Presentation (PPT and Video, if any) to be sent by mail latest by 05:00 pm of 10.08.2021
on the mail ID- eebldgcell@gmail.com. The Design Concept Presentation by the bidder shall have to be
done on the date and venue as intimated by mail/ web portal.

Note:
 The Bidders are requested to keep on checking website www.etender.up.nic.in or www.uppwd.gov.in
regularly for any corrigendum which shall not be published in any newspaper.
 The detailed scope of project and consultancy services are available in the RFP document, which can be
downloaded from website www.etender.up.nic.in or www.uppwd.gov.in
 Applicants are advised to go through the RFP submission section carefully and upload the required documents
as instructed.

 
 The intended applicants are advised to procure digital signature certificate (Class-II) from UP Electronics
Corporation Ltd Lucknow, to participate in e-tender process.
 The validity for the offer shall be 120 days from last date of submission of bid.
 On the e-tender portal by clicking “Tenders by Organization”, on the left side panel, under organization name
“Chief Engineer, Bhawan Cell, UPPWD, Lucknow” the RFP document can be searched by date/number of
Bid notice, by name of the work etc.

Superintending Engineer
Building Cell,
UPPWD, Lucknow

 
List of Short listed Consultants empanelled by UPPWD under Category A and/ or B

The following Architectural and Design Consultants are empanelled in UPPWD under category ‘A’.
They shall be allowed to participate in DPR preparation consultancy works related to building on EPC mode
costing Rs. 50 crores to Rs. 200 crores and Rs. 200 crores to Rs. 400 crores.
S.No. Name of Architectural and Design Consultants
1 CP Kukreja Architects
2 Skyline Architectural Consultant
3 Mukesh & Associates
4 Aadharshila Designs Pvt. Ltd.
5 Design Associates INC
6 Arch En Design
7 Space Designers International
8 Archohm Consultants Pvt. Ltd.
9 Design Forum International
10 EGIS India
11 Delhi Integrated Multinodal Transit System Ltd.
12 Suresh Goel and Associates
13 Deepak Mehta and Associates
14 AKA Consultants (India) Pvt. Ltd.
15 Mass N Void Design Consultants (A Pranav Group)
16 DDF Consultants Pvt. Ltd.
17 Sajag Consultants
18 Muralage
19 Gian P Mathur &Associates Pvt. Ltd.
20 Voyants Solutions Pvt. Ltd.
21 ARINEM Consultancy Services Pvt. Ltd.
22 COLLAGE DESIGN PRIVATE LIMITED
23 Sikka Associates
24 M A ARCHITECTS PVT. LTD.
25 Arcop Associates Pvt. Ltd.
26 STUP Consultants Pvt. Ltd.
27 WAPCOS
The following Architectural and Design Consultants are empanelled in UPPWD under category ‘B’.
They shall be allowed to participate in DPR preparation consultancy works related to building on EPC mode
costing Rs. 50 crores to Rs. 200 crores.
S.No. Name of Architectural and Design Consultants
1 Geo Designs and Research (P) Ltd.
2 Enarch Consultants Pvt. Ltd.
3 RCA Studio Pvt. Ltd.
4 Sgag Consultants(p) Ltd.
5 Shiva Consultancy Services Pvt. Ltd.
6 Space Ace
7 Civil Consultants
8 Sthapati Associates
9 ANB CONSULTANTS
10 Mothers Pride Infrastructures Pvt. Ltd.
11 Design Accord Consultant
12 Rajiva Kumar And Associates
13 Jayesh A Dalal
14 M/s Lotus Design Studio

 
Section-2

INSTRUCTIONS TO BIDDERS

 
INSTRUCTIONS TO BIDDERS

1. Introduction
 The Bidders are invited to submit a Technical bid. The Bid will be the basis for technical
discussions/negotiations if required and ultimately for a signed Contract with the selected consultant.
 This Bid is neither an agreement nor an offer by the Authority to the prospective Applicants or any
other person. The purpose of this Bid is to provide interested parties with information that may be useful
to them in the formulation of their Proposals pursuant to this Bid. This Bid includes statements and
assumptions, which reflect various assessments, arrived at by the Authority in relation to the Consultancy.
Such assessments and statements do not purport to contain all the information that each Applicant may
require. The information contained in this Bid, may not be complete or accurate. Each applicant should,
therefore, conduct its own investigations about the assignment and the local conditions before
submitting the proposal by attended pre-bid conference and visit of the project site, sending written
queries to the UPPWD, before the prebid date to the Email ID- eebldgcell@gmail.com.
 The Bidders should familiarize themselves with local conditions and take them into account in preparing
their proposals. To obtain first-hand information on the assignment and local conditions, Bidders are
advised to visit the site before submitting a proposal. The Bidders or his authorized representative
should contact the following regarding site specific information and site visit enquiry. Also all the
statuary clearances required from local bodies, utility shifting, dismantling of structure and availability of
land shall be got clarified in co- ordination with the local division of PWD.
Contact: Executive Engineer of the concerned local division
Address : EE, PD, PWD, Hathras
Contact No. : 9415438291, 05722-276377
 UPPWD will provide the inputs to the Bidders, if available. However, UPPWD does not assume any
responsibility for any loss or financial damages on account of use of such information by the Bidders. The
Bidders are advised to collect on their own information for preparation, submission of bids & execution
of services after award of work.
 The Bidders shall be responsible for obtaining licenses and permits to carry out the services.
 The Bidders shall bear all costs associated with the preparation and submission of their proposals and
contract negotiation, site visits etc. UPPWD 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 Bidders.
 The Consultant preparing the DPR of the said project shall not be entitled to bid for the same project as
Authority Engineer.

2. Eligibility Criteria for Responsiveness of the bid


The consultants empanelled by UPPWD under Category A and/ or B.
i) The Bidders are required to upload and submit page of summarized audited Balance Sheet and also page
of summarized audited Profit & Loss Account for immediate last preceding 5 (Five) years. The tenderer
shall submit TDS certificates/Form-26AS/Form-16A and Audited balance sheets/P&L Account clearly
indicating the Consultancy Fee received for Project Management Consultancy services from Central &
State Govt., Public Sector Undertaking(PSU) of Central & State Govt., Private Sector
Authority/Corporation. All Photostat copies of documents should be self-attested.

ii) Any entity which has been barred by Central/State Govt. in India, (or any entity controlled by such barred
entity), from participating in any project, and the bar subsists as on date of Bid, would not be eligible to
submit the Bid. The applicant must submit a duly notarized affidavit to this effect.

iii) The Bid submitted by the Bidders must remain valid for 120 days from the last date of submission of Bid
including the extension(s) given, if any.(Annexure I)
 
iv) The bids must be accompanied by Bid Security Declaration form/Bid Security(Annexure-XI), Cost of
Bid document & Tender/bid fee.

v) The bidder must submit the unconditional letter of acceptance of bid conditions (Annexure- II)
vi) The bidder must submit the Integrity pact for the consultancy. (Annexure-III)
vii) The bidder must submit the work experience certificate along with the details of technical capability.
(Annexure VI)

Any conditional bid or bids not accompanied with above shall be considered as non responsive & shall
be summarily rejected, not considered for Design Concept Presentation (PPT and Video) & Technical
Evaluation.

3. (A) Technical Capability :


(i) Experience of having independently provided Architectural consultancy & Preparation of DPR
work for project Construction of multi-storey (atleast 4 storeyed), academic, administrative/ non-
residential & residential building fulfilling the NBC, Fire safety & other relevant norms during the
last 10 (ten) years.

(ii) Key Personnel:- team Leader, Senior Architect & Structural Engineer of qualification & experience
as laid down in TOR Clause 1.19.

(iii) Experience of preparing DPR for GRIHA rated projects.

(B) Financial Capability:


i) The Bidders are required to upload and submit page of summarized turnover, audited Balance
Sheet and also page of summarized audited Profit & Loss Account for immediate last preceding 5
(Five) years. The tenderer shall submit TDS certificates/ Form-26AS/ Form-16A and Audited
balance sheets/ P&L Account clearly indicating the Consultancy Fee received for Project
Management Consultancy services from Central & State Govt., Public Sector Undertaking (PSU)
of Central & State Govt., Private Sector, Authority/ Corporation. All Photostat copies of documents
should be self attested. In case, the tenderer/s is a partnership firm, the turnover etc. shall be in the
name of partnership firm only. (Annexure VIII)
ii) The Bidders are required to upload and submit the solvency certificate costing minimum Rs. 2
Crore duly issued by chartered accountant and valuer or Banker.
Note:
i) The past experience in specific work should be supported by certificates issued by the client’s
organization. In case the work experience is of private sector, the completion certificate shall be
supported with copies of the letter of award/ contract agreement and corresponding TDS Certificates. For
the purpose of evaluation of bids, the value of work will be considered commensurate with the value of
TDS Certificates.
ii) For the purpose of this section, the value of executed works shall be computed by applying escalation on
the actual value of work done at a simple rate of 8% per annum.

iii) Certificate of work experience (if required) and other documents as specified in the Bid shall be scanned
and uploaded to the e- Tendering website within the period of bid submission.
iv) The firms/ associated firm (as partner or employee) should be registered with the Council of Architecture.
v) Certificates of Subsidiary/ Group Companies
Any company/ firm while submitting the Tender can use the work experience of its subsidiary
company to the extent of its ownership in the subsidiary company. However, the companies/ firms which
intend to get qualified on the basis of experience of the parental company/ group company own works,

 
shall not be considered. In case of a company/ firm, formed after merger and/ or acquisition of other
companies/ firms, past experience and other antecedents of the merged/ acquired companies/ firms will
be considered for qualification of such company/ firm provided such company/ firm continues to own the
requisite assets and resources of the merged/ acquired companies/ firms relevant to the claimed
experience.
vi) Design Concept Presentation
The Design Concept Presentation (PPT and Video) to be mailed to
eebldgcell@gmail.com, latest by 05:00 pm of 10.08.2021 failing which it shall be considered
that the consultant is non responsive. The Design Concept Presentation by the bidder shall have to be
done on the date and venue as intimated by mail/ web portal.
The Consultant shall bring Soft & hard copy of their Design concept (already uploaded at the time of
submitting online bid) and related details at the time of presentation. The time and venue for presentation
will be intimated separately. The consultant shall have to bring the key personnel Team Leader,
Structural Engineer and Senior Architect for the Concept Design Presentation and necessary interaction.
If the key personnel do not attend the presentation necessary deduction from the marks shall be done.

4. Cost of Bid Document, Tender fee


i) Cost of Bid Document: Rs. 2000 + GST
ii) Bid processing fee: NIL
iii) Tender/ Bid fee: Rs. 300 + GST

5. Submission of Documents
List of Documents to be scanned, uploaded and also to be submitted in hard copy within the period of Bid
submission:
a. Power of Attorney of the person authorized for signing /submitting the Bid, in case of JV lead
member to authorized.
b. Affidavit on non-judicial stamp paper of Rs. 100/- for validity of bid and correctness of documents.
(Annexure-I)
c. Unconditional letter of acceptance of bid conditions. (Annexure-II)
d. Integrity pact for the consultancy fee. (Annexure-III)
e. General Information (Annexure IV)
f. Organization setup of the company with Respect to Key Staff (Annexure-VII)
g. Details of experience certificate/Similar work for the work executed for last 10 years.
(Annexure-VI)
h. Financial Information (Annexure-VIII)
i. Details of Associate Consultant/Counterpart staff (Annexure-IX)
j. Valid GST & PAN details (Annexure-V)
k. Bid Security Declaration Form of Earnest Money Deposit (EMD)/ Bid security (Annexure-XI)

NOTE:-
1. All the uploaded documents shall be duly sealed and signed by the Power of Attorney holder and in
readable, printable and legible form failing which the Bids shall not be considered for evaluation. The
document submitted in hard copy should be duly page numbered.

2. Set of Bid Documents:


The following set of documents shall constitute the Bid Documents:
a) Notice Inviting E-Tender
b) RFP in the form of technical bid with scanned document prescribed in para-7 above.
c) General Conditions of Contract

 
d) Special conditions of Contract (SCC)
e) Site Layout/Plan, Drawings as available
f) Annexure-I to Annexure-XII
g) Corrigendum / Addendum / Other documents, if any
h) Soil test report if available
3. The Bidders are advised to submit complete details with their bids. The Technical Bid Evaluation will be
done on the basis of documents uploaded on e-Tendering web site(s)/submitted by the Bidders with the
bids. The information should be submitted in the prescribed proforma. Bids with incomplete/ambiguous
information will be rejected.
4. The hard copy of the technical bid has to be submitted by bidder latest by 05:00 pm of Date-11.08.2021
The Bid submitted shall become invalid, if:

i) The Bidder is found non empanelled /expired empanelment.


ii) The Bidder does not upload all the documents (including GST registration) as stipulated
in the Bid document.
iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copy submitted.
iv) Bids in which any of the prescribed conditions are not fulfilled or found incomplete in
any respect are liable to be rejected.
v) Any conditional bid will not be entertained.
5. Before the last time and date of submission of bid as notified, the Bidder can submit revised bid any number
of times.
6. The Bid shall remain open for acceptance for a period of 120 days from the date of submission of last date
of Technical Bid including the extension given, if any. In case any Bidder withdraws his Bid before the
said period or issue of letter of acceptance, whichever is earlier, or makes any modifications in the terms
and conditions of the Bid which are not acceptable to UPPWD, then UPPWD shall, without prejudice to any
other right or remedy, be at liberty to forfeit the said earnest money as aforesaid. Further the Bidders shall
not be allowed to participate in the re-bidding process of work.
7. The selection of Architectural Consultant for DPR Preparation shall be done on the basis of the highest
score received in the technical bid & the Design Concept Presentation on fixed Consultancy Fee System.
8. On acceptance of Bid, the name of the accredited representative(s) of the Bidder who would be responsible
for taking instructions from Engineer-in-Charge or its authorized representative shall be intimated by it
within 07 days of issue date of Letter of Award (LOA)/ Letter of Intent (LOI) by UPPWD.
9. The date of Start of work shall be same as the date of signing of the contract.
10. The award of consultancy work, execution and completion of work shall be governed by Bid documents
consisting of (but not limited to) NIT, RFP General Conditions of Contract, Special Conditions of Contract,
Technical Evaluation, etc. The Bidders shall be deemed to have gone through the various conditions while
preparing their technical proposals and submitting the Bid(s) including site conditions, topography of the
land, drainage and accessibility etc. or any other condition.
11. Order of Precedence of Documents
In case of difference, contradiction, discrepancy, with regard to General Conditions of Contract, Special
Conditions, Specifications, Corrigendum/ Clarification(s) issued, Drawings, Bill of quantities etc. forming
part of the contract, the following shall prevail in order of precedence.
 Letter of Award, along with statement of agreed variations and its enclosures, if any.
 Corrigendum, Addendum, Clarifications etc.
 Special Condition of Contract.
 Description of Bill of Quantity / Schedule of Quantities.
 General Conditions of Contract.
 Drawings

 
 PWD specifications/CPWD/ MORTH specifications (as specified in Technical Specification of the
Bid) update with correction slips issued up to last date of receipt of Bids.
 Relevant B.I.S. Codes.
 Use of latest innovative technology approved by BMTPC and adopted by CPWD/ State Govt. with
local availability of material, economy and completion time.
12. Design Concept Presentation will be held on the date as intimated by mail & uploaded on web after opening
of the Technical Bid as intimated Bid inviting authority. The Bidders found responsive as per eligibility of
section-5 will be intimated through email minimum 48 hours prior to the Design Concept Presentation.
13. UPPWD’s policy requires that Bidders provide professional, objective, and impartial advice and at all
times hold UPPWD’s interest’s paramount, strictly avoid conflicts with other assignments or their own
corporate interests and act without any consideration for future work.
Without limitation on the generality of the foregoing, the Selected Bidder and any of its affiliates, shall be
considered to have a conflict of interest and shall be disqualified and not entitled for selection, under any of
the circumstances set forth below:

i) The remuneration of the Selected Bidder/consultant pursuant to Clause 3 of TOR shall constitute the
Selected Bidder/Consultant's sole remuneration in connection with this Contract or the Services and
the Selected Bidder/Consultants shall not accept for their own benefit any trade commission, discount
or similar payment in connection with activities pursuant to this RFP or to the services or in the
discharge of their obligations hereunder, and the Selected Bidder/Consultants shall use their best
efforts to ensure that any sub consultants, as well as the personnel and agents of either of them,
similarly shall not receive any such additional remuneration.
ii) No agency of current employees of UPPWD shall work for the Selected Bidder/ Consultant.
Recruiting former employees of UPPWD to work is acceptable only since after retirement of 2
years provided no conflict of interest exists.
iii) The selected bidder may be required to submit 10 years Professional liability Insurance for the
Architectural design , Structural design, Design Based Report, Tener documents & drawing submitted
for the said project on completion of the same.

14. General Information

i) Single Bid

The Bidders are not allowed to submit more than 1(one) Bid at a time for the same work. If Bidder(s)
submits or participates in more than one proposal for the same work, such proposals shall be
disqualified and shall be summarily rejected.
ii) Bid Validity
The Bid submitted by the Bidders must remain valid for 120 days from the last date of submission of
Bid including the extension(s) given, if any. The overall offer including personnel proposed for the
assignment as well as quoted fees shall remain unchanged during the period of validity.
iii) Association of Sub-Consultants
The Bidders may associate consultant/counter part for specialized works such as structure design,
Service design, STP design, Interior design, HVAC, Lift, Fire-fighting, Landscape etc. The details of
such sub consultants shall be mentioned by the Bidder(s) in the attached format at Annexure-IX at
the time of submission of Bid.
iv) Benefit under Government Policy
The benefits under Public Procurement (Preference to Make in India) Order 2017 issued by the
department of Industrial Policy and Promotion (DIPP) and other prevalent Government Policies issued
by the Government from time to time shall be extended to the eligible Bidders.

 
15. Clarifications and Amendment of Bid Documents
i) The Bidders may request for a clarification on any clause(s) of the Bid documents within 7 days from
the date of uploading of Bid on website. Any request for clarification must be sent in writing, or by
standard electronic means to UPPWD 's address. UPPWD will respond in writing, or by standard
electronic means and will send written copies of the response (including an explanation of the query
but without disclosing the Source of query) to all the Bidders. Should UPPWD deem it necessary to
amend the bid document as a result of a clarification or any other reasons it shall do so following
the procedure.
However, UPPWD reserves the right to respond the queries after cut-off date as mentioned above.
ii) At any time before the submission of Bid, UPPWD may modify/ amend the bid document and extend
the last date of submission/ opening of the Bid by issuing a corrigendum/ Addendum.
iii) Any Corrigendum/ Addendum thus issued shall form part of the Bid document and shall be posted
only on website https://etender.up.nic.in and the Consultants are thus advised to update their
information by using said website. To give the Consultant reasonable time to take an amendment into
account in their bids and on account of any other reasonable circumstances, UPPWD may at its
discretion, extend the deadline for the submission/ opening of the Bid.

16. Preparation of Bid


i) The Bid shall contain Technical Bid and Design Concept Presentation and Financial Bids.
ii) While preparing the Bid, the Bidders are expected to examine in detail the terms and conditions
stipulated in the Bid document. Failure to act or to provide all requested information in the Bid will be
at the Bidders own risk and may result in rejection of your proposal.
iii) The Bid proposals, all related correspondence exchanged by the Bidders and UPPWD and the contract
to be signed with the Successful Bidders shall be written in the English language.
17. Technical Bid
i) The Technical Bid may be declared as non-responsive/ invalid, if the Bid is not accompanied by the
requisite documents to be uploaded as stipulated in Bid document.

18. Submission, Receipt and Opening of bids


i) The original bids (Technical Bid and Design Concept Presentation) duly submitted online and signed
digitally shall contain no interlineations except as necessary to correct errors made by the Consultants
themselves. The person who signed Bid documents must initial such corrections. Letter for acceptance
of Bid condition should be submitted in the prescribed format of Annexure-II, Section-7.
ii) An authorized representative of the Bidders shall sign the Technical bid and submit online and sign
digitally. The authorization shall be in the form of a legally enforceable written power of attorney
executed on non-judicial stamp paper of appropriate value duly notarized and scanned copy shall be
submitted along with bid.
iii) The evaluation of bids shall be done on the basis of Technical Evaluation & Design Concept
Presentation and details uploaded for approach, methodology, work plan, work schedule, planning of
deliverables and composition of team for the project.
19. Confidentiality
i) Information relating to evaluation of Bids and recommendations concerning awards shall not be
disclosed to the Bidders who submitted the Bid or to other persons not officially concerned with the
process, until the publication of the award of Contract. However after the technical evaluation has
been completed & before opening of Financial Bid only the overall technical scores shall be intimated
.The undue use by any Bidder of confidential information related to the process may result in the
rejection of its Bid and may be debarred from participating in future Bids.

 
ii) The Bidders, their associate/counterpart and the personnel of either of them shall not, either during the
term or within two (2) years after the expiration of this Contract, disclose any proprietary or
confidential information relation to the Project, the services, contract and the business or operations
without the prior written consent of the UPPWD.
20. Code of Integrity for Public Procurement (CIPP)
Code of Integrity for Public Procurement: Procuring authorities as well as bidders/ consultants/service
providers should observe the highest standard of ethics and should not indulge in the following prohibited
practices, either directly or indirectly, at any stage during the procurement process or during execution of
resultant agreement:

i) “Corrupt practice”: making offers, solicitation or acceptance of bribe, rewards or gifts or any
material benefit, in exchange for an unfair advantage in the procurement process or to otherwise
influence the procurement process or contract execution;

ii) “Fraudulent practice”: any omission or misrepresentation that may mislead or attempt to mislead
so that financial or other benefits may be obtained or an obligation avoided.

This includes making false declaration or providing false information for participation in a tender
process or to secure a contract or in execution of the contract;
iii) “Anti-competitive practice”: any collusion, bid rigging or anti-competitive arrangement, or any
other practice coming under the purview of The Competition Act, 2002, between two or more
bidders, with or without the knowledge of the UPPWD, that may impair the transparency, fairness
and the progress of the procurement process or to establish bid prices at artificial, non-competitive
levels;
iv) “Coercive practice”: harming or threatening to harm, persons or their property to influence their
participation in the procurement process or affect the execution of an agreement;

v) “Conflict of interest”: participation by a bidding firm or any of its affiliates that are either
involved in the consultancy contract to which this procurement is linked; or if they are part of more
than one bid in the procurement; or if the bidding firm or their personnel have relationships or
financial or business transactions with any official of UPPWD who are directly or indirectly related
to tender or execution process of contract; or improper use of information obtained by the
(prospective) bidder from the UPPWD with an intent to gain unfair advantage in the procurement
process or for personal gain; and

vi) “Obstructive practice”: materially impede the UPPWD’s investigation into allegations of one or
more of the above mentioned prohibited practices either by deliberately destroying, falsifying,
altering; or by concealing of evidence material to the investigation; or by making false statements to
investigators and/or by threatening, harassing or intimidating any party to prevent it from disclosing
its knowledge of matters relevant to the investigation or from pursuing the investigation; or by
impeding the UPPWD’s rights of audit or access to information;

Conflict of Interest in case of Consultants


i) The consultant is required to provide professional, objective and impartial advice, at all times holding
the UPPWD’s interests paramount, strictly avoiding conflicts with other assignments or his/its own
corporate interests and acting without any consideration for future work.
ii) The consultant has an obligation to disclose to the UPPWD any situation of actual or potential
conflict that impacts its/his capacity to serve the best interest of UPPWD. Failure to disclose such
situations may lead to the disqualification of the consultant or termination of its/his contract during
execution of the assignment.
iii) Without limitation on the generality of the foregoing and unless stated otherwise in the data sheet
for the RFP document, the consultant shall not be hired under the circumstances set forth below:
a) Conflicting activities: A firm that has been engaged by UPPWD to provide Goods, Works, or
 
Non-consultancy services for a project, or any of its affiliates, shall be disqualified from
providing Consultancy service resulting from or directly related to those Goods, Works, or Non-
consultancy services. Conversely, a firm hired to provide consultancy services for the
preparation or implementation of a project, or any of its affiliates, shall be disqualified from
subsequently providing.
b) Conflicting assignments: Bidders (including its Personnel and Sub- Consultants) 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 Bidder to be executed for the same or for another Employer.
The Bidders have an obligation to disclose any situation of actual or potential conflict that
impacts their capacity to serve the best interest of UPPWD, or that may reasonably be
perceived as having this effect. Failure to disclose said situations may
lead to the disqualification of the Selected Bidder/consultant or the termination of its Contract
any time, throughout currency of the work.
vi) Conflicting relationships: A consultant (including its/his experts and sub-consultants) that has a
close business or family relationship with a professional staff of the UPPWD who are directly or
indirectly involved in any part of: 1. the preparation of ToR for the assignment; 2. selection process
for the contract; or 3. 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 UPPWD
throughout the selection process and execution of the contract.
Unfair Competitive Advantage in case of Consultants
Fairness and transparency in the selection process require that the consultants or their affiliates
competing for a specific assignment do not derive an unfair competitive advantage from having provided
consultancy services related to the assignment in question. Such unfair competitive advantage is best
avoided by full transparency and by providing equal opportunity so that all firms or individuals
interested or involved have full information about a service assignment and its nature, scope and
background information. To that end, the request for proposals and all information would be made
available to all shortlisted consultants simultaneously.

Obligations for Proactive Disclosures


i) Bidders/consultants/service providers, are obliged under Code of Integrity for Public Procurement to
suo-moto proactively declaring any conflicts of interest (coming under the definition mentioned
above – pre-existing or as soon as these arise at any stage) in any procurement process or execution
of contract. Failure to do so would amount to violation of this Code of Integrity; and
ii) Any bidder must declare, whether asked or not in a bid document, any previous transgressions of
such a Code of Integrity with any entity in any country during the last three years or of being
debarred by any other organization. Failure to do so would amount to violation of this Code of
Integrity;
iii) To encourage voluntary disclosures, such declarations would not mean automatic disqualification for
the bidder making such declarations. The declared conflict of interest may be evaluated and
mitigation steps, if possible, may be taken by the UPPWD. Similarly, voluntary reporting of
previous transgressions of Code of Integrity elsewhere may be evaluated and barring cases of various
grades of debarment, an alert watch may be kept on the bidders’ actions in the bidding process and
subsequent contract.

Punitive Provisions:
Without prejudice to and in addition to the rights of the UPPWD to other penal provisions as per the bid
documents or contract, if the UPPWD comes to a conclusion that a (prospective)
bidder/consultant/service provider, directly or through an agent, has violated this Code of Integrity in
competing for the contract or in executing a contract, the UPPWD may take appropriate measures
including one or more of the following:

 
i) If his bids are under consideration in any procurement,
a) forfeiture or encashment of bid security;
b) calling off of any pre-contract negotiations; and
c) rejection and exclusion of the bidder from the procurement process.
ii) If a contract has already been awarded,
a) cancellation of the relevant contract and recovery of compensation for loss incurred by the
UPPWD;
b) forfeiture or encashment of any other security or bond relating to the procurement;
c) recovery of payments made by the UPPWD along with interest thereon at the prevailing rate;
iii) Provisions in addition to above,
a) removal from the list of the bidders from participation in future procurements of the UPPWD for
a period not less than one year;
b) initiation of suitable disciplinary or criminal proceedings against any individual or staff found
responsible.

21. Fraud and Corruption


UPPWD requires that the Bidders participating in selection process in adherence to the highest ethical
standards, both during the selection process and throughout the execution of a contract. In pursuance of this
policy, UPPWD :

(a) Defines, for the purpose of this paragraph, the terms set forth below:
i) “Corrupt Practice” means the offering, promising, giving, receiving, or soliciting, directly or
indirectly, of anything of value which he is not legally entitled to, to influence the action of a
public official in the selection process or in contract execution;
ii) “fraudulent practice” means a willful misrepresentation or omission of facts or submission of
fake/forged Documents in order to influence a selection process or the execution of a contract;
iii) “collusive practices” means a scheme or arrangement whether formal or informal, between two or
more consultants with or without the knowledge of UPPWD, designed to establish prices at
artificial, non-competitive levels, submission or non-submission of Bids;
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) UPPWD will reject a proposal for award if it determines that the Bidder(s) 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) UPPWD will sanction Bidder(s), including declaring the Bidder(s) ineligible, either indefinitely or
for a stated period of time, for award of a contract if at any time determines that the Bidder has,
directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in
competing for, or in executing a contract.
(d) The Bidders should be aware of the provisions on fraud and corruption stated in the specific clauses
in the General Conditions of Contract.
22. Others:
a) The Bidders are required to upload and submit page of summarized audited Balance Sheet and also
page of summarized audited Profit & Loss Account for immediate last preceding 5 (Five) years.
b) The Bidders must read the terms and conditions of this General Conditions of Contract ("GCC")

 
carefully and should submit the Bid only if eligible and in possession of all the requisite documents.
c) Information and instructions for Bidders with respect to this Bid posted on the website of UPPWD and
https://etender.up.nic.in shall form part of the Bid document.
d) The Bid document consisting of scope of work and the set of terms and conditions of the contract to be
complied with and other necessary documents can be seen and downloaded from website
https://etender.up.nic.in/ .
e) The Bidders must have valid class-II digital signature to submit the Bid.
f) On Bid opening date, the Bidders may login and see the bid opening process. After opening of Bids
he will receive the competitor bid sheets.
g) Bidders should upload documents in PDF format.
h) Notwithstanding anything stated above, UPPWD reserves the right to assess the capabilities and
capacity of the Bids to perform the contract in the overall interest of UPPWD.
i) Further, queries regarding Design Concept Presentation also will not be entertained after 07 days
from the date of uploading of Bid on website. Bidders have to give Design concept presentation on the
basis of the available data and after collecting information regarding plot area, local heritage, plot
connectivity with main road, etc. by visiting the site. Missing link, if any, may be assumed by the
Bidders with best possible option for presentation since this stage is meant to assess and evaluate the
overall understanding of the Bidders about subject matter and the Project in particular.
j) UPPWD reserves the right to reject any or all Tenders/Bids or cancel/withdraw the Notice Inviting e-
Tender without assigning any reason whatsoever and in such case no Bidder / intending bidder(s) shall
have any claim arising out of such action.
k) Integrity Pact as per Annexure-III under Section-7. Integrity Pact duly signed by the Bidder shall be
submitted. Any bid without signed Integrity Pact shall be rejected.
l) The bidder has to be fully conversant with the rules and regulations of the regulatory body for the
project. All the government orders/ departmental circular/ norms approved by local governing bodies/
latest approved Indian codes and standards shall be binding on the bidders. The relevant provisions
are to be adopted in technical bid submissions and presentations.
m) As the bid is invited for Architectural Consultancy & DPR preparation work the scope of work is
defined in TOR but not limited to it only. No separate claim(s) shall be entertained in this regards.
n) If proof checking of structural design is included in the scope of work, it has to be got checked by any
prestigious Govt. Engg. College i.e. IIT/ NIT/ Engg. college. No claim for extra payment in this regard
shall be entertained.
o) The bidder has to assess all the clearances required at the site and assist the UPPWD in getting the
clearances.
p) The consultant shall be fully responsible for all the technical structural services design, specifications,
types and makes of the materials and all the requirements for functionality/ aim of the project.
Architectural and Design Services (DPR Preparation) Consultant will also will responsible for quality
assurance and quality control parameters.
q) Expenses for visit to site, different office, staying as per the requirements and as per the bid documents
are inclusive in the bid price.

 
Section-3

GENERAL CONDITIONS

OF

CONTRACT

(PART – A)

 
CONDITIONS OF CONTRACT
The condition of contract is to be read in conjunction with part II special conditions of contract and other
documents listed there in expressing fairly the rights/obligations of both parties.

Part I : GENERAL CONDITIONS OF CONTRACT


The conditions are subject to variations, omissions and additions set out in Part II
1. Definitions
For the purpose of the agreement, the following words and expressions shall have the meaning hereby
assigned to them except where the context otherwise requires:
a) Applicable Law means the laws and any other instruments having the force of law/state of UP in
India during the currency of Contract.
b) Consultant mean the selected private or public entity by UPPWD for providing Architectural and
Design Services(DPR Preparation) in accordance with terms and conditions stipulated under the
Contract.
c) Project shall mean the Construction of proposed residential/non-residential building and other
infrastructure required for the total land area available, detailed as per TOR.
d) Contract means the documents forming part of the Bid, Letter of Acceptance and the formal
agreement executed between UPPWD and the Consultant, together with the documents referred to
therein including these conditions, the specifications, design brief, basic drawings and instructions
issued from time to time by the Engineer-in-Charge and all these documents taken together, shall be
deemed to form one contract and shall be complementary to one another.
e) Authority shall mean The Chief Engineer, Building Cell, UPPWD, Lucknow.
f) Employer shall mean the Superintending Engineer, Aligarh Circle, UPPWD, Aligarh &
Superintending Engineer, Building Cell, UPPWD, Lucknow inviting the Bid.
g) Engineer-in-Charge means the Executive Engineer, PD, UPPWD, Hathras & Executive Engineer,
Building Cell, UPPWD, Lucknow as may be duly appointed and authorized in writing by UPPWD to
act as “Engineer-in- charge” on its behalf for the purpose of the contract, to perform the duty set
forth in this General condition of contracts and other contract documents.
h) Estimated Cost means estimated cost based on the Plinth Area Estimate put to Bid from the
Consultant for Architectural planning, designing and detailing and other works detailed in TOR and
scope of work.
i) Letter of Award (LOA)/Letter of Intent (LOI)/Letter of Acceptance shall mean UPPWD’s letter
or notification conveying its acceptance of the Bid submitted by the Selected Bidder subject to such
conditions as may have been stated therein.
j) Month means English Calendar month Day means a Calendar day of 24 Hrs each.
k) UPPWD/PWD shall means Uttar Pradesh Public Works Department, a department under
Government of Uttar Pradesh or its Engineer-in-Chief (In charge Building) or Authority/ Employer or
Engineer-in-charge or other employees authorized to deal with any matter with which these persons
are concerned on its behalf.
l) Regulatory Body means the UPPWD for residential building, roads & authorised organisations/
ministry/ organization/ department/ society/ cooperative etc. for non residential buildings and other
related infrastructures required to fulfil the aim of the project.

 
m) Competent Authority: CEC is the competent authority for disposal/ evaluation of the RFP.
n) Site shall mean the site of the contract/works including any building, land area available referred for
the project and erection thereon and any other land adjoining thereto (inclusive) as aforesaid allotted
by UPPWD or the Engineer for the contract’s use.1
o) Services means the services to be performed by the Consultant in accordance with the scope of
services as provided under the chapter TOR (Terms of References) of the contract.
p) Currency will mean INR Indian Rupees.
q) Consultant means the bidder, who has been selected and issued LOA/LOI for providing Architectural
and Design Services(DPR Preparation).
r) Associate Consultant/counterpart means any person or entity by whom/which the other required
services are to be rendered for the project.

s) Writing means any manuscript typed written or printed statement under or over signature and/or seal
as the case may be.
t) Words imparting the singular meaning only also include the plurals and vice versa where the context
requires. Words importing persons or parties shall include firms and corporations and organizations
having legal capacities.
u) The headings in the clauses/conditions of contract are for convenience only and shall not be used for
interpretation of the clause/ condition.
v) Correspondence between the consultant and the department through email address provided by the
consultant in Annexure IV and authorised departmental email shall be effective on confirmation of
transmission. All emails and other documents on e-tender portal referred in this document shall be
treated as official document.
w) All certificates, notices and instructions given to the consultant shall be sent on the address or the
contact details provided by the consultant Annexure IV.

2. Objective
a) Design Philosophy:
This should cover followings:
To cater for different functional requirements of user with creative indoor spaces, surroundings, better
circulation and flexibility in space planning.
Integrated designs of electrical, mechanical and other services with structural system and construction
methodology with low maintenance.
Climate responsive Architecture with integration of daylight and electric light, thermal comfort,
compliance to ECBC (Energy Conservation Building Code), ventilation and highest performance
standards for work space efficiency.
Use of low embodied energy materials and local/reused materials and consideration of green building
principles.
Water and solid waste management with waste water recycling, water conservation and rain water
harvesting.
Use of C&D Waste and latest innovative technology approved by BMTPC (Building Material and
Technology Promotion Council) and adopted by CPWD/UPPWD with local

1
Definition may be modified according to the nature of the project.

 
availability of material, Economy and completion time, in compare conventional construction
technology.
Development of surroundings with site terrain consideration, traffic circulation, indigenous vegetation
and plantation.
Guidelines of make in India policy of Govt. of India to be adhered.

b) Civil Work:
Building work with boundary wall, Gates, underground parking, underground water tanks, rainwater
harvesting, internal and external plumbing, hot water, storm water drains, roads, horticulture, furniture,
paths, disabled friendly corridors, signage’s, Landscape as per green area norms, Interior and any other
items & services as per project requirement. All works to be carried out in compliance to the ECBC
Norms and Green Building Norms.

c) Electrical Work:
Internal Electrification, Automatic Fire fighting and fire alarm Systems, Solar Water Heating, CCTV,
Lifts, External Lighting, DG Sets, Electric Sub Station, Solar Power Generation, storage and distribution
system and other work specific equipments, items & services as per project requirement with salient
features to the extent possible.

d) Other work:
To guide and hand holding the department for construction of the project, assess the most viable
economical solutions, prescribing specifications, type, make of the materials to be used to prepare
BOQ required for invitation of tender for construction on EPC mode and helping the project get
completed, as per its aims and objectives, by way of getting the drawings checked to the EPC Contractor
& Authority Engineer after the award of Contract (i.e. in 6 month time since the date of commencement
issued to EPC Contractor) & establishing that there are no major differences in the output of the project
as set in the Concept Plan & DPR. T01he bill of quantity for EPC tender is to be prepared in such a way
that all the parameters, prepared, presented to and approved by UPPWD are incorporated.
Supplementary drawings/ suggestions if requires during the construction are to be provided by the
consultant without any additional fee. The same shall be applicable for structure, MEP and other works.

3. Commencement of Work:
The commencement of work will be considered from the date of signing of the contract.
The Consultant has to submit detailed program of the work as per the below mentioned guidelines within
7th days from the date of LOA. The time schedule submitted by the Consultant shall include time for
obtaining required approvals, completion certificate etc. from local bodies. However, if delay is caused by
the local bodies beyond reasonable control of the consultant, the department may consider such delays
favorably.

4. Additions, Alterations and Variation:


i. UPPWD shall have the right to request in writing for additions alterations, modifications or deletions in
the design and drawing of any part of the work and to request in writing for additional work in
connection therewith and the consultants shall comply with such requests without any extra cost.
No extra payment shall be made to Consultant by UPPWD on account of such Additions & Alterations
as enumerated above. However, if a new project/ premises is ordered in addition to the subject project &
as result of the same the total built up area increases as compared to the Estimated Cost as defined
in definitions of this document, then only the payment shall be increased on prorate basis.
ii. The consultant shall not make any material deviation, alteration, addition to or omission from the
work except without first obtaining the written consent of UPPWD.
iii. Cost estimates and Agreement Value
An abstract of the cost of the Services payable to the Consultant is set forth in Section-6 of the
Agreement & the same shall not exceed the value as set forth in Clause 3(a) of TOR.

 
iv. Variations
Any variation that shall be caused in accordance to the contract shall not exceed the value as stated in
clause 3(a) of TOR.
v. Additional work
(a) If the work in full or part is withdrawn from UPPWD by the Govt., the same shall be withdrawn
from the scope of consultant and proportionate consultancy fee shall be paid only up to the stage for
which the consultancy work has been completed and consultant shall have no further claim
whatsoever on this account on UPPWD.
(b) Notwithstanding anything stated anywhere else, the milestone linked payment to the consultant, as
per TOR shall be payable subject to the condition of project getting sanctioned. However, in case the
project is not sanctioned by the Govt., the payment liability of UPPWD to the consultant shall be nil
and no claim, whatsoever of the consultant shall be admissible in this regard.

5. Taxes and Duties


 The contract price is inclusive of all taxes including GST, duties, cess and statutory levies
payable under any law (as applicable on the date of submission of bid) by the Consultant in
connection with execution of the contract. The contract price will be adjusted prospectively for any
increase /decrease in the GST rate on works contract notified by Government of India.
 Notwithstanding anything contained above, the consultant shall ensure payment of appropriate tax on
the supplies made under the contract. The consultant shall take registration under the applicable
enactment levying tax on supply of goods or services under the contract and issue invoice having all
the particulars prescribed under the applicable provisions of the law, including description of
goods/services, rate and amount of tax paid or payable on the supplies made under the contract, so
that UPPWD can avail credit of such tax, wherever applicable. The consultant shall comply with all
applicable provision of Goods and Service Tax (GST) levied by Union Government and State
Governments (CGST, UTGST, SGST and IGST). The consultant shall get himself registered and
discharge his obligations for payment of taxes, filing of returns etc. under the appropriate provisions
of law in respect of all the tax, duties, levies, cess, etc. UPPWD would have right to seek necessary
evidence that the consultant is registered under the law and duly discharging its obligations under the
tax law, enabling UPPWD to avail input tax credit.

 In case any law requires UPPWD to pay tax on the contract price on reverse charge basis, the amount
of tax deposited by UPPWD would be considered as paid to the consultant and, accordingly, the price
payable to the consultant would stand reduced to that extent.
 In case the consultant does not deposit the tax payable on execution of the contract, or has not
provided the tax invoice to UPPWD showing the amount of tax, or has not uploaded the document in
computerized tax network as per prevailing law, leading to non- availability of inputs credit of the
tax to UPPWD, the amount equivalent to such tax shall be deducted from the contract price.
 Stamp duty and registration charges, if any, payable on the executed contract document, shall be
borne by the consultant.
 Tax deduction at source, if any, shall be made by UPPWD as per law applicable from time to time
from the amount payable to the consultant.
 The consultant has to register himself in GST Act as per applicable law and submit the details as per
Annexure-V under Section-7.

 
6. Performance Security/ Guarantee

 For the due performance of the contract in accordance with the terms and conditions specified, the
consultant shall on the day or before signing the contract which shall not be later than 7 (seven) days of
the issue of the Letter of Award/ Letter of Intent, furnish performance security/ Guarantee on the
Performa of UPPWD from a Nationalized/ Scheduled Commercial Bank to the extent of 3% of the
value of total consultancy fees of consultant. The Bank Guarantee shall remain valid till stipulated time
for completion of work plus 90 days.

 The Bank Guarantee shall be in favor of the Employer Superintending Engineer, Building Cell,
UPPWD, payable at Lucknow. The Bank Guarantee should be (as per Annexure-X, Section-7) issued
from any Nationalized Bank or Scheduled Commercial Bank.

 It is expressly understood and agreed that the performance security is intended to secure the
performance of entire contract. It is also expressly understood and agreed that the performance security
is not to be construed to cover any damages detailed/ stipulated in various clauses in the Contract
document.

 The performance security will be discharged by Employer and returned to the consultant after
successful physical completion of the project at site and submission of completion drawings and
documents to UPPWD and statutory bodies.

 UPPWD reserve the right of forfeiture of the performance guarantee in additions to other claims and
penalties in the event of the consultant’s failure to fulfill any of the contractual obligations or in the
event of termination of contract as per terms and conditions of contract.

 Should the stipulated time for completion of work, for whatever reason be extended, the consultant,
shall at his own cost, get the validity period of Bank Guarantee in respect of performance security
furnished by him extended and shall furnish the extended/ revised Bank Guarantee to the Employer
before the expiry date of the Bank Guarantee originally furnished.
7. All the structural drawings have to be proof checked by IIT/ NIT/Govt. Engg. College as approved by
UPPWD and no extra payment shall be made to the consultant for proof checking.
8. All the specifications, types and makes of various materials/ equipments have to be presented in detail and
should be as per acceptable standards with respect to UPPWD/ CPWD/ BIS/ DSR etc.
9. All the services rendered by the consultant for the project by means of drawings documents, calculation
sheet, software programmes, modules or any electronic medium shall be the property of UPPWD and no
extra payment shall be made to the consultant. The consultant will not have any claim with respect to
Intellectual property, expenditures occurred by any other means.

10. Retention Money


7% of the total consultancy fee payable to the consultant shall be retained @ of 7% from each running bill as
“Retention Money”, in addition to the performance guarantee.
50% Retention Money will be released after the date of commencement of the work to the EPC Contractor &
rest Retention money will be released on completion of 6 months thereafter.
UPPWD reserve the right of forfeiture of the performance guarantee & Retention Money to recover other
claims and penalties in the event of the consultant’s failure to fulfil any of the contractual obligations or in the
event of termination of contract as per terms and conditions of contract.
Any penalties if imposed for whatsoever reasons within the scope of agreement, the same shall be adjusted
from retention money.

11. Completion Period:


a. The overall completion period for the execution of this project from the date of commencement of work
is as per this document.
b. If at any stage, the Project has been delayed by the acts of funding authorities or by the deployed

 
Consultant for the work, nothing extra shall be payable to the consultant. However suitable extension of
time for completion of work shall be granted accordingly.

12. Escalation/Price Variation


No claim/ additional fees on account of any price variation/ escalation on whatsoever ground shall be
entertained at any stage of works. Consultancy fee shall be firm and fixed for entire contract period as well as
extended period for completion of the works.

13. LIQUIDATED DAMAGES AND PENALTIES


13.1 Liquidated Damages (Penalty)
13.1.1 Liquidated Damages for error in drawing submitted DPR and drawings, In case any error or
variation is detected in the designs/ documents/ estimates/ reports submitted by the Consultant and
such error or variation is the result of negligence or lack of due diligence on the part of the
Consultant, the consequential damages thereof shall be quantified by the Authority in a reasonable
manner and recovered from the Consultant by way of deemed liquidated damages, subject to a
maximum of 10% (Ten percent) of the Agreement Value and Consultant will be Blacklisted from
UPPWD.
13.1.2 The detailed estimate for the work prepared by the consultant should be accurate. It is a term of the
agreement that on completion of work, the final cost of work should not deviate more than 5% of
the estimate prepared by the consultant. It is also a term of the agreement that quantity of
individual item on completion of work should not exceed by more than 20% of the quantity
worked out by the consultant in the detailed estimate. If the overall deviation, due to default /
wrong estimation of the consultant is more than 5% or deviation of any individual item is more
than 20%, then the consultant is liable to pay a compensation @ 2% of such deviation (beyond
agreement quantity). The maximum compensation payable on this account will be 10% of the total
fee from the total fee payable to the consultant. The decision whether the deviation are due to
default of the consultant or due to genuine reason the decision of Engineer-in-Charge with respect
to deviation shall be final and binding on the consultant.
The detailed estimate and BOQ for EPC construction contract prepared by the consultant for call
of Bid should be complete in all respect to achieve the completion of project as conceptualized.
However, in case during execution of works, it is observed that certain essential items which are
required to complete the work as conceptualized, are missing which force consultant to get them
executed through extra item to executing agency or through separate work order/ agreement,
then the compensation @5% of cost of such missing items shall be levied on the consultant.
However the quantities as indicated in the drawing and DPR submitted by the consultant shall be
subjected to correction up to the quantities and drawings as vetted by the technical institutions
(IIT/NIT, Government Engineering College).
The compensation to be levied on consultant in different clause mentioned herein above is
independent to compensation to be levied under other clauses.
13.2 Liquidated Damages for delay
In case of delay in completion of Services, liquidated damages not exceeding an amount equal
to 0.2% (zero point two percent) of the Agreement Value per day, subject to a maximum of 10%
(ten percent) of the Agreement Value will be imposed and shall be recovered by appropriation
from the Performance Security or otherwise. However, in case of delay due to reasons beyond the
control of the Consultant, suitable extension of time shall be granted. Suitable changes in
remuneration can be fixed for reasons not attributable to the fault of consultant.
13.3 Encashment and appropriation of Performance Security
The UPPWD shall have the right to invoke and appropriate the proceeds of the Performance
Security, in whole or in part, with prior notice to the Consultant in the event of breach of this
Agreement or for recovery of liquidated damages specified in this Clause 10.1 & 10.2.

 
14. Abandonment of Work:
i) That if the consultant abandons the work for any reason whatsoever or become incapacitated from
acting as consultants as aforesaid, UPPWD may make full use of all or any of the drawings
prepared by the consultants and that the consultants shall be liable to refund any excess fees paid
to them up to that date plus such damages as may be assessed by UPPWD .
ii) If at any time after start of work, the client decides to abandon or reduce the scope of work for any
reason whatsoever and hence not required the whole or any part of the works to be carried out,
UPPWD shall give notice in writing to this effect to the Consultant and the consultant shall have no
claim for any payment of compensation, or otherwise whatsoever, on account of any profit or
advance which he might have derived from the execution of works in full but which he did not
derive in consequence of the foreclosure of the whole or part of the work.

15. SUSPENSION OF WORKS


(a) The consultant shall, on receipt of the order in writing of the Engineer-in-charge, suspend the
progress of the works or any part thereof for such time and in such manner as the Engineer-in-
charge may consider necessary for any of the following reasons:
i) On account of any default on part of the consultant, or
ii) For proper execution of the works or part thereof for reason other than the default of the
consultant, or
iii) If the work is partly or fully abandoned/ suspended by UPPWD/ clients for any reasons
(b) If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above.
i) The consultant shall be entitled to an extension of the time equal to the period of every such
suspension plus 25%. No adjustment of contract price will be allowed for reasons of such
suspension.
ii) In the event of the consultant treating the suspension as an abandonment of the Contract by
UPPWD, he shall have no claim to payment of any compensation on account of any profit or
advantage which he may have derived from the work in full or part.
16. Termination:
16.1 UPPWD without any prejudice to its right against the consultants in respect of any delay or otherwise
or to any claims or damages in respect of any breaches of the contract and without prejudice to any
right or remedies under any of the provisions of this contract may terminate the contract by giving
one month's notice in writing to the consultants and in the event of such termination, the
consultants shall be liable to refund the excess payment, if any, made to them over and above what is
due in terms of this agreement on the date of termination. UPPWD may make full use of all or any of
the drawings prepared by the consultants.
16.2 In case due to any circumstances ie: non sanction of the proposed work by the government &
UPPWD decides to curtail the scope of work or totally abandon the work, the payment to the
consultants would be made based on Clause above and Approved preliminary estimate or awarded
cost whichever is less up to the stage of work executed by him immediately before taking such a
decision.
16.3 In the event of UPPWD not satisfied with the work done by the consultant, UPPWD shall give 15
(fifteen) days’ notice in writing to rectify the defects or complete the work. If UPPWD is not
satisfied with reply of aforesaid notice, UPPWD can terminate this Agreement and the Consultant
shall be liable to pay damages which shall be calculated by UPPWD or professional expert of
UPPWD.
16.4 In the event of the Architect/Consultant through death or incapacity is unable to provide the services
the appointment shall thereby be terminated.
16.5 In the event of the Consultant closing its business, the appointment shall thereby be terminated and
UPPWD shall have the power to employ any other agency to complete the work irrespective of
settling of dues of the Consultant by the Employer/Authority.

 
16.6 The termination of the appointment of the Consultant shall be without prejudice to the accrued
rights and remedies of UPPWD.
16.7 Consultant who are not registered with the authorised bodies as per requirement of ITB/Council of
Architecture or who fails to renew his/her/their registration for the current calendar year, shall be
terminated on the happening of such an event.
16.8 In the event of liquidated damages/ Punitive action imposed on Architect will not exceed 10% of
the total fees payable.

17. Number of Drawing Sets etc. and Copyright:


(a) The Consultant shall supply free of charge to UPPWD, the hard copies in required numbers
(minimum six nos.), video formats walk through (if prepared) etc. as well as in soft copy (MS
Word, MS Excel, Power point & AutoCAD).
(b) Documents to be submitted.
i) Detail Project Reports with coloured drawings (Only relevant drawings).
ii) Complete detailed design calculations (structural and other services) including supply of
drawings incorporating subsequent modifications.
iii) All working drawings for all the components including bar bending schedule (Good for
Construction Drawings).
iv) Detailed estimates including DBR (Design Build Report) and rate analysis of all works.
v) Bid documents/Bid drawings as per UPPWD requirements.
The Consultant shall supply free of charge to UPPWD all the estimates, details of quantities (BOQ)
detailed designs, reports and any other details envisaged under this agreement, including drawings
architectural, structural, electrical, air conditioning or other services (internal and external) would be
supplied by the consultants as indicated above. All these drawings will become the property of UPPWD.
The drawing cannot be issued to any other person, firm or authority or used by the consultants for any
other project. No copies of any drawing or document shall be issued to anyone except UPPWD and
authorized representative of UPPWD .

18. Determination or Rescission of Agreement:


UPPWD without any prejudice to its right against the consultant in respect of any delay by notice in
writing absolutely may determine the contract in any of the following cases:

i. If the consultants being a company shall pass a resolution or the court shall make an order that the
company shall be wound up or if a receiver or a manager on behalf of the creditor shall be appointed
or if circumstances shall arise which entitle the court or creditor to appoint a receiver or a manager
which entitles the court to make up a winding order.
ii. If the consultants commit breach of any of the terms of agreement. When the consultants have made
themselves liable for action under any of the clauses aforesaid, UPPWD shall have powers a) to
determine or rescind the agreement b) to engage another consultant(s) to carry out the balance
work at the risk and cost of the consultant and debiting the consultant(s) the excess amount, if any,
so spent.
iii. If the consultant is found to breach the condition of Integrity pact or concealing the facts or
providing false information or any other actions contrary to the interest of UPPWD.
In case contract of consultant is determined, the performance Guarantee and Security Deposit of the
consultant shall stand forfeited. The decision of UPPWD in this regard shall be final and binding on
the consultant.

19. Responsibilities for Accuracy of Project Proposals


a. The Consultant shall be responsible for the accuracy of the technical/ financial data collected and
the designs, drawings, quantities and estimates prepared by him as a part of the project. He shall
indemnify UPPWD & Client against any inaccuracy in the work, which might surface out at the

 
time of ground implementation of the project. In such an eventuality, the consultant will be
responsible to correct the drawings including re- investigations etc. as required without any extra
cost implication on UPPWD .

b. The Consultant shall fully indemnify UPPWD from and against all claims and proceedings for or
on account of any infringement of any patent right, design, trade mark or name or other protected
rights in respect of any construction plant, machinery work or material used for or in connection
with the work or temporary works.

c. UPPWD reserves the right to award the work of one or more sectors/ area to one or more
consultant. Nothing extra shall be paid on this account. Further the payment of consultancy fees
shall be regulated as mentioned under the Clause 4.0 “Mode of Payment” of TOR.

d. The Consultant has to provide justifications, reply to queries by UPPWD regarding specification,
types, makes of materials, machines and other components proposed for the project. The
consultant has also to rectify the submission as per instruction of UPPWD.

20. Associate Consultant/ Counterpart


20.1 The Consultant shall not subcontract any of the work. The consultant shall not subcontract any
architectural work and consultant shall not change Associate Consultant/ Counterpart without the consent
of UPPWD.
20.2 The Consultant shall indicate the name of associate consultant/counterpart for various services like
structural designs, labs with their organization. Qualification and experience of the main personnel and
shall obtain prior approval of the UPPWD before their engagement for the consultancy. Such Sub
consultant approved by UPPWD shall be associated from the preliminary drawing stage to the DLP.
However, the consultant shall be fully responsible for the correctness and accuracy of the designs
prepared by sub-consultants and shall indemnify the UPPWD for damage or loss caused due to any
negligence of sub-consultant(s). The copy of the agreement between Associate Consultant and the
consultant shall be submitted to the UPPWD and in case the fees agreed between consultant and
Associate Consultant are not paid to the Associate Consultant in time as per agreement between them,
the UPPWD shall have a right to recover the disputed amount payable to the Associate Consultant from
the consultant’s bills and shall keep the disputed amount in deposit till such time the dispute is resolved.

21. Force Majeure Clause


Consultant/Consultancy Firm shall be granted extension of the completion date without any financial
repercussion to cover the delay caused by the circumstances viz. incidence of war, invasion, revolution,
sabotage, work shutdown imposed by Govt. agencies or legislature or other authorities, act of God,
epidemics, fires, earth quakes, floods explosions, accidents, sea navigation blockages or any other acts or
events whatsoever which are beyond the control of UPPWD and which shall directly or indirectly prevent
completion of the works within the time specified in the agreement.
22. Proof Checking of Structural Designs
The Consultant shall get the design proof checked through any IIT/NIT, Government Engineering College
or any agency approved by the UPPWD. The Consultant shall carry out any correction/ modifications as
suggested by the said agency. The suggestions of the proof checking agency shall be binding on the
Consultant.
23. Withholding and Lien of Payment
Whether any claim or claims for payment of money arises out of or under the contract against the
Consultant, UPPWD shall be entitled to withhold and also to have a lien to retain in whole or in part, the
security deposit, performance guarantee and or to withhold and have a lien to retain in part or in full the
payments due to the consultant, or any claims of the consultant, so as to cover the claimed amount till
the claim arising out of or under the contract is determined by the competent court.
24. Jurisdiction
The agreement shall be governed by the Indian Law for the time being in force and the Courts in
Lucknow alone will have jurisdiction to deal with matter arising there from.

 
25. Foreclosure of Contract by UPPWD/Govt.
If at any time after the commencement of the work UPPWD shall for any reason whatsoever if required to
foreclose the work or if not require the whole work thereof as specified in the Bid to be carried out, the
Engineer-in-Charge shall give notice in writing of the fact to the consultant, who shall have no claim to
any payment of compensation whatsoever on account of any profit or advantage which he might have
derived from the work in full, but which he did not derive in consequence of the foreclosure of the whole
or part of the works.

26. Settlement of Disputes & Arbitration:


Except where otherwise provided in the contract, all questions and disputes relating to the meaning of the
specifications, design, drawings and instructions here-in before mentioned and as to the quality of
consultancy work or as to any other question, claim, right, matter or thing whatsoever in any way arising
out of or relating to the contract, designs, drawings, specifications, estimates, instructions, orders or these
conditions or otherwise concerning the works or the execution or failure to execute the same whether
arising during the progress of the work or after the cancellation, termination, completion or
abandonment thereof shall be dealt with as mentioned hereinafter:
(i) If the consultant considers any work demanded of him to be outside the requirements of the
contract, or disputes any drawings, record or decision given in writing by the Engineer-in-Charge or
if the Engineer in Charge considers any act or decision of the consultant on any matter in connection
with or arising out of the contract or carrying out of the work, to be unacceptable and is disputed,
such party shall promptly within 15 days of the arising of the disputes request the Employer, who
shall refer the disputes to Dispute Redressal Committee (DRC) within 15 days along with a list of
disputes with amounts claimed if any in respect of each such dispute. The Dispute Redressal
Committee (DRC) give its decision within a period of 60 days extendable by 30 days by consent of
both the parties from the receipt of reference from Employer. The DRC will consist of Chairman –
Engineer-in-Chief (Incharge Building Works), Member – Finance Controller, UPPWD & Member –
Chief Engineer (Building Cell) PWD. Provided that no party shall be represented before the Dispute
Redressal Committee by an advocate/legal counsel etc.
The DRC will submit its decision to the concerned Employer for acceptance. Employer in a time
limit of 30 days from receipt of DRC decision will convey acceptance or otherwise on the said
decision. If the Dispute Redressal Committee (DRC) fails to give its decision within the aforesaid
period or any party is dissatisfied with the decision of Dispute Redressal Committee (DRC) then
either party may within a period of 30 days from the receipt of the decision of Dispute Redressal
Committee (DRC) or on expiry of aforesaid the time limits Except where otherwise provided in the
contract, all questions and disputes relating to the meaning of the specifications, design,
drawings and instructions here-in before mentioned and as to the quality of consultancy service or as
to any other question, claim, right, matter or thing whatsoever in any way arising out of or relating to
the contract, designs, drawings, specifications, estimates, instructions, orders or these conditions or
otherwise concerning the works or the execution or failure to execute the same whether arising
during the progress of the work or after the cancellation, termination, completion or abandonment
thereof shall be dealt with as mentioned hereinafter:
(ii) It is a term of contract that each party invoking arbitration must exhaust the aforesaid mechanism of
settlement of claims/disputes prior to invoking arbitration.
The Employer in such case shall appoint one of the three arbitrators within 30 days of receipt of such
a request and refer such disputes to arbitration. Since the Arbitral Tribunal consists of three
Arbitrators, the consultant shall appoint one arbitrator within 30 days of making request for
arbitration or of receipt of request by Engineer-in-charge to Employer for appointment of arbitrator,
and two appointed arbitrators shall appoint the third arbitrator who shall act as the Presiding
Arbitrator. In the event of

a) A party fails to appoint the second Arbitrator, or

b) The two appointed Arbitrators fail to appoint the Presiding Arbitrator, then the Engineer-in-

 
Chief (Incharge Building works) shall appoint the third or Presiding Arbitrator as the case may
be.

(iii) Dispute or difference shall be referred for adjudication through arbitration by a Tribunal having sole
arbitrator where claimed amount is Rs. 20 Crore or less. Where claimed Value is more than Rs. 20
Crore, Tribunal shall consist of three Arbitrators as above. The requirements of the Arbitration and
Conciliation Act, 1996 (26 of 1996) and any further statutory modification or re-enactment thereof
and the rules made there under and for the time being in force shall be applicable.
It is a term of this contract that the party invoking arbitration shall give a list of disputes with
amounts claimed, if any, in respect of each such dispute along with the notice for appointment of
arbitrator and giving reference to the decision of the Employer on the finding / recommendation of
DRC.
It is also a term of this contract that any member of the Arbitration Tribunal shall be a Graduate
Architect with experience in handling public works consultancy contracts, and further he shall have
earlier worked at a level not lower than Chief Architect/equivalent. This shall be treated as a
mandatory qualification to be appointed as arbitrator.
Parties, before or at the time of appointment of Arbitral Tribunal may agree in writing for fast track
arbitration as per the Arbitration and Conciliation Act, 1996 (26 of 1996) as amended in 2015.
Subject to provision in the Arbitration and Conciliation Act, 1996 (26 of 1996) as amended in 2015
whereby the counter claims if any can be directly filed before the arbitrator without any requirement
of reference by the appointing authority. The arbitrator shall adjudicate on only such disputes as are
referred to him by the appointing authority and give separate award against each dispute and claim
referred to him and in all cases where the total amount of the claims by any party exceeds Rs.
1,00,000/-, the arbitrator shall give reasons for the award.
It is also a term of the contract that fees payable to arbitral tribunal shall be as per existing state
Government rules. This fee shall be shared equally by parties.

iv) Fast-tracking Arbitration in India


a) Award within 12 (twelve) months: The arbitral tribunal is statutorily obligated to deliver an
award within 12 (twelve) months from the date when arbitral tribunal enters into reference. The
arbitral tribunal is said to have entered upon the reference on the date on which the arbitrator(s)
have received notice of their appointment. The award can be delayed by a maximum period of
six months only under the special circumstances where all parties give their consent to such
extension of time. Where the award is not made out within the statutory period the mandate of
arbitrators shall automatically terminate. It is open for the courts to extend the time period for
making an award upon receipt of an application by any of the parties. Such extension is to be
granted only for sufficient cause and the court in its discretion may impose the following
penalties depending on the facts and circumstances of the case:
 Reduce the fees of arbitrators by up to 5% for each month of delay.
 Substitute one or all the arbitrators.
 Impose actual or exemplary costs on any of the parties.
b) Appointment within 60 (sixty) days: Whenever an application for appointment of Arbitrator(s)
is moved before a court such application shall be disposed of as expeditiously as possible and an
endeavor shall be made to dispose of the matter within a period of sixty days from the date of
service of notice on the opposite party. The court while appointing arbitrators shall confine itself
to the examination of the existence of an arbitration agreement.
v) The place of arbitration shall be Lucknow. The venue of the arbitration shall be such place as may be
fixed by the Arbitral Tribunal in consultation with both the parties. Failing any such agreement, then
the Arbitral Tribunal shall decide the venue.

 
27. General:
1. All the laws as prevalent in the state of Uttar Pradesh which may affect various commercial aspects
of public procurement contracts shall be applicable.

2. The scrutiny of the drawing, and designs by UPPWD’s own supervisory staff, if any, does not
absolve the Consultant of their responsibility under the agreement. The Consultant shall remain
solely responsible for structural soundness of the design and other services for all provisions of the
contract so as to satisfy the particular requirement of the Architectural specifications.

3. If any construction defect(s) with respect to the quality or quantity is found during construction or
within the period of DLP, the consultant shall be responsible with respect to the quality control
and quality assurance modules, assessment of BOQ and other related works within the scope of
work.

4. The Consultant shall supply to UPPWD copies of all documents, instructions issued to
Consultants, if any, relating to the work, drawings, specifications, bill of quantities and also other
documents as may be required.

5. The Consultant hereby agree that the fees to be paid as provided herein (clause 4.0) of TOR will be
in full discharge of function to be performed by him and no claim whatsoever shall be against
UPPWD in respect of any proprietary rights or copy rights on the part of any party relating to the
plans, models and drawings.
6. While providing consultancy services, the consultant shall ensure that there is no infringement of
any patent or design rights and he shall be fully responsible for consequences/ any actions due to
any such infringement. Consultant shall keep UPPWD indemnified all the times and shall bear
the losses suffered by UPPWD in this regard.

7. Consultant shall appoint and notify a team of two senior officials of his organization as nodal
officers to represent the consultant in all the meetings/presentations with Local Municipal
Corporation Authorities/ State/ Client/ UPPWD/ Central Govt. or any other agency.

8. All designs and drawings shall be the property of UPPWD . The name and logo of UPPWD shall
be predominantly displayed on all the drawings and documents. The consultant shall not put his
name or firms name on any of the documents/drawings on the DPR. The name of consultant shall
be written as Associate Consultant on all drawings/ documents only after DPR is approved from
all the concerned authorities.

9. The originals of Approved completion drawings shall be on good quality reproducible paper and
soft copy of all the drawings & design shall have to be given on compact disc (CD). The
proprietary rights of all the design shall remain with UPPWD .
10. The consultant shall be required to sign an Agreement with UPPWD within 07-days of the receipt
of LOA based on these terms & conditions.
11. Recovery/ Penalties can be recovered from the consultancy fee/ BG of the other works that the
consultant is doing or would be doing for UPPWD at that time.

 
Special Conditions of Contract

(PART – B)

 
SPECIAL CONDITIONS

1. The consultant shall have to get approved the specifications for various building and electrical etc.
materials from CE, Building Cell, UPPWD, Lucknow. The make of various materials shall have
to be matched with the approved specifications of materials.

 
Section-4

TERMS OF REFERENCES
(TOR)

 
Terms of References (TOR)
1.0 Scope of Work:
This is the generalized scope of work and any item can be excluded as per the requirement.

1.1 The brief scope of work of the Architect agency/ Consultant shall be but not limited to
the followings:
Site survey, site demarcation, topographical survey, site evaluation analysis, soil investigation and testing,
water testing, assessment of land filling etc.

Preparation of comprehensive Master Plan for the entire area, Concept Plan, 3D View, Animated walk
through/Model (if required), detailed Architectural design & drawings and Preliminary engineering
presentations, site development including roads, street lighting, traffic & signage systems, landscaping,
boundary wall, open parkings/ covered parking, drains and sewers, STP (if required) plan etc.

Preliminary structural design & drawing for preparation of Detailed Project Report (DPR)/Detailed
Estimate (DE). Detailed Design Based Report (DBR) including design concept, analysis and detailed
design, submission of working drawings duly vetted by reputed technical institutes like IIT, NIT,
Government Engineering college and Govt. technical institutes approved by UPPWD.

MEP and HVAC system, Internal EI and lighting system, Firefighting and detection system, including
smoke detectors and fire alarms, power supply, internal and external electrification, PA system, acoustics,
IT, HIS and HMIS, web portal, CCTV/Security and Access system (Lifts, Escalators etc) as per the
requirement detailed in RFP schedules.

Detailed engineering and design of Internal and external drainage and waste management system, water
supply and sewerage system, STP (if required), rain water harvesting, site development works, services,
landscape work, garden and greenery planning with or without sprinkler system, fixed and temporary
furniture and equipments, type, make, design and specifications as per requirement of the project, art work
(interior and exterior) etc.

Facade design/ skylight, Structural glazing system including design of open spaces etc to be completed
with due diligence by the Architectural consultant along with value engineering.

Development of Integrated Building Management System (IBMS).

Pre and post construction approval from local authorities and statutory bodies.

Preparation of detailed technical specifications, material specifications and their make, rate analysis based
on Schedule of UPPWD, DAR on basis of market rate (if any) provisions supported by at least three
quotations & DSR respectively in order of preference for preparation of Detailed Project Report/
Detailed Estimate, preparation of NIT/ bid documents, detailed bill of quantity for EPC contract, assisting
in tendering process, pre-bid clarifications/ meetings, opening & evaluation of tender, justification, award
and approval of bid for execution contract (EPC).
Modules for Quality Assurance (QA) and Quality Control (QC) measures have also to be prepared by the
Consultant.

1.2 The detailed scope of work of Consultant shall be but not limited to the followings:
Site survey, site demarcation, topographical survey, site evaluation analysis, soil investigation and testing,
water testing, assessment of land filling etc. To study the norms/ requirements/ regulations/ specifications
etc. of the governing regulatory bodies, related government latest orders/ departmental circulars/various
national codes etc. for preparing the related documents of consultancy works.
a. Preparation of Master Plan and concept plan
b. Preparation of list of spaces

 
i) Preparation of master plan of whole area including area statements
ii) Preparation of Building wise Floor plans
iii) Preparation of Elevations and Sections
iv) Preparation of details required to execute the work smoothly and timely.
v) Preparation of Room wise furniture, equipment’s planning and layout
vi) Structural details.
c. Preparation of Structural, Drawings with Calculations & proof checking by approved technical
institutes. (like IIT/NIT/Govt. Engineering College/CBRI etc.) approval.
d. Electrical systems including power sanctions, transmission from the nearest point supply as
approved by the electricity board, electrical substation with constant voltage supply distribution and
complete internal and external lighting, lifts, fire detection, firefighting and alarm system, intercom
system, acoustic and public address system, closed circuit television, Solar panels and other
electrical/electronic control and display systems including metering facilities, power generators, PA,
FDA, U.P.S. stabilized power conditioners, air conditioning, air cooling, heating and ventilation
system.
e. Locational, architectural and structural planning of specialized services such as all HVAC
systems, gas pipelines, water treatment, Sewage treatment, rain water harvesting systems etc.
f. Sanitary, Water pumping & storage, bore well, ground reservoir and overhead tanks, terrace tanks,
water supply from local bodies, supply (chilling/ heating/ RO) and sewerage, plumbing and
firefighting systems including fire protection.
g. Signage, Graphic and landscaping meeting green building certification as per GRIHA-3 Star Rating.
h. Any or all MEP services not specifically mentioned herein but required for the proper and
successful completion of the project in accordance with international standards.
i. Preparation of Tender Document including schedules, detailed specifications & Bill of Quantities
for inviting tenders for invitation of tenders in EPC mode.
j. Services Concept Planning (Isometric drawings)
(i) Planning services like MEP, HVAC, Electrical, plumbing, Firefighting, Lifts, Gas Manifold and
other services as per scope of work including Computerization, Communication, Public
address, Security (CCTV and Access Control), Building Management system, Solar Panels, PA,
FDA etc.
(ii) Planning of coordination of various services to avoid overlapping/ rework/ over budgeting/ time
over run.
k. Presentations and Models
(i) Preparation of Models and Walkthroughs (if required). A physical scale model for display in
UPPWD Head office.
(ii) Preparation of 3D views and blow ups of typical and critical areas.
(iii) Preparation of Room wise Furniture/equipment layout and specs for major areas.
l. External Services Schematic Planning
(i) Planning of additional services including buildings for electric Sub-stations, DG sets, UPS, AC
plant etc.
(ii) Planning and preparing layouts for external services like water supply, drainage, ETP/ STP
including Recycling, Rain water Harvesting, Landscaping including programmable drip and
sprinklers for irrigation of green areas.
(iii) Traffic movement for services, staff, public and also incorporation of covered/ open parking
norms as per building byelaws.

 
(iv) BMS, HMIS, ICT requirements including servers, Data and voice cabling, Wi-Fi, EPBX.
(v) Video Conferencing and video surveillance for perimeter and internal security.
(vi) Close circuit TV as per requirement.
(vii) LED displays for information and announcements.
(viii) Access control
m. To prepare modules for QA (Quality Assurance) and QC (Quality Control), including frequency,
type of tests for required parameters.
1.3 Approval from Local Authorities
Obtain all approvals and statutory Clearances from local bodies, Fire Department, Electrical Safety
Department and other regulatory bodies etc. from concerned statutory authorities of that area for
construction of the buildings and services proposed under the project to enable to start the construction
and also to enable client to occupy and commission the building with services.
(A) Pre-construction Clearances: It will comprise of clearances like Environmental clearance, Forest
Clearance, site clearance/ Utility Shifting etc which shall be obtained by Department but shall be
liasioned & technically supported by Architectural & Design Consultant (for DPR) & all statuary fee
for the same shall be paid by the Department.
(B) PRE-NOC from Fire: The Pre-NOC for fire shall be obtained by Architectural & Design
Consultant (for DPR) on behalf of the department & statutory payment shall be made by the
department.

1.4 Specifications for all equipment’s and services in the scope of work
Preparation of Data sheet showing Room wise and Building wise finishing, flooring and Door
window, and other high-end Inventory schedule.
Preparation of detailed Technical Specification types, makes etc. for civil, electrical, IT, HVAC.
Kitchen, laundry, CSSD, Manifold, Lab Equipment etc.
Specifications to be broadly based on BIS, latest editions of NBC & ECBC, MSR, NABH, CPWD
specifications and UPPWD specifications.
List of Lab equipments to be kept at site as per requirement of site.
Latest norms regulations, provisions, minimum standard requirements prescribed by the various
regulatory bodies i.e.: UGC guidelines, NMC guidelines (for Medical Projects) etc. are to be
adopted.

1.5 Estimate and Costing for all services in the scope


Preparation of Area statement floor/ Building wise.
Preparation of detailed cost estimate based on latest UPPWD/ DAR/ DSR for Schedule and non-
schedule items on current market rates of materials, labour and POL as applicable and market rate
analysis for Non Schedule Items supported with Quotations.
Preparation of cost estimate during execution of work as per actual site requirement enabling client
to keep the cost within the approved amount.

1.6 General
Concept report to be submitted
- Detailed Project report including material consumption statement as per specification/norms of
CPWD & State PWD.
- Drawings of Floor plans
- Typical part details

 
- System diagrams for services to be prepared
- Equipment layout drawings for major areas
- Energy efficiency and Green concept to be adopted and explained
Drawings and models required by Statutory bodies will be prepared by the Consultant according to
the sizes/ scales required by them.
Six sets of all drawings and a CD of the same will be furnished by the Consultant free of cost.
1.7 Architectural Services
i. Preparation of Master Plan.
ii. Ensure that the various building engineering services are suitable and economically designed
without any discrepancies between the structure and finishes, and the requirements of service
installation.
iii. Ensure that the nature, position, and appearance of all controls of piped services and electrical
installation satisfy user and aesthetic requirements, and ensure that adequate coordination
drawings are included.
iv. Develop the landscaping details separately.
v. Develop the interior details as per requirement and the type of equipment(s) planned.
vi. Obtain information required for statutory applications under planning and building acts and
any other statutory requirements.
vii. Prepare production information including drawings, schedules types and makes and
specification of materials and workmanship; bills of quantities etc. in sufficient detail to
enable.
viii. Prepare construction/Working drawings.
Site Plan
Co-ordination of the proposed building.
Room layout in co-ordination with various services and levels.
Blow up of road junction / parking area and other such area as required.
Provisions of services/substations/security/STP/water reservoir/tanks etc.

Detailed Building Services


Floor plans (fully coordinated with all services/disciplines)
Elevations
Sections
Wall profiles
Doors & Window details
Stairs/Ramps/Lifts details
Details of building parts/ Areas with special treatment
Toilet details
Kitchen, laundry/CSSD etc.
Flooring pattern and details
Dado details
False ceiling details (if required)
Details of equipment and their layout
Furniture details (Fixed/ temporary) with types, makes and their specifications
Signage (Internal and External)

Landscape & Horticulture


Detailed drawings of landscape including blow up of critical area/ landscapes / plants
capes/ detail coordination with all external services.

 
Horticulture details including sprinklers and drip irrigation.
1.8 Civil & Structural Engineering Services (including Vetting Charges)
(i) The Consultant shall perform all the Civil/Structural design work necessary by utilizing the most
economical, effective and widely accepted engineering concepts and shall at all times show a high
degree of professionalism in his work. All the structural design to be got Economically Vetted as per
IS Code 456 with latest amendment/ NBC-2016 from third party i.e. IIT/ NIT/ Govt. Engg. Colleges
with certificate.
(ii) The Consultant shall be fully responsible for the design and third-party approval of all the Civil &
structural engineering works. The payment for economically vetting as per IS Code 456 with latest
amendment/ latest NBC of design & drawings from third party i.e. IIT/ NIT/ Govt. Engg. Colleges
shall be made by Consultant itself.
(iii) The consultant has to provide various details regarding safety norms during construction, if not
included in the scope of EPC contractor.
(iv) The required internal and external services are to be planned for energy, water & electricity.

1.9 Quantity Surveying Services


The Consultant shall provide all the work and duties in relation to the field of Quantity Surveying and
shall at all time show a high degree of professionalism in his work. The services to be provided by the
Consultant shall comprise of, but not limited to the following:
1.10 Cost estimating & financial services
a. Initial Cost planning for the project based on State/ CPWD plinth area rates, including the cost of
associated design services, site development, landscaping, furniture and equipment; cash flow
requirements for design cost, construction cost, statutory and third- party certification cost, etc.
b. Carry out inspections and surveys; prepare estimates for the buildings, services, electrical, PHE,
HVAC and all components of the building based on UPPWD/DAR/ DSR items and rates plus
market rates for items not available in DSR.
c. Cost justification based on market rate analysis well supported by at least three quotations for non
scheduled items.
d. Prepare and submit cost estimates for the project at outline scheme design, preliminary design stage
and final design stage.
e. Prepare complete documentation, report including specifications, detailed Bill of Quantities etc.
Technical specs, approved makes, BOQ formats, contract documents formats and clause to be
approved by client / consultant. Preparation of BOQ terms etc. for inviting tender for construction
on EPC mode.
f. Preparation of contract documentation with EPC contractor for construction works.
g. Carry out such other duties as may be required of the Consultant in the pre-contract stage on this
project.

1.11 Preparation of Detailed Project Report


Preparation of Detailed Project Report including Preparation of list of spaces in consultation with
UPPWD/ Client, Master plan of whole area including area statements, Building wise Floor plans,
Elevations and Sections, Master plan, concept plan, architectural design & drawing, specifications/
drawings of each and every item/ make having equal rating/ quantity, site development e.g. roads,
boundary wall, parking, security services, rain water harvesting & landscaping, plumbing, firefighting
including smoke detectors and fire alarms, drainage & waste management, external development, Fire
Alarm, Internal and external electrification, IT, HVAC, including all statutory and local bodies
approvals/ clearances to start, occupy and commission the buildings and services, layout, planning.
Preparation of Tender documents showing detailed specifications, plans showing all dimensions etc. and
selection of executing agency and procurement vendors, contract documentation etc. The DPR shall
include but not limited to the following:
a) Detailed Layout of Scheme of a particular Length/ Section/ sector showing various components of

 
(related to present work) will be shown on drawings.
b) Report of topographical survey & Geo-technical investigation, collection of required data from
the concerned department, if required.
c) Ultimate disposal point, intermediate rain water harvesting system etc.
d) Technical Parameters covering the followings:
Detailed Architectural, structural, & flowchart drawings.
Designs details duly certified by UPPWD/ Vetting Agencies. The design details shall be got
proof checked from any of the IITs/ NITs/ Govt. Engg. Colleges.
Detailed specifications of each work.
Comparative statements of proposed and sanctioned Plinth Area and specification.
Quality assurance scheme giving details of equipment and tests to be carried out with their
frequency keeping IS Codes in view.
Bills of quantities duly priced. All estimates shall be prepared on the basis of UPPWD SOR/Delhi
schedule of rates, norms wherever applicable and on the basis of market rate analysis where
Schedule of rates etc. are not applicable. These estimates should be comprehensive and should
include for all items. Detailed analysis for the item not included in UPPWD SOR/DSR shall have
to be submitted. In case of Market rate items, detailed analysis along with quotations from
manufacturers/ authorized dealers is to be submitted.
To update the Survey/ preliminary estimates/ concept/ detailed estimates incorporating
suggestions and missing details/ facilities etc.
To prepare & submit required set of Tender Documents, Tender Drawings, Schedules,
Specifications etc for EPC Contract.
Design Calculations for all the components of the schemes including getting approvals from the
concerned authorities.
Detailed Structural Drawings/ Design Calculations for all the components of the scheme
including getting proof checking if required by UPPWD.
Electrical/ Mechanical Drawings/ Design Calculations for all the components of the schemes
including getting approvals from the concerned authorities. Detail load calculations for Electric
Power & HVAC loads are to be submitted.
Detailed Technical specifications for all the non-scheduled items proposed in the schemes.
Project/ Buildings has to be conceptualized & designed following Green Building Norms.
Any other drawings/ information’s/ details required for completion of preliminary estimates/
concept/ detailed estimates for execution of work but not mentioned above.
Justification of rates for all the items (non-schedule) on the basis of market rates in the area of
subject site supported with quotations.
After finalization of concept plan one number model of minimum size of 6 ft. x 4 ft. showing
Master plan & various components of Buildings is to be provided free of charge at the location
asked by the UPPWD.
Facade design/ skylight, Structural glazing system including design of open spaces etc to be completed
with due diligence by the Architectural consultant along with value engineering.
Development of Integrated Building Management System (IBMS).

Pre-construction approval from local authorities and statutory bodies.

Preparation of detailed technical specifications, material specifications and their make, rate analysis
based on DAR & Schedule of UPPWD, basis of market rate (if any) provisions supported by at least
three quotations preparation of Detailed Project Report/ Detailed Estimate, preparation of NIT/ bid
documents, detailed bill of quantity for EPC contract, assisting in tendering process, pre-bid
clarifications/ meetings, opening & evaluation of tender, justification, award and approval of bid for

 
execution contract (EPC).

Modules for Quality Assurance (QA) and Quality Control (QC) measures have also to be prepared by the
Consultant.

1.12 Electrical Engineering Services


A. General
The Consultant shall be responsible, amongst others, at site for:
Design of electrical installations including all electrical fittings/ fixtures etc., as necessary. Only
LED lighting system to be considered.
Power Supply & Distribution system (including emergency and backup supply, sub- station etc.)
including mandatory solar panels of requisite capacity.
Telephone system, intercom communications facilities.
Data and Voice cabling in conduits.
Sound diffusion system as necessary.
Fire detection and Alarm System.
Lifts, escalators, water pumps etc.
Cable TV/dish antenna system with LED panels of requisite sizes for different locations
Call System.
Lightning protection and Earthing system.
External Lighting including street lighting, Sky lights, perimeter security lighting, backlit panel
lights of signage.
UPS back up for sensitive / critical equipment, including requisite cabling.
LED Panel display system for public information.
Building/ Energy Management system controlling all essential services: This system should allow
switching off when not in use. A manual bypass shall also to be provided which will allow
bypassing/ overriding the building/ Energy management System when necessary.
B. Services
To carry out basic and detailed designs of comprehensive electrical power distribution scheme, indoor
and outdoor lighting, lightning protection and earthling systems of all the buildings in accordance with
the relevant Indian regulations and Standards. The work shall include, but not limited to, the following
services:
a. Design and draw up preliminary schemes on the electrical requirements and on the rating of all
the apparatus/ equipment that will be installed in the buildings.

b. Design the distribution systems and prepare single line diagrams with details of accessories and
equipment.
c. Specify the details and capacities of HT panels, Transformers, LT panels, standby diesel
generators and fuel intake, and to specify the type of supply arrangement for incoming power
supply, interlocking arrangement between HT panel, transformer, LT panel & DG sets.
d. Design the Sub-station comprising of the HT panel room, transformer room, LT panels room, and
generator room to specify the necessary switchgear and control/ changeover panels, capacitor
banks, and bus duct, essential and non-essential panels as necessary with the appropriate load

 
shedding.
e. Make detailed specifications of all electrical items, including outdoor / indoor equipment,
essential and non – essential panels, power control centers, capacitor panels and the corresponding
bill of quantities for the various items.
f. Design and prepare detailed layout drawings for the individual power. Indoor and outdoor
lighting, lighting protection and earthling system with separate earthling for the computer network
and for other equipment as required.
g. Telephone, Intercom & Communication system comprising of the followings;-
Telephone layout and telephone equipment including conduit and accessories layout for the
telephone system and any protective devices battery back-up required.
Design the EPABX room. Prepare conduit layout of cables and terminals inclusive of a fiber
optic or other special data transmission cables for system required
Intercom layout and intercom equipment including conduit, cabling and accessories layout for
the intercom system and any protective devices required.
Investigate the needs of each site in terms of communication facilities and call bells required and
to specify same and the corresponding equipment and accessories together with preparation of
conduit and accessories layout necessary.
Prepare the specifications and bills of quantities.
Check and approve detailed drawings of the suppliers and manufacturers
Check and approve the supplier’s/ manufacturer’s drawings/ documents.
h. Sound Diffusion and Visual display System
Carry out basic and detailed design for the sound diffusion and visual display systems required
and this shall be inclusive of, but not limited to, the following:
Plan showing the routing of conduit, wiring, position of speakers, LED TV panels, central
console etc. indicating block diagram of PA/ Video system.
Cable and conduit layout, sound equipment and visual display system together with any
protective devices required;
Prepare specifications and bills of quantities;
i. Fire detection & Alarm System
Design the FDA control room layout.
Prepare working drawings (Floor wise) indicating the zones, location of the fire alarm sensors,
Response Indicator, Manual call points, Hooters, their conduits and wiring and location/details
of FDA control panels.
j. Lifts, escalators, water pumps
Specify the capacity and type of lifts / escalators to be provided and prepare layout for the
necessary machine areas. As far as possible to include MRL Lifts(Machine Room Left Lifts)
Specify the type / system for hot water supply to showers, kitchen and other areas (use of solar
water heater shall be incorporated in the design).
Finalize the design for lifts and escalators installation as per the Statutory/ local
regulations.
Prepare specifications and bills of quantities.
Check and approve the suppliers’/ manufacturers drawings/ documents.
All lifts to have smart card operation for security.

 
k. Cable TV/Dish Antenna System
Prepare working drawings indicating the locations of TV points, Central panel / racks of
dish antenna.
Fixing details of dish antenna.
Prepare specifications and bills of quantities.
Check and approve the suppliers’/ manufacturers drawings/ documents.
l. Lightning Protection and earthing System
Lighting protection system shall be an advanced integrated lighting protection system and it shall
consist of a dynamic air dynamic air termination which acts as a preferred strike point, a surge
conductor to minimize side flashing, an earthling system, protection from power surges at point
of electricity line into the facility and protection from surges and transients on oncoming tele-
communications and signal lines. The work shall include, but not limited to, the following
Prepare plans showing internal/ external earth grid, earth electrodes and lightning protection
with size of conductors and details of each electrical and lightning arrestors along-with details
of earthling pits.
Earth system shall be as per relevant Indian Standards and Indian Electricity rules.
m. External Lighting
Assess the external lighting requirement for roads, parking, buildings, perimeter security etc.
LED based system to be deployed.
Prepare plans indicating the road lighting with circuit details, typical pole detail with type of
fixture, cabling, earthling etc.
Prepare the specifications and bills of quantities;
Check and approve detailed drawings of the suppliers and manufacturers;
n. UPS backup
Identify the sensitive / critical equipment and plan a detailed power back-up programmed
through centralized or localized system.
Prepare the plan indicating the locations of UPS rooms in the buildings, UPS room layout, and
Single line diagram/Power flow diagram.
Prepare specifications and bills of quantities including laying cabling for the
conditioned power supply.
Check and approve detailed drawings of the suppliers / manufacturers.

1.13 IT Services
The Consultant shall prepare an information system strategy plan carrying the IT needs of the Building and
campus. Prepare system requirement specifications document including up- gradation / expandability
strategies for the future.
The Consultant shall carry out the basic and detailed design specifications of the application of IT/
computerization system/ network related to scope, system architecture, application systems for each
Institute/ campus/ building inclusive of, but not limited to, the following:
a. Software/hardware in respect of all the systems / sub systems including web interface for access and
inputs etc.
b. Assess the requirement of servers / nodes / terminals, hubs etc. at different locations.
 
c. Power cabling and conduit layout and UPS facilities together with any protective devices required
for the IT / Computerization system;
d. Data transmission cables layout and equipment for the system;
e. Prepare specifications and bills of quantities;
f. Check and approve detailed drawings / specifications of suppliers / manufacturers / implementing
agency;
g. Project implementation, including project plan, priorities and phasing, system installation
supervision, acceptance procedures, training and documentation etc.
h. LAN/WAN & Wi-Fi coverage for entire Campus.
i. Access Control and video surveillance.
j. Video Conference facility.
k. Preparation of the Logo (if required) of the Institute and WEP portal for the Institute.
l. Bandwidth requirement for external connectivity Part – A.

1.14 Mechanical Engineering Services


A. General
The Consultant shall be responsible, for all mechanical services including HVAC, kitchen, laundry,
manifold etc.
Design of Heating, Ventilation & Air-conditioning systems as necessary (Central and/or individual
air- conditioning Systems) including pressurization of lift wells, ventilation of toilets, basements and
other areas etc.
B. Services
The Consultant shall carry out basic and detailed design of the required Heating, Ventilation & Air
conditioning system for all necessary areas for sites. This shall include, among others, but not limited
to the following services:
a. Preliminary and detailed design and prepare drawings indicating the details as mentioned below:
i. Heat Load calculations
a. Summer
b. Monsoon
c. Winter
ii. Air Quantity calculation
iii. Equipment selection details
iv. Layout drawings for equipment, Air Handling units and ventilation fan rooms etc.
v. Layout drawings of ducting, piping distribution, electrical distribution.
b. Specify the type of systems appropriate and to calculate the capacities of the A.C. plants and
units required and according to specific requirement of the areas to be air-conditioned, taking
into account, the necessary number of air changes that may have to be applied for certain
specific/critical areas.
c. Design and specify the type of special air conditioning, ventilation and high efficiency air
filtration system as required for the operation theatres and associated areas.
d. Design ducting, piping and A.C. Plant room layouts floor wise and to specify all electrical
requirements of the A.C. systems.
e. Prepare A.C. system details in plans and sections.
f. Design pressurization system for lift lobby and ventilation system for toilets, basement and other

 
areas and according to the specific requirements of the areas to be ventilated.
g. Design and specify the cold rooms (if required) and Kitchen and also all necessary Kitchen
equipment.
i. Needed for this purpose. Liaise with Central Pollution Control Board, Local Pollution
Control Board and other statutory authorities/ bodies for obtaining the necessary license/
permission.
ii. Ensure that all the systems mentioned above are economically designed and satisfy
aesthetic requirements.
iii. Design and prepare working drawings for all the services.
iv. Prepare specifications and bill of quantities.
v. Check and approve detailed drawings of suppliers/ manufacturers.

1.15 Public Health Engineering


A. General:
The Consultant shall be responsible, amongst others, for:-
a. Design of Public Health & Engineering services taking into account various topographical,
meteorological, Hydrological etc. reports, identify the source and quality of water, conduct survey
of existing water supply system, Sewerage system including STP/ETP, Drainage system, Fire-
fighting system, other site development works etc. for planning of services.
b. All the design and drawings should be well coordinated with Architecture, structure and other
services drawings.
c. All designs shall be as per the latest Indian Standards, Local bye-laws and statutory norms.
d. Ensure that the design meets the requirements with regard to future extensions and needs. The
services shall include following major components:
i. Water Supply System
ii. Sewerage System
iii. Drainage System, including storm drainage & Rain Water Harvesting
iv. Fire-fighting & Fire Suppression System
v. Other site development works.

B. Services
1.16 Water Supply System
i. Calculation of water requirements for domestic, non-domestic services.
ii. Design and prepare working drawings of internal and external water supply system including
Underground tank, Overhead tank, Water treatment plant, pumping stations, rising mains,
distribution system and internal plumbing, recycling of treated waste water etc. including revision of
drawings as per local authority requirement, resubmission and approval.
iii. Design of hot water supply system consisting of centralized/ localized hot water supply system
(Solar/Boiler/Geyser etc.)
iv. Obtain approval from local bodies for Municipal water supply connections, drilling of tube wells etc.
v. Prepare specifications and bill of quantities.

a. Sewerage System
i. Calculation for quantity of waste water generated from different sources and design waste water
treatment plant.

 
ii. Design and prepare working drawings for internal and external soil/waste disposal systems including
revision if any as per requirement of local authority, resubmission and approval.
iii. Obtain approval from statutory and local bodies for waste disposal.
iv. Prepare specifications and bill of quantities.
b. Drainage
i. Design and prepare working drawings for storm water drainage including roof drainage, service area
drainage and surface drainage including revision if any as per requirement of local authority,
resubmission and approval.
ii. Design and prepare working drawings for rain water harvesting system.
iii. Obtain approval from statutory and local bodies for drainage connections and rainwater harvesting
scheme etc.
iv. Prepare specifications and bill of quantities.

c. Fire Fighting & Fire Suppression System


i. Design and prepare working drawings for internal and external fire protection and suppression system
including hydrant, sprinkler system, CO2
ii. Flooding system, pressurization system, fire extinguisher system, UG tanks, fire pump rooms etc. in
line with the statutory requirements including revision if any as per requirement of local authority,
resubmission and approval.
iii. Size all equipment required and prepares detailed specifications and bill of quantities.
iv. Obtain necessary license/permissions from the statutory/ local fire authority/ bodies etc. as required

d. Other site development works


i. Design and prepare working drawings (longitudinal & cross section) for roads/ footpaths/parking areas
etc. including revision if any as per requirement of local authority, resubmission and approval.

ii. Design and prepare working drawings of irrigation system for horticulture.
iii. Design and prepare working drawings for water bodies.
iv. Design and prepare working drawings for recreational facilities like swimming pool etc.
v. Prepare specifications and bill of quantities.

1.17 Video Monitoring


Planning & design of video monitoring and surveillance with a dedicated war-room for the security for 24x7
operations.
1.18 Access Control
All area of the project will be clearly defined in different security zones and rule-based access to be provided
to all users. Security logs to be generated for all control points.
1.19 Key Personnel:

The general composition of the DPR Consultant should be as follows:


Sl. Nos. of
Type of Personnel Reqd. qualification and experience
No. Personnel
M Arch/M tech. + desired experience
1 Team Leader OR 1
B Arch/ B-Tech + desired experience

 
M Arch + desired experience
2 Senior Architect OR 1
B Arch + desired experience
3 Structural Engineer M-Tech (Structure) + desired experience 1

However, the exact composition of the team shall consist of all the above-mentioned functionaries depending
on the requirement of the project. It could also consist of more than the number of one type of functionaries,
as decided by consultant and UPPWD depending on the requirement of the project.
The consultant shall have to bring the key personnel Team Leader, Structural Engineer and Senior Architect
for the Concept Design Presentation and necessary interaction.
The proposed team leader should have worked for atleast two years with the firm. If this is not complied with,
the bid of the consultant shall be termed as non responsive.
If the CV of any key personnel is not signed by the respective proposed key personnel the same shall not be
considered for technical evaluation. If most of the CVs of key personnel are not signed by the respective
proposed key personnel, the bid of the consultant shall be termed as non responsive.

1.20 The following activities shall attract penalties which shall be deducted from the running bill for
consultancy services:
Sl. Activities Penalty
No.
1 Report Submission If there is any delay in report submission, UPPWD may impose
a penalty upto Rs. 5000/- (Rupees Five Thousand Only) from the
running bill of DPR Consultant .
2 Absent from Duties For any reason whatsoever, if any team member remains absent
from duty for a cumulative period of more than 15 working days
in a year or more than 5 working days at one time, the consultant
shall deploy personnel of equal or higher qualification and
experience under the intimation to UPPWD. In the event of the
failure of the consultant to do so, UPPWD may
impose a penalty upto Rs.10,000/- (Rupees Ten Thousand Only)
from the running bill of DPR Consultant .
3 Change of Manpower If, there is any change in manpower
a) Team Leader -1 time.
b) Key personnel- 2 times.
However, in exceptional circumstances it can be relaxed even for
more with the concurrence of UPPWD, but in no case the
replacement CV of Key Personnel or Team Leader shall be less
than the original CV.
4 Performance of the If, the service of a team member provided by the Consultant is
team members not acceptable to the UPPWD, the Consultant shall replace the
team member within 07 days of given such notice. If the
Consultant fails to quickly deploy/replace a team member as
instructed by the Employer, the Employer may make temporary
arrangement. The temporary deployment/replacement shall be
paid by the UPPWD with commensurate deduction from the
running bill of the DPR Consultant .

1.21 Responsibilities: The consultant will share the responsibility for any fault/any shortcomings found in
structural design and safety. Similarly, consultant will also be responsible for any shortcomings in preparation
of QA & QC modules.

 
2.0 TIME SCHEDULE AND MILESTONES
2.1 Time Schedule
The timelines for the project are as follows:
Phase Stage Time from the date of Start of Work (months)

Phase 1 Stage 1 to 6: 1.5 (One Point Five) months

2.2 Milestones: - The consultant shall deliver the following to the UPPWD:

Sl. Deliverable Time from the date of


No. Start of Work
Phase I – Preconstruction
1 Submission of Concept Drawings, 3D view, walkthrough for the 1 week
Proposed Buildings with elevations and sections and making
presentations before the client department for obtaining
comments/suggestion & developing final concept drawings for
obtaining approval thereof and submission of DPR for approval
of UPPWD / Client.
2 Submission of Preliminary drawings / design necessary for 2 weeks
obtaining Local bodies approval(s), and submission of drawings /
details in proper formats to the concerned local bodies for
obtaining NOC / sanctions / approval for construction.

3. Pursuing & Liaison with various authorities for obtaining approval 3 weeks
of municipal drawing therefrom.
4. Submission draft detailed cost estimates based on UPPWD SOR/ 4 weeks
Delhi Analyzed Rate (DAR)/ Delhi Schedule of Rates (DSR),
latest version as applicable on the date of submission, duly
enhanced by approved Cost Index, in respect of SOR/DSR Items
and on market rates for Non- SOR/DSR items of the work along
with market rate analysis and supporting market rate
quotation(s); details of measurements, technical specifications,
detailed architectural services & sufficient structural drawings
and obtaining the approval thereof, and submitting copies of the
approved detailed cost estimates with all related documents.
5. Submission of final Bill of quantities, Tender drawings and Bid 5 weeks
document for inviting bids for construction on EPC mode and
obtaining approval thereof from UPPWD, and submitting copies
of the approved bid documents.

 
6. Submission of minimum six sets in hard copy (A-1 size) and soft copy 6 weeks
in MS Word, MS Excel, Power point & AutoCAD format in Pen drive
in two set of all detailed & working architectural, services, structural
drawings (duly proof checked from agency nominated by UPPWD and
vetting from IIT, NIT or Govt. Engineering College) Good for
Construction (GFC), after obtaining approval of UPPWD of the draft
drawings.
Supplying one number of model of minimum size of 6 ft. x 4 ft.
showing Master plan & various components of Buildings is to be
provided free of charge at the location asked by the UPPWD.
Drawings shall be prepared on CADD (latest version) and structural design on STAAD (latest
version). All approvals shall be given by the UPPWD as per the schedule mentioned above along
with soft copy (Dwg) of drawings & details in CD/ Data card/ Pen drive.

2. Payment of Remuneration:
The fee includes planning, designing, travel expenses for attending meetings with UPPWD/Clients/ visits
to local authorities, etc. by the Consultant and or by their technical persons. In case of non- deployment,
recovery as mentioned in clause 1.25 of TOR shall be made from the running bills of the Consultants.
All payments shall be made in Indian currency only.
(a) The Consultancy Fee:
UPPWD agrees to pay the Consultant fees for the professional services to be rendered by them
as herein above described at Section-4 (TOR).
The payment of fee to the Architect firm/consultant shall be restricted as per following. For the
purpose of payment of fees, the total consultancy fee shall be limited to the lowest of the
following:

 0.75% of the net sanctioned cost* (Excluding Contingencies, centages, agency


charges, GST & Bought out items and any other charges directly paid to the other
agency or department).
However, if there is change in scope of work of the project on the basis of
addition, deletion or modification of certain project features/requirements, the
fee will be increased or decreased on prorata basis subject to above criteria.

The running payment shall be continued to be paid as per clause 4.0 of TOR but the final
payment shall be adjusted according to the above.
(b) The above fee is inclusive of fee payable by the consultant to any other consultant/ Associate(s)/
proof checking agencies and nothing extra shall be payable by UPPWD for this purpose.
(c) The Consultant shall submit all running bills and final bill to UPPWD of respective work. All the
required documents e.g. measurement sheet and Tax invoice etc. shall also be submitted.
*The cost shown in the NIT is an approximate cost, the actual sanctioned cost may vary from it upon sanctions
issued by the administrative department.

3. Mode of Payment:
% Cumulative
Stage SI. No. Milestone payment percentage
payment

Stage-1 Pre – construction stage


On Approval of concept plan, Master plan &
I. Detailed architectural design 25 25

 
On Submission of Detailed Estimate, DPR
II. along with Tender document and Drawings. 25 50
On Checking and approval of Detailed
Estimate & DPR

On Submission of application for clearances


III. 35 85
and approvals from statutory bodies and
submission of approved drawings, submission
of structural drawings duly vetted from IIT/
NIT/ Govt Engg. College, Submission of
tender documents of EPC contractor.
IV. 7.5 92.5
3 months on completion since the date of
commencement to the EPC Contractor and
Preparation of QA and QC Modules along
with supplying one number of model of
minimum size of 6 ft. x 4 ft. showing
Master plan & various components of
Buildings is to be provided free of charge
at the location asked by the UPPWD
V. 7.5 100
6 months on completion since the date of
commencement to the EPC Contractor

Note:-
a. No claim/ additional fees on account of any price variation/ Escalation on whatsoever ground shall be
entertained at any stage of works. Quoted fees shall be firm and fixed for entire contract period as well
as extended period for completion of the works.
b. Consultant shall submit his bill along with full description about service provided, separately for both
of the works.
c. Consultant shall not claim payment against pending services or incomplete stages of work.
d. All payments paid to Consultant are advance payments in the form of running account bills & it can be
adjusted at any stage as well as during finalization of final bill.
e. In case only a part of the project is continued beyond any stage, no further payment shall be made to the
Consultant for the part not executed. Further payments shall be released proportionate to the part
continued beyond the above stage.
f. The cost of references to be made by the Consultant to his in house professional experts or outside
professional experts are included in Consultant’s fees and nothing extra will be paid by UPPWD on this
account.
g. Payment will be made to the Consultant on back to back basis after received from the owner
department.
h. Against each activity including sub activity, the consultant shall submit 6 (six) sets of drawing in the
form of hard copy & one soft copy.
i. No charges what so ever against stationary, conveyance, furniture etc shall be claimed by the
Consultant. The fee of the consultant includes all taxes, GST, Labour cess etc & even are inclusive of
all above such incidentals.
j. All the payments due to the consultant shall be made online and no cheques/ draft shall be issued.
k. The part payment against above stages on part completion of required scope of work under a
particular stage can only be released in special cases as per decision of Engineer in-charge by
mentioning the reasons for the same.

 
Section-5

ELIGIBILITY CRITERIA
FOR
EVALUATION

 
CRITERIA FOR EVALUATION

1. Eligibility Criteria for Responsiveness of the bid

The valid & eligible empaneled consultants in UPPWD are to submit RFP.
i) The Bidders are required to upload and submit page of summarized audited Balance Sheet and
also page of summarized audited Profit & Loss Account for immediate last preceding 5 (Five)
years. The tenderer shall submit TDS certificates/Form-26AS/Form-16A and Audited balance
sheets/P&L Account clearly indicating the Consultancy Fee received for Project Management
Consultancy services from Central & State Govt., Public Sector Undertaking (PSU) of
Central & State Govt., Private Sector, Authority/Corporation. All Photostat document should
be self attested. In case, the tenderer/s is a partnership firm, the turnover etc. shall be in the
name of partnership firm only. (Annexure VIII)
ii) Any entity which has been barred by Central Govt. in India/State Government or by any PSU
of Central Government/ State Govt. of UP.(or any entity controlled by such barred entity),
from participating in any project, and the bar subsists as on date of Bid, would not be
eligible to submit the Bid. The applicant must submit a duly notarized affidavit to this effect.
iii) The Bid submitted by the Bidders must remain valid for 120 days from the last date of
submission of Bid including the extension(s) given, if any.(Annexure I)
iv) The bids must be accompanied by Cost of Bid document & Tender/bid fee.
v) The bidder must submit the unconditional letter of acceptance of bid conditions.
(Annexure-II)
vi) The bidder must submit the Integrity pact for the consultancy fee. (Annexure-III)
vii) The bidder must submit the work experience certificate along with the details of similar work.
(Annexure VI)
Any conditional bid or bids not accompanied with above shall be considered as non responsive &
shall be summarily rejected, not considered for Design Concept Presentation (PPT and Video, if
any) & Technical Evaluation.

2. (A) Technical Capability:


Experience of having independently provided Architectural Consultancy & preparation of
DPR work for project of construction of multi-storey (atleast 4 storeyed), academic,
administrative/ non-residential & residential building fulfilling the NBC, Fire safety & other
relevant norms during the last 10 (ten) years.

i) Key Personnel:- team Leader, Senior Architect & Structural Engineer of qualification &
experience as laid down in TOR Clause 1.19.
ii) Experience of preparing DPR for GRIHA rated projects.
iii) The past experience in specific nature of work should be supported by certificates issued by the
client’s organization. In case the work experience is of private sector, the completion certificate
shall be supported with copies of the letter of award/ contract agreement and corresponding TDS
Certificates. For the purpose of evaluation of bids, the value of work will be considered
commensurate with the value of TDS Certificates.
iv) For the purpose of this section, the value of executed works shall be computed by applying
escalation on the actual value of work done at a simple rate of 8% per annum.
v) Certificate of work experience (if required) and other documents as specified in the Bid shall be
scanned and uploaded to the e-Tendering website within the period of bid submission.
vi) The firms/ associated firm (as partner or employee) should be registered with the Council of
Architecture.
(B) Financial Capability:
i) The Bidders are required to upload and submit page of summarized turnover, audited
 
Balance Sheet and also page of summarized audited Profit & Loss Account for
immediate last preceding 5 (Five) years. The tenderer shall submit TDS certificates/
Form-26AS/Form-16A and Audited balance sheets/ P&L Account clearly indicating
the Consultancy Fee received for Project Management Consultancy services from
Central & State Govt., Public Sector Undertaking (PSU) of Central & State Govt.,
Private Sector, Authority/Corporation. All Photostat copies of documents should be
self attested. In case, the tenderer/s is a partnership firm, the turnover etc. shall be in
the name of partnership firm only. (Annexure VIII)
ii) The Bidders are required to upload and submit the solvency certificate costing minimum
Rs. 2 Crore duly issued by chartered accountant and valuer or Banker.

3. Technical Evaluation:
The technical evaluation of the Bids who meet the above eligibility criteria shall be done by Consultant
Evaluation Committee (CEC) as detailed below :-
i). First Stage of Evaluation: Consideration of Responsiveness
Each member of the CEC should first read all proposals, without scoring them. This first review helps to
determine whether the proposals are free of significant omissions or deviations from the TOR or other
key requirements of the RFP. It also allows CEC members to assess the overall clarity of the proposals
and identify elements that will require special attention in the evaluation. Proposals without earnest
money (bid security), not responding to the TOR fully and properly and those with lesser validity than
that prescribed in the RFP, conditional bid will be summarily rejected as being non-responsive, before
taking up the appraisal of the technical proposal for evaluation of quality. CEC shall evaluate each
proposal on the basis of its responsiveness to the TOR. A proposal shall be considered unsuitable and
shall be rejected at this stage if it fails to comply with important aspects as described in the RFP. A
technical proposal containing any material financial information shall also be rejected.
ii). Design Concept Presentation
To become eligible for Technical Evaluation, the Bidder must meet the minimum eligibility criteria as
prescribed in Clause 1 above.

Under this stage, the Bids short listed after meeting the minimum eligibility criteria, shall be invited for
participating in the design concept Competition by way of presentation before the Committee constituted
for the purpose by UPPWD.
The Design Concept Presentation (PPT and Video, if any) to be mailed to eebldgcell@gmail.com, latest
by 05:00 pm of 10.08.2021, failing which it shall be considered that the consultant is non responsive.
The Design Concept Presentation by the bidder shall have to be done on the date and venue as intimated
by mail/ web portal.
The Consultant shall bring Soft & hard copy of their Design concept (already uploaded at the time of
submitting online bid) and related details at the time of presentation. The time and venue for presentation
will be intimated separately. A firm can present in the single presentation, the no. of projects for which it
has been intimated to make the presentations.
The consultant shall have to bring the key personnel Team Leader, Structural Engineer and Senior
Architect for the Concept Design Presentation and necessary interaction.

itiie). Evaluation of the Quality – Technical Proposals


Evaluation of the quality of technical proposal shall broadly comprise but not limited to the
following –
i) Consultancy firms specific experience in the relevant sector.
ii) Methodology or design concept presentation.
iii) Qualification and relevant experience of key staff.
iv) Transfer of knowledge.
Depending upon the nature and cost of the project, the benchmarks, maximum score and scoring
 
pattern for the various criteria and sub criteria shall be decided by CEC before evaluation of the
technical proposals and the same shall be circulated to all the members of the CEC, to maintain
uniform and transparent evaluation of the proposals.
In the second stage evaluation process CEC members shall apply the criteria and sub-criteria.
Each proposal should be judged on its own merits and assigned an absolute, not comparative
grade. A comparative evaluation would single out the best proposal on a relative scale. The
evaluation shall measure absolute quality scored against pre-defined criteria and sub-criteria.
Each of the technical proposals will be evaluated for the criteria prescribed in the RFP by
awarding marks so as to make the total maximum technical score of 100 (Hundred). The criteria
and weightage to each criteria or sub-criteria would depend on the requirements of each case and
may be fixed objectively.

The scheme of marks in terms of percentage is, however, proposed in Table-1 below.

Table-1. Marks in terms of percentage


Rated Criteria Range of percentage Sub criteria
for score
1. Consultancy Firm’s specific experience 15% Specific works experience (15)
2. Methodology/ Presentations understanding of TOR 25% (15)
60% detailing of methodology and work
plan 58% (35)
innovation 16% (10)
3. Qualification and relevant experience Educational qualifications 30% (6)
20% Professional experience in the
of key staff
required area of assignment 70%
(14)
4. Transfer of knowledge Capacity of consultant to
5% disseminate the knowledge to the
project by expressing the
achievement of completed projects
duly rated under GRIHA/ LEED
ratings and the special awards won
by the consultant. (5)
Overall 100 %

The CEC shall further sub divide the above criteria mentioned in Table-1 into sub-criteria. The number of sub-
criteria shall be kept to the minimum that is considered essential. For example, methodology criteria can be sub-
divided into sub-criteria as:

Consultancy Firm’s specific experience (15 marks)


Experience of having independently provided providing Architectural and Design Services(DPR Preparation)
defined in the TOR of present work) for completed project of construction of multi-storey (atleast 4 storeyed),
academic, administrative/ non-residential & residential building fulfilling the NBC, Fire safety & other relevant
norms during the last 10 (ten) years.
Methodology and Presentation (60 marks):
i) Understanding of TOR (15 marks)-
Knowledge of relevant applicable laws and obtaining of the statuary clearances.
Contract management plan including post construction plan.
ii) Detailing of methodology and work plan (35 marks)-
(A) Design scheme/concept planning
a) Overall Landscape Plan with integration of open and built spaces
b) 3D view of entire job and landscaping

 
c) Site Planning & Orientation: Massing (Compactness), Circulation (integration),
Landscape blending with existing profile. Optimum use and Cost effective Land
Utilization & Grouping of Functions, Economical design. Cost effective Site
Utilization & Grouping of functions, economical design.
d) Schematic Flow Diagram, Zoning of Departments (Micro Zoning)
Residential
Academic
e) Planning grid and work grid (modules)
f) Activity relationship including placing of departments floor wise, horizontally or
vertically.
g) Structural design in terms of sensitivity to location, appropriate materials for
construction and seismic factors.
h) Services (Electrical services, Fire detection and alarm systems, Lifts, escalators, water
pumps then lightning protection and earthing systems, water supply and public health
engineering requirements.)
iii) Innovation (10 marks)- A write up shall be submitted on how the consultants design will be
cost and energy effective.
Principles of Life Cycle Cost and accomplished advance/ latest technologies and
innovative materials and finishes (other than conventional technologies/ materials)
proposed to be used in the project.
Aesthetics/ Green Building features, Disaster resistant methods/ technologies,
Infrastructure for persons with disabilities.
Incorporation of environment friendly and sustainability considerations in planning and
design considering the use of eco-friendly materials, locally available materials and
maximization of retention of existing trees at site.
Innovative Modern and/or Contemporary, State of the Art Architectural features.
Uses of new materials and technology including waste materials.
Innovative usage/disposal of waste materials.
Note: Above is only an illustrative list, the consultant can come up with new ideas also.
Qualification and relevant experience of key staff (20 marks):
The criteria for suitability of the key professionals shall be judged based on educational qualification and
experience:
a) Educational qualifications (6 marks);
b) Professional experience including associate consultant/counterpart, in the required area of
assignment (14 marks).

Transfer of knowledge (5 marks):


Capacity of consultant to disseminate the knowledge to the project by expressing the achievement of
completed projects duly rated under GRIHA/ LEED ratings.
The special awards won by the consultant for constructing Energy conservation, Green Buildings,
Signature Buildings.
CEC members shall carry out the evaluation independently and score the proposal based on the rating
criteria. The CEC evaluation shall be based on the proposal as submitted. Under no circumstances can the
CEC request information or clarifications that may change the proposals. Issues to be clarified with the
selected consultant will have to be discussed during negotiations. Individual evaluators’ results are
recorded on pre-established worksheets. After each member has independently rated all criteria and sub-
criteria. It is a good practice to read each proposal again to ensure that scores reliably reflect the quality of
the proposal.
Next, the CEC shall conduct a joint review and discuss the merits of individual evaluations and scores. If a
discussion is needed to reach a final decision, an independent party should prepare minutes. Finally, the scores
given by different members may be averaged out. During the meeting, the CEC shall also comment on the strengths
and weaknesses of all proposals that have met the minimum technical score indicated in the RFP. This will help
identify any elements in the winning proposal that should be clarified during negotiations.
Eventually, for each of the technical proposals, the CEC shall calculate the average of the scores allocated to each
criterion by all members, establish the technical ranking of the proposals, identify the best and propose it for award.
The consultant shall have no right to challenge the marks assigned by the individual member of the committee
 
and, individual member of the committee shall have no liability to applicant in this regard. No correspondence
would be entertained challenging or contesting the marking by the individual member of the committee.

4. Key Personnel:
The general composition of the DPR Consultant should be as follows:
Sl. Nos. of
Type of Personnel Reqd. qualification and experience
No. Personnel
M Arch/M tech. + desired experience
1 Team Leader OR 1
B Arch/ B-Tech + desired experience
M Arch + desired experience
2 Senior Architect OR 1
B Arch + desired experience
3 Structural Engineer M-Tech (Structure) + desired experience 1

However, the exact composition of the team shall consist of all the above-mentioned functionaries
depending on the requirement of the project. It could also consist of more than the number of one type
of functionaries, as decided by consultant and UPPWD depending on the requirement of the project.
The consultant shall have to bring the key personnel Team Leader, Structural Engineer and Senior
Architect for the Concept Design Presentation and necessary interaction.
The proposed team leader should have worked for atleast two years with the firm. If this is not
complied with, the bid of the consultant shall be termed as non responsive.
If the CV of any key personnel is not signed by the respective proposed key personnel the same shall not
be considered for technical evaluation. If most of the CVs of key personnel are not signed by the
respective proposed key personnel, the bid of the consultant shall be termed as non responsive.
5. Precise and exact markings of some of the criteria cannot be specified in RFP. For such cases a
technical evaluation’s possible example of rating could be:
Rating Assessment Detailed Evaluation, in case of unquantifiable Criteria Marks
A Very Good The service providers have outstanding, advanced expertise in Full Marks
specific problem areas of the assignment that can promise an excellent
execution of the assignment. The service providers’ staff includes top
experts in the field of the assignment. The service providers are
considered world-class specialists in the approaches and
methodologies dealing with specific issues in the assignment. The
service providers operate according to well-
Established Quality Management (ISO 9002 etc.) Procedures.
B Good The service providers have extensive experience in the field of the 80% of Full
assignment and have worked in Regions and Sectors with similar Marks
physical and institutional conditions, including similar critical
issues. Permanent staffs are adequate and highly qualified to cover
the requirements of the assignment. The service providers have
experience with advanced approaches and methodologies for
dealing with the specific requirements of the assignment.
C Satisfactory The service providers have experience in the field of assignments 60% of Full
similar to the one being considered, but have not dealt with critical Marks
issues specific to it (such as, for instance, delicate social or
environmental issues). The service providers are experienced in
the use of standard approaches and methodologies required for the
assignment. The service providers’ permanent staffs are adequate.

D Unsatis- The service provider has experience which is not considered 30% of Full
factory adequate for the quality needed by the project. Marks

E Not Relevant The service provider’ experience has no or little relevance to the 10% of Full
project under consideration. Marks

 
The evaluation of the proposals shall be carried out by evaluation of responsiveness, specific works
experience, qualification & experience of Key Personnel and Concept Plan Presentation is taken up.
The evaluation shall be carried out in full conformity with the provisions of the RFP.
CEC duties are to be discharged personally by the nominated officers. They may take help of their
subordinate officers by way of reports/evaluations, but they would still be answerable for such
decisions. CEC members cannot co-opt or nominate others to attend deliberations on their behalf.
CEC deliberations are best held across the table and not through circulation of notes.
All members of the CEC should resolve their differences through personal discussions instead of
making to and fro references in writing. In cases where it is not possible to come to a consensus and
differences persist amongst CEC members, the reasons for dissent of a member should be recorded in
a balanced manner along with the majority’s views on the dissent note. The final recommendations
should be that of the majority view. However, such situations should be rare.
The committee reserves the right to assess the capacity of the bidder that whether the consultant is
capable for carrying out projects more than one in numbers.

 
Section-7

FORMATS & ANNEXURES

 
(on non judicial stamp paper as applicable in UP)

AGREEMENT FORM
This agreement made this day of ----------(Month)-------- (Year)--------, between the UPPWD
(Uttar Pradesh Public Works Department), a government of Uttar Pradesh Department having its
Office at 96, M. G. Marg, Lucknow – 226 010 (Uttar Pradesh). (hereinafter referred to as the
“UPPWD” which expression shall include its administrators, successors, executors and assigns)
of the one part and --------------------
(hereinafter referred to as the “Consultant” which expression shall unless the context requires
otherwise include its administrators, successors, executors and permitted assigns) of the other
part.
WHEREAS, UPPWD, has desirous of construction of “ ----------------------------------------------- ”
(hereinafter referred to as the “PROJECT”) on behalf of the ---------------------
(hereinafter referred to as “Employer”) as Architectural & design Consultant (for DPR), had
invited Bids as per Bid documents vide NIT No. -----------------------------
Date ------------ and Corrigendum No. ----------------- & Amendment No. ---------------
dated ------------ uploaded on website for Engaging Consultant for Architectural planning,
Designing and Detailing ------------------------------------- --.

AND WHEREAS ------------------------ had participated in the above referred Bid


vide their TECHNICAL & Financial Bid ----------------- dated----------------- and
subsequent clarifications vide letter --------------------- dated ---------------------------- in response
to UPPWD ‟s letter No. ----------------- dated -------------- --.

UPPWD has accepted their aforesaid Bid and awarded the contract for Consultancy Services for
Architectural planning, Designing and Detailing of --------------------------
vide Letter of Award No. dated
------------------- which have been unequivocally accepted by------------------------------ vide their
acceptance dated -----------------------.

NOW THEREFORE THIS DEED WITNESSETH AS


UNDER: ARTICLE 1.0 – AWARD OF CONTRACT
1.1 SCOPE OF WORK

UPPWD has awarded the contract to ............................................................ for the work


of Architectural & design Consultant (for DPR) Services for the construction of
...........................................
…………………………………….as per contract document defined in Article
2.0 below. The award has taken effect from 7 th day of issue of aforesaid Letter of Award
(LOA). The terms and expressions used in this agreement shall have the same meanings as
are assigned to them in the “Contract Documents” referred to in the succeeding Article.

ARTICLE 2.0 – CONTRACT DOCUMENTS

 The contract shall be performed strictly as per the terms and conditions stipulated herein
and in the following documents attached herewith (here in after referred to as “Contract
Documents”).
a) UPPWD’s Notice Inviting Bid vide NIT No. ----------------------------------
Dated --------------- comprising Bid document (Section --- to ----------------------- ).
b) Corrigendum No. -----------& Amendment No. ----------- dated ---------

 
c) ----------------- vide Technical & Financial Bid ---------------dated -------------- --.
d) UPPWD letter No. dated .
e) clarifications vide letter dated .

 UPPWD’s Letter of Award dated .


 Minutes of the kick off meeting held on ---------------------------------------------------- --.
 All the aforesaid contract documents referred to in above shall form an integral part of this
Agreement, in so far as the same or any part thereof column, to the Bid documents and
what has been specifically agreed to by UPPWD. Any matter inconsistent therewith,
contrary or repugnant thereto or deviations taken by the Consultant in its “BID” but not
agreed to specifically by UPPWD in its Letter of Award, shall be deemed to have been
withdrawn by the Consultant without any cost implication to UPPWD. For the sake of
brevity, this Agreement along with its aforesaid contract documents and Letter of
Award shall be referred to as the “Contract”.

ARTICLE 3.0 – CONDITIONS & CONVENANTS

 The scope of Contract, Consideration, terms of payments, advance, security deposits, taxes
wherever applicable, insurance, agreed time schedule,
compensation for delay and all other terms and conditions contained in aforesaid
contract documents. The contract shall be duly performed by the Consultant strictly and
faithfully in accordance with the terms of this contract.
 The scope of work shall also include all such items which are not specifically mentioned
in the Contract Documents but which are reasonably implied for the satisfactory
completion of the entire scope of work envisaged under this contract unless otherwise
specifically excluded from the scope of work in the contract documents.
 Consultant shall adhere to all requirements stipulated in the Contract documents.
 Time is the essence of the Contract and it shall be strictly adhered to. The progress of
work shall conform to agreed works schedule/contract documents.
 This agreement constitutes full and complete understanding between the parties and terms
of the presents. It shall supersede all prior correspondence to the extent of inconsistency
or repugnancy to the terms and conditions contained in Agreement. Any modification of
the Agreement shall be affected only by a written instrument signed by the authorized
representative of both the parties.
 The total Consultancy fee for the entire scope of this contract as detailed in Letter of
Award (LOA) is Rupees ------------------ ( Rupees -----------------------
only) is inclusive of GST.

ARTICLE 4.0 – NO WAIVER OF RIGHTS


4.1 Neither the inspection by UPPWD or the Engineer-in-Charge or Client or any of their
officials, employees or agents nor order by UPPWD or the Engineer-in- Charge for
payment of money or any payment for or acceptance of, the whole or any part of the work
by UPPWD or the Engineer-in-Charge nor any extension of time nor any possession
taken by the Engineer-in-Charge shall operate as waiver of any provisions of the contract,
or of any power herein reserved to UPPWD, or any right to damage herein provided, nor
shall any waiver of any breach in the contract be held to be a waiver or any other or
subsequent breach.

 
ARTICLE 5.0 – GOVERNING LAW AND JURISDICTION
5.1 The Laws applicable to this contract shall be the laws in force in India and jurisdiction of
Lucknow Court (s) only.

5.2 Notice of Default

Notice of default given by either party to the other party under the Agreement shall be in
writing and shall be deemed to have been duly and properly served upon the parties hereto,
if delivered against acknowledgment due or by FAX or by registered mail duly addressed
to the signatories at the address mentioned herein above.

IN WITNESS WHEREOF, the parties through their duly authorized representatives have
executed these presents (execution whereof has been approved by the Competent
Authorities of both the parties) on the day, month and year first above mentioned at ------
----------------

For and on behalf of: For and on behalf of:

(Name of Consultant) UPPWD.

WITNESS: WITNESS:
1. 1.

2. 2.

 
ANNEXURE–I
AFFIDAVIT
(To be submitted by Bidder on non-judicial stamp paper of Rs. 100/-
(Rupees Hundred only) duly attached by Notary Public)
Affidavit of Mr. ........................................................S/o...............................................................
R/o ................................................................................................................................................
I, the deponent above named do hereby solemnly affirm and declare as under:

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


Having its Head Office / Regd. Office at ……………..........................................………
2. That the information / documents / Experience certificates submitted by
M/s………………………............…. along with the Bid for .................................. (Name
of work) ................ To UPPWD. are genuine and true and nothing has been concealed.
3. The undersigned confirms that the bid shall be valid for 120 days (one hundred & twenty
days) from the opening date of RFP bids.
4. I shall have no objection in case UPPWD verifies them from issuing authority (ies). I
shall also have no objection in providing the original copy of the document(s), in case
UPPWD demand so for verification.
5. It is certified that all approved makes (more than three make) for each respective item
to be used in the works are proposed by us Make in India (MII) only as per the norms
of minimum local content required as defined in the public procurement (preference to
Make in India) order 2017 or any subsequent revision. The makes shall be got approved
by Chief Engineer (Building Cell)/Chief Engineer (E/M) as the case may be.
In case, where reputed MII makes are not available, names of any imported/foreign
makes shall not be specified, instead requisite specifications of the materials shall be
given in the Bid.
6. I hereby confirm that in case, any document, information & / or certificate submitted by
me found to be incorrect / false / fabricated, UPPWD at its discretion may disqualify /
reject / terminate the bid/contract and also forfeit the all dues.

7. I shall have no objection in case UPPWD verifies any or all Bank Guarantee(s) under
any of the clause(s) of Contract including those issued towards Performance Guarantee
from the Zonal Branch /office issuing Bank and I/We shall have no right or claim on
my submitted Performance Guarantee before UPPWD receives said verification.
8. I hereby confirm that our firm /company and sub-consultant is not blacklisted/ barred
/banned from Tendering by UPPWD /State Government/Central Government/All state
and Central government PSU. If this information is found incorrect, UPPWD at its
discretion may disqualify / reject / terminate the bid/contract.
9. The person who has signed the Bid documents is our authorized representative. The
Company is responsible for all of his acts and omissions in the Bid.

I, ....................................., the Proprietor / Authorized signatory of M/s............. ...........


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

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


DEPONENT
ATTESTED BY (NOTARY PUBLIC)

 
ANNEXURE-II

ACCEPTANCE OF BID CONDITIONS

From: (To be submitted in ORIGINAL on the letter head of the company by the authorized officer
having power of attorney)

To
UPPWD,

Sub: Name of the work & NIT No.:

Sir,

1 This has reference to above referred Bid. I/We are pleased to submit our Bid for the above
work and I/We hereby unconditionally accept the Bid conditions and Bid documents
in its entirety for the above work.

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

3 I/We have viewed and read the terms and conditions of UPPWD carefully. I/We have
downloaded the following documents forming part of the Bid document:

a) Notice Inviting E-Tender


b)
i) RFP in the form of technical bid with scanned document prescribed in para-6 of
ITB.
ii) Financial bid in INR.
c) General Conditions of Contract
d) Special Conditions of Contract (SCC), if applicable
e) Site Layout/ Plan, Drawings if available
f) Annexure-I to Annexure-XII
g) Corrigendum / Addendum / Other documents, if any.

Yours faithfully,

Dated
(Signature of the Bidder)
With rubber stamp

 
Annexure-III
(on a Rs. 100 non judicial stamp paper)

INTEGRITY PACT

BETWEEN

UPPWD (Uttar Pradesh Public Works Department) hereinafter referred to as “The Principal” (which
expression, unless repugnant to the context thereof, shall mean and include its legal representatives, heirs and
assigns)
AND

………………………………………...here in after referred to as “The Bidder/Consultant” (which


expression, unless repugnant to the context thereof, shall mean and include its legal representatives, heirs and
assigns)

Preamble
The Principal intends to award, under laid down organizational procedures, contract(s) for (Name of the
contract) .....................................(hereinafter referred to as the
“Project”). The Principal necessarily requires full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/ transparency in its relations with its Bidder(s) and/or
Consultant(s).
In order to achieve these goals, the Principal will appoint an Independent External Monitor (IEM), who will
monitor the Bid process and the execution of the contract for compliance with the Integrity Pact by all
parties concerned, for all works covered in the Project.

To meet the purpose aforesaid both the parties have agreed to comply this Integrity Agreement (hereinafter
referred to as "Integrity Pact" or "Pact"), the terms and conditions of which shall also be read as integral part
and parcel of the Tender/Bid documents and Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree as
follows and this Pact witnesses as under:

Section 1 – Commitments of the Principal Obligations on Principal


The Employer is committed to follow the principle of Transparency, Equity and Competitiveness in Public
Procurement.
 The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles: -
a. No employee of the Principal, personally or through family members or through any other channel, will
in connection with the Bid for or the execution of a contract, demand, take a promise for or accept, for
self or third person, any material or immaterial benefit, which the person is not legally entitled to.

b. The Principal will, during the Bid process treat all Consultant(s)/ Bidder(s) with equity and reason. The
Principal will in particular, before and during the Bid process, provide to all Consultant(s)/Bidder(s) the
same information and will not provide to any Consultant(s)/ Bidder(s), confidential/additional
information through which the Consultant(s)/Bidder(s) could obtain an advantage in relation to the Bid
process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons. The Principal shall obtain
bids from only those parties who have been short-listed or pre-qualified or through a process of open
advertisement/ web publishing or any combination thereof.

 
 If the Principal obtains information on the conduct of any of its employees, Consultant(s) or Bidder(s),
which is a criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this regard, the
Principal will inform the Vigilance Department or the principal will take remedial actions as per
department/conduct rules and subject to its discretion, can additionally initiate disciplinary actions.

 The Principal will enter into agreements with identical conditions with all Consultant(s)/ Bidder(s) for the
different Work Packages in the aforesaid Project.

 The Principal will disqualify from the Bid process all Consultant(s)/ Bidder(s), who do not sign this Pact
or violate its provisions.

Section: 2 – Commitments of the Bidder(s) / Consultant(s)


To accept and comply with the Integrity Agreement in letter and spirit and further agree that execution of
the said Integrity Agreement shall be separate and distinct from the main contract, which will come into
existence when Tender/bid is finally accepted by Employer. Duration of the Integrity Agreement shall be
in the line with section 9 of the Integrity Agreement.
Bidder/Consultant acknowledge that in the event of breach of the Integrity Agreement Employer shall
have unqualified, absolute and unfettered right to take action under section 3.

 It is required that each Bidder/ Consultant (including their respective officers, employees and associate
consultants) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes
aware, during the Bidding process and throughout the negotiation or award of a contract.
 The Bidder(s) / Consultant(s) commit(s) itself/themselves to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his participation in the Bid
process and during the contract execution.

(a) The Bidder(s)/ Consultant(s) will not, directly or through any other person or firm offer, promise or
give to any of the Principal’s employees involved in the Bid process or the execution of the contract
any material or other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage, of any kind whatsoever, during the Bid process or during the execution of the
contract.
(b) The Bidder(s)/ Consultant(s) will not enter with other Bidders into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to prices, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to introduce cartelization in the bidding process.
(c) The Bidder(s)/ Consultant(s)will not commit any offence under the relevant IPC/PC Act. Further the
Bidder(s)/ Consultant(s) will not use improperly, for purpose of competition or personal gain, or
pass on to others, any information or document provided by the Principal as part of the business
relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
(d) The Bidder(s)/ Consultant(s) of foreign origin shall disclose the name and address of the Agents/
representatives in India, if any. Similarly, the Bidder(s)/ Consultant(s) of Indian Nationality shall
furnish the name and address of the foreign principals, if any. Either the Indian agent on behalf of
the foreign principal or the foreign principal directly could bid in a Tender but not both. It shall be
incumbent on the Indian agent and the foreign principal to Adhere to the relevant guidelines of
Government of India, issued from Time to time regarding availing services of Indian Agents for
foreign Suppliers.
Further details as mentioned in the “Guidelines on Indian Agents of Foreign Suppliers” shall be
disclosed by the Bidder(s)/ Consultant(s). Further, as mentioned in the Guidelines all the payments
made to the Indian agent/representative have to be in Indian Rupees only.
(e) The Bidder(s)/ Consultant(s)will, when submitting his bid, disclose any and all payments he has
made, is committed to or intends to make to agents, brokers or any other intermediaries in connection
with the award of the contract.
(f) The Bidder(s)/ Consultant(s) to disclose any transgression with any other company that may impinge

 
on the anti-corruption principle.
 The Bidder(s)/ Consultant(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
 The Bidder(s)/ Consultant(s) will not, directly or through any other person or firm indulge in fraudulent
practice means a wilful misrepresentation or omission of facts or submission of fake/ forged documents
in order to induce public official to act in reliance thereof, with the purpose of obtaining unjust advantage
by or causing damage to justified interest of others and/ or to influence the procurement process to the
detriment of the Government interests.
 The Bidder(s)/ Consultant(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential or actual injury may befall
upon a person, his/ her reputation or property to influence their participation in the bidding process).
 The Bidder(s)/ Consultant(s) signing IP shall not approach the Courts while representing the matters to
IEM and he/she will await their decision in the matter.
 The Bidder(s)/ Consultant(s), shall take the responsibility of the adoption of IP by its associate consultants
also.

Section 3- Disqualification from Bidding process and/or exclusion from future contracts.
Without prejudice to any rights that may be available to the Employer under law or the Contract or its
established policies and laid down procedures, the Employer shall have the following rights in case of breach
of this Integrity Pact by the Bidder(s)/ Consultant(s) and the Bidder/ Consultant accepts and undertakes to
respect and uphold the Employer absolute right:
 If the Bidder(s)/ Consultant(s), before awarding the Project or during execution has committed a
transgression by violating Section 2 above or in any other form so as to put his reliability or credibility in
question, the Principal, at its sole discretion, after giving proper opportunity to the Bidder is entitled to
disqualify the Bidder(s)/ Consultant(s) from the Bid process or terminate the contract, if already awarded
or exclude the Bidder/ Consultant from future contract award processes, for that reason, without prejudice
to any other legal rights or remedies available to the Principal under the relevant clauses of GCC/SCC of
the Tender/ contract. The imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Principal. Such exclusion may be forever or for a limited period as
decided by the Principal.
 If the Consultant(s)/ Bidder(s) has committed a transgression through a violation of any of the terms under
Section 2 above or in any other form such as to put his reliability or credibility into question, the
Principal will also be entitled to exclude such Consultant(s)/ Bidder(s) from future Bids/ contract award
processes. The imposition and duration of the exclusion will be determined by the Principal, keeping in
view the severity of the transgression. The severity will be determined by the circumstances of the case,
in particular, the number of transgressions and/ or the amount of the damage.
 If it is observed after payment of final bill but before the expiry of validity of Integrity Pact that the
consultant has committed a transgression, through a violation of any of the terms under Section 2 above
or any other term(s) of this Pact, during the execution of contract, the Principal will be entitled to exclude
the consultant from further Bid/contract award processes.
 The exclusion will be imposed for a minimum period of six (6) months and a maximum period of three
(3) years.
 If the Consultant(s)/ Bidder(s) can prove that he has restored/recouped the damage to the Principal caused
by him and has installed a suitable corruption prevention system, the Principal may, at its sole
discretion, revoke or reduce the exclusion period before the expiry of the period of such exclusion.

Section 5- Compensation for Damages


 If the Principal has disqualified the Bidder(s)/ Consultant(s) from the Bid process prior to the awarding of
the Project according to Section 3, the Earnest Money Deposit (EMD)/ Bid Security furnished, if any,
along with the offer, as per terms of the Invitation of Bid, shall also be forfeited. The Bidder(s)/
Consultant(s) understands and agrees that this will be in addition to the disqualification and exclusion of

 
the Consultant(s)/ Bidder(s) as may be imposed by the Principal, in terms of Section 3 above.

 If, at any time after the awarding of the Project, the Principal has terminated the contract according to
Section 3, or if the Principal is entitled to terminate the contract according to Section 3, the Security
Deposit/Performance Bank Guarantee furnished by the consultant, if any, as per the terms of the
NIT/Contract shall be forfeited without prejudice to any other legal rights and remedies available to the
Principal under the relevant clauses of General/ Special Conditions of Contract.
The Consultant(s)/ Bidder(s) understands and agrees that this will be in addition to the disqualification
and exclusion of the Bidder(s)/ Consultant(s), as may be imposed by the Principal in terms of Section 3
above.

Section 6- Previous transgression


 The Bidder(s)/ Consultant(s) herein declares that it has committed no transgressions in the last 5 years
with any other Company in any country conforming to the anti-corruption approach as detailed herein
or with government/ Central Government or State Government or any other Public Sector Enterprise in
India that could justify its exclusion from the Bid process.

 If at any point of time during the Bid process or after the awarding of the Contract, it is found that the
Bidder(s)/ Consultant(s) has made an incorrect statement on this subject, he can be disqualified from the
Bid process or if, as the case may be, that the Contract, is already awarded, it will be terminated for such
reason and the Bidder(s)/ Consultant(s) can be black listed in terms of Section 3 above.

 If the Bidder/ Consultant can prove that he has resorted/ recouped the damage caused by him and has
installed a suitable corruption prevention system, the Employer may, at its own discretion, revoke the
exclusion prematurely.

Section 7 – Criminal charges against violating Bidder(s)/Consultant(s)/Associate consultant(s)

If the Principal obtains knowledge of conduct of a Bidder/ Consultant or any employee or a representative
or an associate of a Bidder/ Consultant, which constitutes a criminal offence under the IPC/ PC Act, or if
the Principal has substantive suspicion in this regard, the Principal will forthwith inform the same to the
Vigilance Department.
Section 8 – Duration of the Integrity Pact
This Pact shall come into force when both parties have legally signed it. The Pact shall expire, in case
of the Consultant(s), 3 (three) months after the last payment under the Contract is made and in case of the
unsuccessful Bidder(s), 2 (two) months after the contract for the project has been awarded.

If any claim is made / lodged during this time, the same shall be binding and continue to be valid despite
the lapse of this pact as specified above, unless it is discharged / determined by SE ......... of UPPWD
..................

The Bidder(s)/ Consultant(s), however, understands and agrees that even upon the completion of the
Project and/or the last payment under the Contract having been made, if any transgression/ violation of
the terms of this Pact comes/is brought to the notice of the Principal, it may, subject to its discretion,
blacklist and/or exclude such Bidder(s)/ Consultant(s) as provided for in Section 3, without prejudice to
any other legal right or remedy so available to the Principal.

Section 9 – Other provisions


 This agreement is subject to Indian Law. Place of performance and jurisdiction is the Registered
Office of the Principal, i.e. Lucknow.

 Changes and supplements as well as termination notices need to be made in writing.

 If the Bidder/ Consultant is a partnership or a consortium, this agreement must be signed by all
partners or consortium members.

 
 Should one or several provisions of this agreement turn out to be invalid, the remainder of this
agreement shall remain valid and binding. In such a case, the parties will strive to come to an
agreement in accordance to their original intentions.

 Wherever he or his as indicated in the above sections, the same may be read as he/she or his/her, as
the case may be.

 It is agreed term and condition that any dispute or difference arising between the parties with regard
to the terms of this Integrity Agreement / Pact, any action taken by the Principal in accordance with
this Integrity Agreement! Pact or interpretation thereof shall not be subject to arbitration.

(For & On behalf of the Principal) (For & On behalf of


Bidder/ Architect Firm/ Consultant)
(Office Seal) (Office Seal)

Place
Date

Witness 1:
(Name & Address)

Witness 2:
(Name & Address)

 
Annexure IV

GENERAL INFORMATION
1. Name of Applicant
2. Address for correspondence with pin code
3. Official e-mail for communication
4. Contact Person:
Telephone Nos.
Mobile no.
Fax Nos.
E-mail
5. Name(s) of the persons who is authorized to deal
with UPPWD
(Attach copy of power of Attorney)

6. Type of Organization:
Place & year of Incorporation (Attach copy of
certificate of registration / Incorporation)
7. Name of Directors/Partners with their status in the
organization.
8. Bank Details Name
of the Bank:
Account Number:
IFS Code:
Name & Address of the Branch:
MICR Code:

Signature of Bidder with Seal

 
Annexure V
GST Registration Details

Sr.
Consultant / Vender Details
No.
1 Entity Name
2 Address (As per registration with GST)
3 City
4 Postal Code
5 Region/ State (Complete state Name)
6 Permanent Account Number
7 GSTN/ ARN/ UID/ Provisional ID No.
(Copy of Acknowledgement required)

8 Type of Business (As per registration with


GST)
9 Service Accounting Code/ HSN Code
10 Contact Person
11 Phone Number and Mobile Number
12 E-mail ID
13 Compliance Rating (If updated by GSTN)

Signature of Applicant with seal

 
Annexure VI
Bid for: -------------------------------------------------

DETAILS OF EXPERIENCE CERTIFICATES FOR THE WORK


EXECUTED DURING LAST 10 YEARS

Name,
Maximu Role
Name & Nature of project (with Nature of address &
Cost m of the
S. Locatio reference to technical Components of the Date of Date of client contact Status
of the number bidde
no. n Of capability of proposed project (Tick relevant commenceme Completi (govt., number of (ongoing/complete
Proje of r in
(1) project work) (Tick relevant column) nt (7) on (8) semi- procuring d) (12)
ct (5) stories the
(2) column) (4) govt./privat entity/clien
in proje
(3) e) (9) t (10)
building ct (11)
(6)
Residential
Police & Para Institutions like Residential
Military Barracks, Nari Niketan, District/ Police & Para Institutions like Nari
Police & Para Remand Homes, Central Jail Military Niketan, Remand
Military Juvenile Center, Building Barracks Homes, Juvenile
Barracks Detention Center,
Centre Detention Centre

Kindly attach the certificate duly issued by the procuring entity/client in respect of the
projects.

Signature of Bidder with Seal

 
Annexure VII
Proposed Key Staff
(Details to be furnished in the following format)

Designation in
the proposed
Number of Projects done in the area of Details of
Name of key project viz
S.no. Educational assignment Project
Personnel team leader,
Qualification Experience in years (Projects mentioned in the technical pertaining to
Senior
capability clause) column 6
Architect etc.
(1) (4) (5) (6) (7)
(2) (3)

Name &
With With Location of Nature Name Cost of
previous present the of of
Total project
employer employer project project client

1. Attach self-attested copy of degree/educational certificate.


2. The key team proposed for the project along with names, designation & CVs. The proposed team leader should have worked
for atleast two years with the firm. If this is not complied with, the bid of the consultant shall be termed as non-responsive.
3. If the CV of any key personnel is not signed by the respective proposed key personnel the same shall not be considered for
technical evaluation. If most of the CVs of key personnel are not signed by the respective proposed key personnel, the bid of
the consultant shall be termed as non-responsive.

Signature of Bidder with


Seal

 
Annexure-VIII

Name of Bidder ……………………………………………….

TURNOVER & PROFIT & LOSS FOR LAST FIVE YEARS

I. Financial Analysis: This certificate is to be submitted in original along with the Bid Documents.

1st FY 2nd FY 3rd FY 4th FY 5th FY Average Annual


Rs. Rs. (Last day of (Last day of (Last day of Turnover Rs.
(In Lacs) (In Lacs) preceding preceding preceding (In Lacs)
Financial Financial Financial
Year) Year) Year)
Rs. (In Lacs) Rs. (In Lacs) Rs. (In Lacs)

a b c d e (a+b+c+d+e)/5
(i) Annual
Turnover
for the
Financial
Year
(FY) *
(ii) Profit &
loss *

* As per audited balance sheet duly certified by Chartered Accountant.

II. Summarised page of Profit & Loss Account of previous Five Financial Years is to be enclosed.

Signature of Chartered Accountant Signature of the Bidder


with Seal with Seal

 
Annexure IX

Details of Associate Consultants/Counterpart


S. Description Details
No.
1 Structural Consultant
2 Façade Designer
3 Interior Designer
4 Electrical Consultant
5 Plumbing & Fire Consultant
6 Acoustic Consultant
7 Traffic & Parking Consultant
8 Environment Consultant
9 Green Building Consultant
10 Lighting Consultant
11 HVAC Consultant
12 Landscape Consultant
13 Audio Visual Consultant
14 I.T. System Consultant
15 Mechanical consultant
16 Consultant for any other special Work

Signature of Applicant with seal

 
Annexure X

PERFORMANCE BANK GUARANTEE

To

______________________________________ [name of Employer]


______________________________________ [address of Employer]
______________________________________

WHEREAS [name and address of Consultant]


(hereafter called "the Consultant") has undertaken, in pursuance of Contract No. ______________
dated ___________ to execute ____________________________ [name of Contract and brief
description of Works] (hereinafter called "the Contract").

AND WHEREAS it has been stipulated by you in the said Contract that the Consultant shall furnish you with a
Bank Guarantee by a recognized bank for the sum specified therein as security for compliance with his obligation in
accordance with the Contract;

AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you on behalf of the
Consultant, 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 contractor 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
Works to be performed there under or of any of the Contract documents which may be made between your and the
Consultant shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.

This guarantee shall be valid until …………………………………………………………..

Signature and Seal of the guarantor ________________________


Name of Bank ________________________________________
Address _____________________________________________
Date _____________
___________________________________________________________________
* An amount shall be inserted by the Guarantor, representing the percentage the Contract Price specified in the
Contract including additional security for unbalanced Bids, if any and denominated in Indian Rupees.

 
Annexure XI
(To be submitted on a notarised Rs 100/- stamp paper)

Bid Security Declaration Form of Earnest Money Deposit (EMD)/Bid security

This is to submit that we M/s .............................................................. are submitting the


bid for (Name of work) ................................................................., on date
.............................. & vide this declaration form, we accept that, we will not withdraw or
modify the bid during the validity period of bid i.e. .................... days from the date of
Late date of submission of this bid.

We understand that if we withdraw the bid or modify the bid during the said validity
period of bids, we shall have no objection in getting debarred from participation in any
further tender issued by UPPWD till next two year's period from the date of such
debarrment notice.

(Signature & Seal of the bidder)

 
Annexure XII

DEFINITION OF SIMILAR NATURE OF WORK/ WORK OF RELATED


SECTOR IN RFP

The following shall be category wise experience in similar nature of work and experience in
work of related sector for evaluation of RFP:-

S. Category of Similar Nature of Work Work of Related Sector


No. Work
1. Medical 1. Medical College 1. Paramedical College
College/ 2. Hospital 2. Nursing Colleges
Medical 3. Medical University 3. Technical Institutions
University 4. Technical University
5. Universities
6. Other comparable buildings
2. Residential 1. Residential School 1. Hostels
School 2. Residential College 2. Non-Residential Schools
3. University both technical/non- 3. Non-Residential Colleges
technical 4. Residential Complex,
Township
5. Other comparable buildings
3. Police Line/ 1. Police & Para Military Line 1. Hostels
Police 2. Police & Para Military Academy 2. Residential Schools
Academy/ 3. Police & Para Military Training 3. Residential Colleges
Police Training Center 4. Universities
Center 4. Residential Technical Training 5. Police & Para Military
Institution Barracks
6. Residential Non-Technical
Training Center
7. Other comparable buildings
4. District Jail 1. District/ Central Jail Building 1. Godown
2. Police & Para Military Barracks 2. Residential Complex,
3. Residential Institutions like Nari Township
Niketan, Remand Homes, Juvenile 3. Other comparable buildings
Center, Detention Center etc.
5. Technical/ 1. Technical University 1. Educational Institutions
Non-Technical 2. Non-Technical University 2. Residential & Non-
University 3. Medical University/Medical Residential Training
College Institutes
4. Technical Institution 3. Other comparable buildings
6. Court Building 1. Court Building 1. Universities
2. Town Hall 2. Educational Institutions
3. Government Office 3. Other comparable buildings
7. Museum 1. Museum 1. Universities
2. Library 2. Educational Institutions
3. Art Gallery 3. Other comparable buildings
4. Picture Gallery
5. Treasury

 
8. Forensic 1. Forensic Science University/ 1. Universities
Science Institution 2. Educational Institutions
University 2. Medical University/College and 3. Residential & Non
Hospital Residential Technical
3. Technical University/ Institution Training Institutes
4. Paramedical College 4. Other Comparable
5. Nursing College Buildings
9. Sports 1. Sports University 1. Residential Colleges
University 2. Sports college/ Complex/Academy 2. Universities
3. Sports Stadium 3. Residential College/
4. Sports College/ University/ University/Residential
Academy/Complex Academic Institution
4. Other comparable buildings
10. Training Center 1. Technical/Non-Technical Training 1. Any Academic Institution
center 2. Non-Residential College/
2. Residential College/ University University
11. Sadbhavna 1. Non-Residential Buildings 1. Other comparable buildings
kendra 2. Shopping complex/ Malls

 

You might also like