Anda di halaman 1dari 80

RFP DOCUMENT

FOR

APPOINTMENTS OF CONSULTANT FOR THE WORK OF ARCHITECTURAL CONSULTANCY

SERVICES TO PREPARE MASTER PLAN FOR CONSTRUCTION OF UNIVERSITY CAMPUS

AT SALAMATPUR DISTRICT RAISEN.

Date :- 29.04.2015 Address:- Sanchi University of Buddhist-Indic Studies


Second Floor, Mulla Ramoji Bhawan
Banganga Square, Bhopal-462003

Website:- sanchiuniv.org.in
E-mail-sanchiuniv@gmail.com
Phone No.:- 0755- 2770835

SUBIS-1
SANCHI UNIVERSITY OF BUDDHIST-INDIC STUDIES
REQUEST FOR PROPOSAL
NIT No.5/ED/SUBIS/2015/ BHOPAL DATED- 29.04.2015

REGISTRAR, SUBIS invites sealed bids, in three envelope, single stage system from eligible
consultants, architects, registered in council of architect as per architect act 1973, for the
consultancy work of preparing concept plan and master plan including necessary survey work of
proposed Sanchi University of Buddhist-Indic Studies at Salamatpur near Sanchi dis. Raisen. Bidder’s
entity may be proprietorship/ partnership / company Ltd or joint venture Company. In case of Joint
Venture Company, lead partner must have at least 60% share in company. The eligibility conditions
and other detailed term and condition can be viewed on website www.sanchiuniv.org.in the brief
description of work is at follow.

No. Name of work Earnest money Cost of bid Time period


document
1 Appointment of consultant for 50,000/- 5000/- 4 months (Four
preparing, master plan, lay out plan for (Fifty thousand (Five thousand Months)
conceptualizing & necessary survey only) only)
work of Sanchi University of Buddhist-
Indic Studies campus, near Salamatpur
district Raisen
Note :-

1. Interested bidders can view the NIT on our website http://www.sanchiuniv.org.in,


Amendments to NIT, if any, would be published on website only, and not in newspapers.
2. The Bid Document can be downloaded only between 10.30 am on 01/05/2015 to 5.30 pm on
19/05/2015 from above mentioned website.
3. Bid documents is to be submitted in one main envelope, containing four envelopes A,B,C&D
up to 3.30pm on dated 21.05.2015 in office of University.
4. Only those interested bidder should apply, who fulfil eligibility conditions shown in bid
documents.

Registrar
Sanchi University of Buddhist-Indic Studies

SUBIS-2
SANCHI UNIVERSITY OF BUDDHIST-INDIC STUDIES
REQUEST FOR PROPOSAL
NIT No. ………../ED/SUBIS/2015/ BHOPAL DATED

REGISTRAR, SUBIS invites sealed bids, in three envelope, single stage system from eligible
consultants, architects, registered in council of architect as per architect act 1973, for the
consultancy work of preparing concept plan and master plan including necessary survey work of
proposed Sanchi University of Buddhist-Indic Studies at Salamatpur near Sanchi dis. Raisen. Bidder’s
entity may be proprietorship/ partnership / company Ltd or joint venture Company. In case of Joint
Venture Company, lead partner must have at least 60% share in company. The eligibility conditions
and other detailed term and condition can be viewed on website www.sanchiuniv.org.in the brief
description of work is at follow.

No. Name of work Earnest money Cost of bid Time period


document
1 Appointment of consultant for 50,000/- 5000/- 4 months (Four
preparing, master plan, lay out (Fifty thousand (Five thousand Months)
plan for conceptualizing & only) only)
necessary survey work of
Sanchi University of Buddhist-
Indic Studies campus, near
Salamatpur district Raisen

Note :-

1. Only those interested bidder should apply, who fulfil eligibility conditions shown in bid
documents.

2. Bid documents, forms and conditions can be viewed on website www.sanchiuniv.org.in

3. Bid documents can be downloaded from above mentioned web site and payment of Rs.
5000/- (Five thousand) in form at Demand draft at scheduled bank payable to Registrar SUBIS
must have to submit along with bid documents in ENEVLOPE A. Bid document can be down
loaded from01.05.2015 to 19.05.2015 in official hours and days.

4. Bid documents is to be submitted in one main envelope, containing four envelopes A,B,C&D
at address shown below up to 3.30pm on dated 21.05.2015

5. EMD of Rs. 50,000/- in form of Demand draft of scheduled bank payable to Registrar SUBIS
should be submitted in envelope ‘A’ along with other documents as per bid data sheet of bid
documents.

6. Bidder’s are advised to Studies whole documents regarding, terms and conditions and should
visit site before submission of bid. Any objection, dispute regarding eligibility/ technical

SUBIS-3
qualification .Competent authority of University reserves the right to reject any or all bids and
bidding procedure at any time without assigning any reason, and no compensation will be
paid in such case.

7. At first only envelope ‘A’ will be opened to ascertain the eligibility of bidder. Envelope ‘B’ will
be opened of only those bidders who will found eligible as per terms and conditions shown in
bid documents. Technical qualification of bidder will be worked out by documents produced
& submitted by bidder in envelope ‘B’ .Those bidders will be treated as qualified who scores
minimum 70% (seventy percent) score in technical evaluation of bid. Processes and necessary
documents for Technical bid is shown in bid documents. Bidders are advised to submit the
necessary document as per format shown in annexure list. Documents not found as per
format may be treated as non responsive or null and void. Such condition may lead the
failure of Technical bid and any objection in this regard will not be admissible.

8. The financial bid will be opened of only those bidders who quality the technical bid. Financial
offer (bid) will be decided on least financial offer. If any least financial bid is not found
appropriate or higher side by competent authority then least financial bid will not be
accepted any objection in this regard will not be admissible.

9. Pre bid meeting is proposed to organised on dated 12.05.2015 at 4:00 pm. any documents/
modifications in terms and conditions decided in pre bid meeting will be applicable and same
amendments/ modification will be shown on website www.sanchiuniv.org.in

10. Once bid is submitted, then any modification or amendment or addition is not allowed in
submitted bid.

11. Affidavit showing all submittals are true, in prescribed format shown in bid document is
necessary to submit in envelope “A”.

12. EMD of non eligible bidder and non qualified bidder in technical evaluation will be returned
after technical evaluation. However EMD of second lowest bidder will be kept with University
until the agreement of awarded bid.

13. Address of Communication.

Registrar

Sanchi University of Buddhist-Indic Studies


Second Floor, Mulla Ramoji Bhawan
Banganga Square, Bhopal-462003

Website:- sanchiuniv.org.in
E-mail-sanchiuniv@gmail.com
Phone No.:- 0755- 2770835

14. The rates quoted by bidder will be inclusive of all applicable taxes by state govt./central
govt./ULB. But excluding of service tax.

SUBIS-4
15. Interested bidders are advised to have regular visit on SUBIS website, till dead line of bid
submission, so that any update/ amendment if made in document can be known to
interested bidders. Failure to do so shall not absolve the applicant of his liabilities to submit
the RFP document complete in all respect including updates thereof if any. An incomplete
application may be liable for rejection.

16. SUBIS reserves the reject to verify the particulars furnished by the application independently.
If any information furnished by the applicant is incorrect at a later stage, he shall be debarred
from tendering and taking up any new work of SUBIS.

17. Those desirous of submitting the application by post may do so, subject to condition that
SUBIS shall not be responsible for postal delay, and postal submission is allowed one day
before up to 20.05.2015 in office time. Any bid received by post after 20.05.2015 will be
treated as delayed and will not be entertained. Envelope A & D of all received bids will be
opened on same day, at 4.30 pm Technical bid will be opened after Eligibility checking of
bidders. Similarly financial bid will be opened of qualified technical bidders later on. The date
for opening of technical bid envelope” B “and financial bid envelope “C” will be displayed on
web site www.sanchiuniv.org.in only

18. Detailed description, of work is available in bid documents. So please go through bid
document for all information’s related with work. For any query or information, please
Contact with G.S. Saluja Executive Engineer SUBIS. Address: - Sanchi University of Buddhist-
Indic Studies Mullah Ramuji Banganga Square second floor Bhopal Pin- 462 016 Mon. No.-
9424499933.

Registrar

Sanchi University of Buddhist-Indic Studies


Second Floor, Mulla Ramuji Bhawan
Banganga Square, Bhopal- 462 003

SUBIS-5
LIST OF CONTENTS

Section Particular Page No. From Page No. to


1.0 Background and disclaimer 6 8

2.0 Project and site location 9 9

3.0 Selection and evaluation process 10 16

4.0 Requirements of proposed work 17 28

5.0 Instructions to bidder 29 32

6.0 Bid data sheet 32 34

7.0 General & Special condition of Contract 35 51

8.0 Scope of work 52 54

9.0 Deliverables and time line 55 55

10.0 Schedule of Payment 56 57

11.0 Details of Annexure 58 77

12.0 Drawings 78 80

SUBIS-6
1.0 BACKGROUND

Sanchi University of Buddhist-Indic Studies, Bhopal was established by Go MP, in the year 2012 by a
special act of the state assembly as an institution of International importance and at present is
functioning from Directorate of Culture (Second Floor), Mulla Ramoji Bhawan, Banganga Chouraha,
Bhopal 462016.

This university is committed to produce best scholars, academicians, philosophers,


researchers, practitioners of international repute in each & every aspect of Buddhist & Indic systems
of knowledge & learning to take up the challenges of conceptual, ethical & socio-cultural
development of the world. It shall invite knowledge & wisdom from all ten directions; shall realize,
redeem, research, refine and refurbish it further to disseminate in all spheres of life and contribute
to the efforts in making ‘Mother Earth’ a better place to live in. The university is committed to work
on the known & unknown dimensions of knowledge, academics, art, literature, culture, skills related
to ‘Dhamma-Dharma’ which has descended under the guidance of great masters. Sanchi University
shall endeavour in synthesizing the ancient systems with the current needs; re-establish the
knowledge catering to present day issues. Contemporary in its disciplinary formations, system,
methods and infra-structure shall strive to re-create the ambience & the excellence & revive the old
glory of classical universities of India – Taxila, Vallabhi, Nalanda and Vikramshila & move forward in
current paradigm adding value to all aspects of knowledge, practice & wisdom for the benefit of
everyone.

The University shall comprehend the paradigm shift in the history of human knowledge &
civilisation brought about by the revolution started by Gautama Buddha that evolved into an
extraordinary system of ideas over a period of almost 1200 years, a thought revolution that
permeated the entire Asian subcontinent and percolated down practically to the last ordinary man
and to correlate that revolution with continuous & cumulative intellectual history and knowledge
traditions of India. It shall also interest the neighbouring Buddhist countries to cooperate in setting
up a major centre collaborative centre for Buddhist and Indic teaching and research, & in the process
create a partnership amongst scholars of Asia & the world. The university shall begin to foreground
the geo-political significance of Indic and Buddhist studies as facilitating bonds between India and
Asia. In the rapidly de-territorializing world, the need to set up an international university that
negotiates synchronically across the world and diachronically between past and present is of great
significance.

SUBIS-7
The basic objectives of the SUBIS Bhopal are to promote Studies and research in Buddhist
and Indic Studies including the principles of Dhamma, a foundational tenet of Indian culture and to
facilitate the cross-pollination of ideas and foster harmony amongst different civilizations of the
world to foreground the idea that India has been the source and inspiration for both the Buddhist
and the Indic Studies, two of the important ‘drivers’ in the programming of the Asian mind.

For achieving this vision the University shall:

• Impart education in Buddhist teachings, contemporary philosophy, traditions and practice.


• Promote interaction amongst countries of Asia bound by strong historical commonalities of
knowledge in areas such as religion, philosophy and culture;
• Contribute to the promotion of world peace and harmony by bringing together cultures and
civilizations of Asia;
• Contribute to the improvement of the educational system in India by providing new
perspectives on alternative systems of education;
• Provide education and training in relevant arts, crafts and skills of Asia;
• And to achieve the above, create a partnership amongst the scholars and academics of Asia
and the world.

SUBIS Bhopal has prepared the 40 Ha Campus Master Plan at village Dhakna-Chapna near
Salamatpur, Raisen. The Master Plan is to be planned on integrated basis comprising of academic,
administrative, research and training, consultancy, library, workshop, canteen, residential, guest
houses, sports, buildings, gardens, forest, meditation areas, activity & practice areas along with the
required infrastructure like water supply, sanitation, electricity, solid & liquid waste management,
fire fighting, etc., to provide a high quality environment for students, academicians, administrators
and other staff.

DISCLAIMER
The information contained in this Request for Proposal (RFP) provides the term & condition set out
for the bidders. Subsequently if required further information or clarification shall be provided to the
Consultants, whether verbally or in documentary or any other form which may be communicated in
due course.
This RFP document is not an agreement and is neither an offer nor invitation by the SUBIS Bhopal to
the prospective consultants or any other bidder. The purpose of this RFP document is to provide
information that may be useful to them in the formulation of their Conceptual Design Proposals

SUBIS-8
pursuant to this RFP document. This RFP document includes statements, which reflect various
assumptions and assessments arrived at by the SUBIS Bhopal in relation to the work. Such
assumptions, assessments and statements do not purport to contain all the information that each
consultants may require.
This RFP document may not be appropriate for all persons, and it is not possible for SUBIS Bhopal, to
consider the objectives, technical expertise and particular needs of each party who reads or uses this
RFP document. The assumptions, assessments, statements and information contained in this RFP
document, may not be complete, accurate, adequate or correct. Each Consultant/bidder should,
therefore, conduct their own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments and information
contained in this RFP document and obtain independent advice from appropriate sources.
Information provided is on a wide range of matters, some of which depend on interpretation of law.
The information given is not an exhaustive account of statutory requirements and should not be
regarded as a complete or authoritative statement of law.
SUBIS Bhopal does not accept responsibility for the accuracy or otherwise of any interpretation or
opinion on the law expressed herein.
SUBIS Bhopal makes no representation or warranty and shall have no liability to any person including
any consultants under any law, statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred
or suffered on account of anything contained in this RFP document or otherwise. This includes the
accuracy, adequacy, correctness, reliability or completeness of the RFP and any assessment,
assumption, statement or information contained therein or deemed to form part of this RFP
document or arising in any way in the selection procedure. The issue of this RFP document does not
imply that SUBIS Bhopal is bound to select a consultant or appoint one, as the case may be, for the
consultancy. SUBIS Bhopal reserves the right to reject any or all the proposals without assigning any
reason whatsoever.

Sanchi University of Buddhist-Indic Studies, (SUBIS)


Bhopal, M.P.

SUBIS-9
2.0 PROJECT AND LOCATION OF SITE.

2.1 The Project

SUBIS Bhopal is inviting bid from eligible consultants, architects, registered in council of architect as
per architect act 1973, for preparation of Master plan proposal i/c necessary survey work (as shown
in scope of work, section 8.00), for its Integrated Campus on the area measuring 40 hectares at
village Salamatpur, Tehsil Huzur, District Raisen. SUBIS Bhopal being a premier institution of
Buddhist-Indic Studies wants to develop its 'State of the Art' Campus using present day concepts of
energy efficiency and Green Architecture. The buildings &infrastructure proposed in the campus
must be barrier free accessible for all, earthquake resistant and should strive to use alternate energy
sources. The existing landscapes & silhouettes should be respected & magnified. The entire campus
should aesthetically incorporate various features of architecture & sculpture of various Buddhist &
Indic societies & civilizations from across the world.2

2.2 The Location of Proposed Site

The site is located at village Dhakna-Chapna near Salamatpur, Patwari Halka No.34, Khasara No.13/1,
Tehsil Huzur, at Salamatpur tri-junction, District Raisen 45 km from Bhopal at Bhopal Sanchi road.
The proposed site is a low height twin hillock with a saddle in between (site plan & site aerial
photographs can be seen in our brochure and on our website).

2.3 Present status of development

Following works has been carried out on the site:

1. The proposed land for the SUBIS Bhopal was allotted in September 2012; the process of
demarcation of physical boundaries have been completed by revenue officers & Fixing of
boundary stone is progress.
2. Physical survey of proposed land boundary including topographical survey is been conducted
to verify the allotted site boundaries and area.
3. The work for Construction of Boundary wall to secure allotted land area is to be carried out.

SUBIS-10
3.0 Selection Process

(A) Evaluation of Eligible Firms: SUBIS Bhopal will evaluate the eligibility and technical
qualification as per information of envelope “A”, ”B”, and ”D” submitted by the interested
applicant to establish eligibility and technical qualification of the firms. Bids should be
submitted along with prescribed format for technical evaluation. All those Bidders will be
treated as eligible who score Minimum 70% marks in technical evaluation as mentioned in
document. These bidders will be intimated and called for opening of financial bid in
envelope “C”.

Note: The ineligible bidders will be intimated to receive their EMD .Any objection in this
regard will not be admitted. Cost of tender form will not be returned.

(B) Financial opening: All qualified firms/entity will be intimated to participate in financial
opening of bids. Financial offers in envelope “C” will be opened in presence of bidders or
their representative. Bids shall be opened at scheduled time and date even If all qualified
bidders or any of qualified bidders are not present at time of opening.

(C) Selection of successful bidder: Selection of successful bidder will be decided on least
financial offer. However if least bid amount seems to be higher side as per opinion of
university officials/competent authority, then least financial proposal may be rejected and
any objection in this regard will not be admitted.EMD of second lowest bidder will be kept
with university until agreement by successful bidder, and same will be released after
agreement by successful bidder. If successful bidder could not entered into agreement
within prescribed time then second lowest bidder will be called for agreement, and earnest
money of first lowest bidder will be forfeited. Successful bidder will be intimated to make
an agreement within prescribed time.

(D) Evaluation process: - Evaluation of technical bid will be made on marks basis. Minimum
70% of marks are required for selection of technical bid. Total marks and distribution of
marks are as follow.

SUBIS-11
MARKS IDENTIED FOR TECHNICAL QUALIFICATION

S. No. PARTICULAR MARKS


1 BIDDERS EXPERIENCE FOR TOTAL WORK EXECUTED RELATING 200
WITH ARCHITECTURAL SERVICES IN LAST 5 YEARS.
2 BIDDERS EXPERIENCE FOR SAME NATURE OF WORK IN LAST 3 200
YEARS.
3 CONSULTANTS ANNUAL TURNOVER IN LAST 3 YEARS. 100
DESCRI
4 DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR 200
PERFORMING THE ASSIGNMENT (PRESENTATION TO BE MADE
BY BIDDERS ON CALLING SEPERATELY.)
5 BROAD QUALIFICATION AND EXPERIENCE REQUIREMENTS OF
150
PROFESSIONAL STAFF
6 NATIONAL/INTERNATIONAL AWARDS WINNING PROJETS. 50
7 EXPERIENCES IN HERITAGE BUILDINGS, BUDDHIST 100
ARCHITECTES, LANDSCAPE, OLD INDIAN ARCHITECT AND
GREEN DESIGN BUILDING/CAMPUS PLAN

It is advised that annexure of technical bid should be filled carefully as per format with
supporting documents so that distribution of marks may be made as per provisions. Any
Missing part, improper, incomplete information may lead to non responsiveness or
allocation of marks will be made accordingly which may lead to failure of technical bid.

Final evaluation will be completed after presentation of work methodology before Client
and marks obtained by bidder in presentation. Final Marks after evaluation of total technical
Bid will decide the status of qualification of bidder. Only those financial bids will be opened
who has qualified in technical bid evaluation Process. Any dispute or objection regarding,
technical evaluation or result or method or process will not be admissible.

SUBIS-12
(E) ELIGIBILITY CRITERIA

3.0 ELIGIBILITY CRITERIA Remark


3a Registration in council of architectural, at least Attested copy
before 5 years should be attached
3b Registration either proprietor ship, partnership, Attested copy
pvt. limited, public limited company, or joint should be attached
venture with lead partnership of at least 60% share
3c Turnover of fees in last 3 year should be at least 75 In format 3c of
lakhs annexure list
3d Net worth positive Certified by CA
3e Architect/consultant himself or employee or Attach detail of
expertise of firm/company must have designed in work and detail of
heritage building/Buddhist architects/landscapes personnel
and old Indian architectural structures [details of
such key personnel must have to be furnished ]
(at learnt one of above category project)

An eligibility criterion to take part in this bidding procedure is shown below. Every bidder
must be sore that he fulfils necessary eligibility criteria.

All locating documents shown below is to be kept in envelope “A” as per bid data sheet. So
that Eligibility to bidder can be worked out. If Document of envelope does not satisfied, the
condition of Eligibility, then bid will be treated as non responsive and further technical bid
will not be opened .any objection in this regard will not be entertained.

SUBIS-13
MINIMUM QUALIFICATION AND MINIMUM EXPERIENCE OF TEAM MEMBERS

Sn. Particulars No. of Minimum Qualification Minimum Duration


Persons Experience Requirement
20% 60% 20%
1 Principal Architect 01 Bachelors in Architecture 15 years Full duration
Cum Team Leader and Membership in Council
of Architecture or Indian
Institute of Architects
2 Heritage Expert 01 Bachelors in Architecture 10 minimum 2
and Membership in Council years years with
of Architecture or Indian Bidders
Institute of Architects
3 Assistant Engineer 01 Bachelors Degree in Civil 10 years minimum 2
(Civil) ( 5 yrs in years with
Building Bidders
Projects)
4 Architect 01 Bachelors Degree in 10 years minimum 2
Architecture years with
Bidders
5 HVAC Design Expert 01 B.E. Mechanical 10- years minimum 2
years with
Bidders
6 Heritage Expert 01 Bachelors Degree in 10 years minimum 2
Architecture years with
Bidders
7 Green Designer 01 Bachelors Degree in 10 years minimum 2
Expert Architecture years with
Bidders

Note: - If Architect shown in number 4 has experience for serial number 6&7 than same may
be consider for serial no. 6&7

SUBIS-14
DISTRIBUTION OF MARKS
S. No. Particular Marks
1 BIDDERS EXPERIENCE FOR TOTAL WORK EXECUTED RELATING 200
WITH ARCHITECTURAL SERVICES IN LAST 5 YEARS.

Name of Bidder Total experience Score 200 for Score 140 for Bidder score
of years maximum no of minimum no. of
Architectural, Architectural,
consultancy, consultancy,
services, services,
executed during executed during
last 5 years. last 5 years.

2 BIDDERS EXPERIENCE FOR SAME NATURE OF WORK IN LAST 3 200


YEARS.

Name of Bidder Total experience Score 200 for Score 140 for Bidder score
of years maximum no. For minimum no. For
same nature of same nature of
Architectural, Architectural,
consultancy, consultancy,
services, services,
executed during executed during
last 5 years. last 5 years.

3 CONSULTANTS ANNUAL TURNOVER IN LAST 3 YEARS. 100

Name of Bidder Total turnover of Score 200 for Score 140 for Bidder score
last 3 years maximum minimum
amount of fees of amount of fees of
Architectural, Architectural,
consultancy, consultancy,
services, services,
executed during executed during
last 3 years. last 3 years.

SUBIS-15
DESCRI
4 DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR 200
PERFORMING THE ASSIGNMENT (PRESENTATION TO BE MADE
BY BIDDERS ON CALLING SEPERATELY.)

5 BROAD QUALIFICATION AND EXPERIENCE REQUIREMENTS OF


150
PROFESSIONAL STAFF
MARKS OF PROFESSIONAL STAFF

S. Name of Post Marks Qualific Experience Score Duration with Score Total
No. ation 60% Bidder Form 20% Score
20%
Score For Maxi. For Mini. For Maxi. For Mini. 4+7+10
Year of Year of Year with Year of
experien experienc bidder with
ce 60% e 42% 20% bidder 14%
marks
1 2 3 4 5 6 7 8 9 10 11
1 Principal Architect 30
Cum Team Leader

2 Heritage Expert 20

3 Assistant Engineer 20
(Civil)

4 Architect 20

5 HVAC Design Expert 20


6 Landscape Expert 20
7 Green design expert 20

SUBIS-16
6 NATIONAL/INTERNATIONAL AWARDS WINNING PROJETS. 50

Name of Total Score 50 for Score 35 for minimum Bidder


Bidder national/International maximum national/International score
awards winning national/International awards winning
projects awards winning projects
projects

7 EXPERIENCES IN HERITAGE BUILDINGS, BUDDHIST 100


ARCHITECTES, LANDSCAPE, OLD INDIAN ARCHITECT AND
GREEN DESIGN BUILDING/CAMPUS PLAN

Name of Bidder Total No. Of Score 100 for Score 70 for Bidder score
heritage maximum No. of minimum No. of
buildings, heritage heritage
Buddhist buildings, buildings,
architects, Buddhist Buddhist
landscape, old architects, architects,
Indian architect landscape, old landscape, old
and green design Indian architect Indian architect
building/campus and green design and green design
plan building/campus building/campus
plan plan

SUBIS-17
4.0 REQUIREMENTS OF PROPOSED WORK

(4.01) Academic centres: The proposed SUBIS, Bhopal will be centre of excellence for
imparting quality undergraduate (UG), postgraduate (PG), doctoral and postdoctoral (PDF)
education in Planning and Architecture. The academic centre will include all the class
rooms, studios, faculty rooms, office of the head for various departments, common rooms
for students, seminar & conference rooms, utility spaces and laboratories i.e., computer
labs, audio-visual lab, etc.
There shall be separate premises for every school designed in such a manner that building
for each centre should is separate. All the departments in a centre shall be housed in the
same building or the premises of the centre. The standard requirement of a department,
centre & school are given below. All the schools shall have well scattered premises. The
size & the layout shall depend upon the specific needs of the school. Total five [5]. Nos. Of
schools are to be planned in this master plan. Space for 4 additional schools in near future
is to be keep reserve ad joining these schools as per standard requirement shown below.

(i) Standard requirement of one School, Centre & Department

S.N. Description Nos. Remarks

Academic areas of School

1 Dean Office 1 with PA office and toilet


2 Meeting Room 1 For capacity of 50 student each with pantry
3 Visitor room 1 with toilet
4 Seminar & Conference Area 1 With supporting areas

Academic areas of Centre

1 Director Office 1 with PA office and toilet


2 Meeting Room 1 For capacity of 20 student each with pantry
3 Visitor room 1 with toilet
1 Hall for 20 student with office area & store
4 Computer centre & Lab 1 area
5 Exhibition Area 1 To exhibit works of students
1 Halls for 100 student sitting and
6 Audio Visual 1 equipment store

Academic areas of
Department

SUBIS-18
Class Rooms
1
a Short term courses (per dept) 1 For capacity of 20 student each
b Long term courses (per dept) 2 For capacity of 35 student each
2 Faculty Rooms (per dept) 1 1:10 (faculty : student) (distribution 1:2:4)
a Professor (per dept) 1 Individual rooms with attached toilet
b Associate/Reader (per dept) 2 Individual rooms
c Assistant Professor (per dept) 6 Individual rooms/cabins
d Visiting faculty (per dept) 1 Individual rooms with attached toilet
3 HOD Office (per dept) 1 with PA office and toilet
4 Research Scholars working 5 Individual working stations
area
5 Common Room For Students 2 Separate for M & F with toilet
6 Common Room For Teachers 1 For Guest faculty with toilet
7 Meeting Room 1 With supporting areas
8 Pantry for department 1
9 Common Toilets for students 2 Separate for M & F
10 Common Toilets for Staff 2 Separate for M & F
11 Drinking water area 1
Labs & workshops
12 Audio Visual cum exhibition 1 1 Halls for 50 student sitting and equipment
area store
13 Dept. Library 1 1 Halls for 20 student with office area &
store area
14 Laboratories as per To be included after discussion
requirement

Note: This complex should have following areas to support spontaneous activities like:

• Theory classes with white boards and projection facilities


• Formal and informal discussion area among student and with faculty
• Small store and students’ property lockers
• The studio complex may be connected to semi-open and open areas
• Each studio should be well equipped to support e-studio/virtual studio
• The tentative area programme given here are just indicative provided to achieve
minimum expectations for general considerations. Although, consultant should
decide provision of covered area and utility of the spaces as per their conceptual
design
• Many facilities should be shared between masters and doctoral candidates.
• Overlapping of spaces should be avoided and left out spaces should be included

(4.02) Administrative centres: SUBIS Bhopal is expected to get status of Institute of


International importance in near future thus, will require a well functional

SUBIS-19
administrative centre along with departments that will support various related
activities i.e. Dean Examinations, Dean Academics.

ADMIN BUILDINGS:
S.N. Description Nos Remarks
I Chancellor's office
VC/Director's Office 1 With toilet and rest room
PA room 1 With pantry, storage
Meeting Room 1 For 20 persons with allied services

II VC/ Director's Secretariat


1 Board office 1 With pantry, toilet and rest room
2 Board room 1 For 20 persons with allied services
3 VC/Director's Office 1 With toilet and rest room
4 PA room 1 With pantry, storage
5 Visitor's room + attached Toilet 1 Waiting area for 20 person
Directorate/ Office for AC/EC
6 Senate 1 04 persons working SUBIS
Meeting Room/Executive
7 Council/ 1 For 40 persons with allied services

II Dean Secretariat
1 Dean Examination office 1 with PA, storage & Toilet
2 Dean Academics office 1 with PA, storage & Toilet
Dean Students Welfare,
3 placement 1 with PA, storage & Toilet
4 Dean Establishment, R & D office 1 with PA, storage & Toilet
5 Dean development with PA, storage & Toilet
02 Multi-skill assistants work stations
under
6 Office Staff for 5 Deans 10 each Dean
Staff Toilet 2 Separate for Ladies & Gents

III CEO/Registrar's Secretariat


1 VC/Director's Office 1 With toilet and rest room
2 PA room 1 With pantry, storage
3 Visitor's room + attached Toilet 1 Waiting area for 20 person
4 Meeting Room 1 For 40 persons with allied services
5 Registrar office 1 with PA, storage & Toilet
6 Deputy registrar 1 with PA, storage & Toilet
Asst registrar
7 (establishment/admin) 1 Separate cabins
8 Staff for all registrars 2 02 Multi-skill assistants work stations
9 Legal Cell and RTI 2 02 Multi-skill assistants work stations
10 P.R.O Room 1 with PA, storage & Toilet
Programme cell 2 02 Multi-skill assistants work stations
Publication cell 2 02 Multi-skill assistants work stations

SUBIS-20
11 Record rooms 1 Establishment records

IV Finance Secretariat
1 Finance Officer 1 with PA, storage & Toilet
2 Dy.FO-Finance 1 with PA, storage & Toilet
3 Asst registrar (Finance) 1 Separate cabins
4 Asst registrar (Accounts) 1 Separate cabins
5 Asst registrar (Purchase) 1 Separate cabins
6 Accountants & other Staff 6 06 Multi-skill assistants work stations
7 Strong room 1 Confidential records/cash

V Common SUBIS
1 Main Reception and Lobby 1 Welcome to SUBIS Bhopal
2 Purchase store room 1 Consumable Goods storage
1 Non-Consumable Goods storage
3 Staff Meeting room 1 For 30 persons with allied services
4 Staff dining and Pantry 1 For 30 persons with allied services
5 Staff Toilet 2 Separate for Ladies & Gents

VI Admission & Examination cell


1 Dean (Admission & Exam) 1 with PA, storage & Toilet
2 Asst registrar (Admission) 1 Separate cabins
3 Counselling help centre 1 30 computer terminals
4 Orientation room 1 100 person with allied services
5 Admission staff 4 04 Multi-skill assistants work stations
6 Record room 1 Students file, forms, etc.
7 Controller of Examination 1 with PA, storage & Toilet
8 Dy. Controller of Examination 1 storage & Toilet
9 Asst Controller Exam 2
10 Exam management Staff 6 06 Multi-skill assistants work stations
11 Central evaluation room 1 30 persons for evaluation
12 Distribution & collection lobby 1 exam material
13 Store room answer copies 2 Used & unused exam material
14 Strong room 1 exam papers
15 Staff Toilets-Ladies & Gents 2 Separate for Ladies & Gents

(4.03) Central Library: University will require a central library with various sections for UG,
PG & Reference with adequate stacking areas and reading spaces. This will have 50,000 print
volumes, e-resources and other advanced methods of communication.

S.N. Description Nos Remarks


With info desk & property
01 Entrance lobby and waiting area 01 counter
02 Magazine display & reading 01 With 50 person sitting

SUBIS-21
03 Stacking area stream wise 03 UG, PG, Research etc.
Research Journals & reference
04 Reference sections 01 books
Manuscript section 01
Micro film stacking area 01
05 Reading area 03 With 250 person sitting
06 Digital library e-resources /AV Lab 01 Reading terminals 100 nos.
07 Librarian room 01 with toilet
08 Dy. Librarian room 01 with toilet
09 Asst. Librarian 01 Separate cabins
06 Multi-skill assistants work
10 Librarian staff 06 stations
11 Exhibition area 01 display of books to purchase
SUBISNDREL Printing &
12 distribution 01 SUBIS Journal
13 Storage and reprographic section 02 Xerox, downloading
14 Common Toilet 02 for M & F

(4.04) Central computer lab: The University intends to develop a central computer lab of
200 terminals in three sections of (100, 50 & 50 each). This resource centre will be equipped
with all related latest software and e-resources with inter and intra-net connectivity. This
facility will be available to all the SUBIS Students till late night. This lab will be including
following:

S.N. Description Nos Remarks


01 Computer labs 03 with 100, 50 & 50 terminals
02 Main server room 01 with allied services
03 Control room 01 with allied services
04 Linguistic/language lab 01 20 terminals
05 Power backup room 01 Generator room
06 CC lab in-charge room 01 System administrator (with toilet)
07 CC lab staff 06 T.A. (Computer Sc.)
08 Pantry and Store 01
09 Data Storage section 01 Digital records, Website management
10 Toilet for M & F 02

(4.05) Research Training & Consultancy Cell: IWD The University intends to develop a
canter that facilitates young graduate towards research oriented work that includes
providing training programmes to various target groups of the society. This will also

SUBIS-22
house consultancy cell to provide expert services to various projects.

S.N. Description Nos Remarks


01 Dean Development 01 With toilet
02 Institute architect 01 With toilet
03 Asst. architect/Engineer 01 With toilet
04 Engineering section 01 04 person working stations
Drafting areas/support
05 staff 01 04 person working stations
06 Model making 01 workshop
07 Meeting room 01 25 Person with supporting areas
08 Pantry and Store 01
Storage and
09 reprographic section 02 Record keeping
10 Toilet 02 for M & F

(4.06) Convention centre: There should be provision of auditorium, open air theatre,
seminar halls to facilitate gathering i.e. convocation, socio-cultural activities, annual
function, etc.
• Auditorium with allied facilities for 800 capacities.
• Auditorium with allied facilities for 300 capacities.
• Seminar hall for 150 Capacity two nos.
• Conference room for a capacity of 50 each - 2 no.
• OAT I & II with allied facilities for capacity of 500 & 200 respectively.

(4.07) Amenities and facilities: Considering location of the site and available off campus
facilities, there should be provision of various amenities and facilities within the campus, for
the entire student, faculty, staff and their families.
• International guest house with 20 single & 20 double occupancy rooms
• University guest house with 20 single & 20 double occupancy rooms
• Canteen, kiosks, restaurant (near hostels, academic areas, shopping area)
• Bank with ATM, (May be an extension counter)
• Post office
• Small shopping arcade, at least 10-12 shops
• Medical facilities with 10 Bed IPD
• Gymnasium for 100 person at once
• School till middle level
• Exhibition hall with outdoor display too

(4.08) Student activity canter: The University will require spaces for performing various co-

SUBIS-23
curricular activities that may take place throughout the year. There should be adequate
space to support various types of activities including preparation for NASA & NOSPLAN.
(4.09) Sports facilities: The University will require adequate built and open spaces to
conduct various sports activities at university level competition. This will include. Standard
size play grounds for football, hockey and cricket Courts for volley ball, badminton, and
basket ball etc. Indoor sports hall for table tennis, tennis, squash, carom etc. Standard size
swimming pool with allied facilities i.e. Officers Club spaces for gymnastics, track & field and
group events

(4.10) Services & Maintenance: The University will require adequate infrastructure facilities
like water supply, sanitation, electricity, solid waste management, fire fighting, rain water
harvesting, etc. to provide a high quality environment for student, academician officers and
other staff members.

S.N. Maintenance and management cell Nos Remarks


1 Transportation cell 1 Institute vehicle yard
General store maintenance materials &
2 equipments 2 waste & useful materials
3 Central mess management 1 Dry & cold Goods store,
4 Landscape/Horticulture Cell 1 Tool and plants store
5 Cleaning & Sanitation Cell 1 Sanitary items store
6 Estate Officer + Staff + Store 1 Store keeper
7 Security Officer + 4 staff + Lockers 1 Security arrangements
Engineering services Maintenance (Water with material store &
8 works) 1 toilets
Engineering services Maintenance (Electrical with material store &
9 works) 1 toilets
Engineering services Maintenance (Sewer & with material store &
10 waste ) 1 toilets
11 Pantry 1
12 Maintenance staff Change room 2 lockers, Dining, etc.
13 Common Toilet 2 M&F

(4.11) Residential facilities: The University will require on campus accommodation for
students, administrators, academicians and staff. This will include:
• Separate Hostels for boys & girls
• Hostels for PG & PhD scholars (Bachelors & Married)

SUBIS-24
• Guest house for Visitors
• Accommodation for officers, faculty & staff

No’
S.N. Remarks
s
A Top Administrative officials
1 Chancellor Bungalow 1 Independent type 4BHK, with office,
servant quarters, lawn, garage and
security post
Independent type 4BHK, with office,
2 VC Bungalow 1
servant
3 CEO Bungalow 1 quarters, lawn, garage and security post
Independent type 3BHK, with lawn, and
4 Registrar and Deans 6
garage
B Non-teaching officers/staff
1 Class-1 4 Independent Semi-detached 3BHK
2 Class-2 15 G+1, Semi-detached 2BHK
3 Class-3 30 G+2, 2BHK with common lawn & parking
4 Class-4 36 G+3 2BHK with common lawn & parking
C Teaching /Faculty housing
1 Professor/Heads 12 Independent detached 3BHK with Studies
/visitors room
2 Associate Professors 24 Independent Semi-detached 3BHK with
Studies/ visitors room
3 Assistant Professor 48 G+1, Semi-detached 2BHK with Studies
/visitors room or Duplex type row houses
D Guest house (AC)
1 Suits 08 With pantry, dress & toilet
2 Double bed room 12 With dress & toilet
3 04 beds Rooms 02 With toilet
4 Common facilities Reception, waiting Lounge, TV room,
Dining areas, Party lawn, Indore Game,
etc.
5 Other Parking, Care takers room, Records room,
Kitchen & store, furniture store, linen
store, etc.
E Student hostels
1 Short term hostel (cert, dip, 01 Single & Twin-shared rooms with /without
adv. dip) balcony for 100 male students, 50 each.
2 Short term hostel (cert, dip, 01 Single &Twin-shared rooms with /without
adv. dip) balcony for 100 female students, 50 each.
3 U.G. Boys hostel (I-III Yr.) 01 Twin-shared rooms with /without balcony

SUBIS-25
for accommodating 200 male students.
Twin-shared rooms with /without balcony
4 U.G. Girls hostel (I-III Yr.) 01
for accommodating 120 female student.
P.G. Boys hostel 01 Single seated rooms with /without
5 balcony for accommodating 150 male
students.
6 P.G. Girls hostel 01 Single seated rooms with /without
balcony for accommodating 100 female
students.
7 Doctoral & Married (50PhD + 01 Two room with kitchenette and toilet
50 PG) facilities with balcony for accommodating
100 Doctoral &
Married student.
F Common facilities
1 Common facilities to be Reception, waiting Lounge, TV room,
provided in each hostel or in Dining areas, toilets, Play lawn, Indore
case of central mess /two mess Game, etc. Parking, Care takers room,
as per design scope Records room, Kitchen & store, furniture
store, linen store, etc.

Note: Suitable & contiguous areas should be left for construction of more residential
accommodations in future according to 4 more schools both for students and staffs.

(4.12) Instructional area: The University will require instructional areas like workshops,
construction yard, farms, exhibition areas, museums, laboratories, etc. to perform
various academic activities within the campus. These areas will be equipped with
advanced machines & tools.

(4.13) Open air theatre/Amphitheatre: The University will require two amphitheatres for
various outdoor & semi- covered activities in natural setting - one big & another
small. There should be adequate space to support various types of activities
including Yoga, Vipasyana, Dhyana & various process centric activities.

(4.14) Guest houses (International & Normal): The University will require two guest
houses, one international & another normal to house guests & visiting dignitaries,
guests & faculties throughout the year. The guest houses shall have star facilities.

(4.15) Dispensary: The University shall have a dispensary with OPD & IPD facilities for both
male & female patients with the facilities for allopathic, Ayurvedic/naturopathic
treatment including Panchkarma.

SUBIS-26
(4.16) Landscaping: Well-planned landscaped courts and ample space for provision of
trees, plants along with landscaping elements should be provided. It will improve
micro climatic environment and provide pleasant spaces within and all around the
built environment.

(4.17) Gardens, theme parks, meditation forests, herbal garden, organic farming areas
etc: Based on the Buddhist & Indic traditions of various countries the university shall
have these facilities suitably located in the campus to provide utility & aesthetics to
the campus.

(4.18) Use of natural resources: The entire campus should be designed on the concept of
green buildings with water conservation & complete recycling of solid & liquid waste.

(4.19) Laying of service ducts: Service ducts to carry various underground services like
electricity, broadband cables, gas pipe line etc in campus as per requirement of
various activities

(4.20)Development of solar/alternative energy production units: Total energy


requirement of the university is proposed to meet by solar/ alternative energy
production units.

(4.21) Installation of wi- fi zone: total campus is proposed to have facility of wi –fi access

(4.22) Provision of display units: Different type of display units to exhibit university
theme and aims is be installed at appropriated places.

(4.23) Provisions of sculptures and murals, folk art,: Different type of sculptures, murals,
folk art showing heritage of ancient India and Asia is be displayed in campus.

(4.24) Security infrastructure: Smart Security infrastructure for campus.

(4.25) Parking and pick up stations: For comfortable transport system in campus and
outside campus necessary parking lots, pickup stations and bicycle stations are
proposed at suitable points.

(4.26)Walking and running tracks: Walking and running track inside campus for
residents, guests and for security purposes.

SUBIS-27
(4.27)Mini theatre: Construction of mini theatre for different type of movie and
documentary.

(4.28)Skill development workshop: Construction of work place meant for skill


development courses specially designed by university (for 50 trainees at a time)

(4.29)Documentary film production studio: Various documentary films as per research


work and on theme of university are proposed to produce at a small studio meant
for above proposal.

(4.33)Water screen and laser/multimedia show: Different type of music specially


classical and Asian music/ multimedia documentary by laser show and
multimedia show open air auditorium in campus.

(4.31) Development of recreational open spaces: Development of recreational activities


based space provided with fountains and ponds etc.

(4.32) Construction of GOSHALA: Construction of Goshala (Cow Shalter) to meet


requirement of milk and organic manure of campus.

(4.33) Music system in campus: Music and sound system in morning and evening in side
campus.[classical music and announcement system]

(4.34) Herbal processing units: Herbal garden is proposed in campus. For processing of
herbal plants a processing unit is to be constructed.

(4.35) Installation of radio station: Radio station is to be installed at appropriate place.

(4.36) Development of open space: Remaining land after above proposed activities will
have to be developed.

The detailed Space requirement for above activities will be finalised after discussion
with consultant before preparing concept plan. SUBIS Bhopal reserves the right to
modify any condition or scope of work while signing the agreement with the selected
consultant or at later stages in line with the requirements of the project.

4.37 Design Criteria


SUBIS, Bhopal being a premier institution of Architecture & Planning wishes to develop
its state of the Art Campus using present day concepts of energy efficiency and Green

SUBIS-28
Architecture. The buildings proposed in the campus must be barrier free accessible for
all, earthquake resistant and should strive to use alternate energy sources. The
competitors may consider among other things, the following criteria:
• Creative & innovative use of various features of Buddhist & Indic
architecture, sculpture & gardens of India & other Buddhist countries.
• Creation of an inspiring environment conducive to architecture.
• Innovative use of filled up soil of the site.
• Responsiveness to environment and local climate.
• Effective use of contours & natural landscape & view of surroundings.
• Effective use of scarce resources.
• Effective segregation of internal and external movement systems.
• State of Art technology for speedy implementation of the facility.
• Effective movement to create sufficient green pedestrian spaces.
• Effectiveness of overall circulation network and linkages.
• Innovative solutions for parking.
• Conservation and enhancement of on-site landscape elements.
• Quality of spaces with references to the type of users.
• Extent of innovations incorporated to minimize use of conventional sources
of energy.
• Flexibility for additions, expansions and alternative use required to
accommodate growth and wide institutional horizons in the decades ahead.
• Sustainable development & symbolic value of the total design concept.
• Energy-efficient, eco-friendly, green design & a barrier – free environment.
• Rain water /grey water harvesting systems

SUBIS-29
5.0 GENERAL INSTRUCTION TO BIDDERS

5.1 Compensation

No compensation shall be paid to any of the applicant for, submissions / short listing at
Stage

5.2 Clarification regarding this RFP

All clarifications regarding this RFP may be had from at the address given in this
document.

5.3 Declaration of the Bidder

Even though the bidders may meet the above qualifying criteria, they are subject to be
disqualified if they have

a) Made misleading or false representation in the forms, statements and attachments


in proof of the qualification requirements.

b) Records of poor performance such as abandoning the work, not properly completing
the contract, inordinate delays in completion, litigation history or financial failures
etc.

c) Their business banned by any Central/State Government Department/ Public


Undertakings or Enterprises of Central/State Government.

d) Not submitted all the supporting documents or not furnished the relevant details as
per the prescribed format.

Bidder will have to submit an affidavit indicating that all information’s given by him
are true in the prescribed format as shown in document.

5.4 Bid data sheet: All bidders should go through bid data sheet, and furnish required
information accordingly at prescribed schedule of time.

5.5 General condition of contract and special condition of contract: general condition of
contract and special condition of contract along with NIT, and other details as per
documents will be a part of contract Agreement. Bidders are advice to go through
tender document.

5.6 Required information in envelope A, B, C, D should be furnished in prescribed


annexure as shown in document, to make easier evaluation. Information wanted in
prescribed format if not found as per format, then the proposal may be treated as
non responsive. Any objection in this regard will not be entertained.

SUBIS-30
5.7 SUBMITTALS FOR THE RFP AT PRESENT STAGE.

5.7.1 Contents of document envelopes: The RFP registration application shall be submitted
as per following details:

1. Envelope-A: Sealed envelope super scribed (Envelope-A) ‘Application Fee’ shall consist of
Demand Draft of Rs. 5000/- (Rs. Five thousand only) and EMD f rs.50, 000/[Rs. Fifty
thousand] in favour of “Registrar”, SUBIS Bhopal’ payable at Bhopal, And an affidavit as
per mentioned in document with other Eligibility documents shown in Bid data sheet.

2. Envelope-B: Sealed envelope super scribed (Envelope-B) “Technical Details” shall consist
of all documents shown in Bid data sheets.

3. Envelope-C: Sealed envelope super scribed (Envelope-C) containing financial offer as


shown in Bid data sheet.

4. Envelope-D: Sealed envelope containing copy of uploaded tender document with seal
and signature on every page.

Note- all above sealed envelope will be kept in single envelope, with detail of all envelopes
inside the main envelope. All envelopes marked “A”,”B”,”C,”D” will indicate the name of
sender and contents of envelope.

5.7.2 Date and Location of submission

The submittals for the RFP in prescribed format must be received at the location
specified below latest by the 3:30 pm on 21 May 2015. Any submittals delivered after
above mentioned date will not be accepted by SUBIS Bhopal. The documents submitted
once will not be returned to the participants.

ADDRESS FOR THE SUBMISSION OF RFP:

The Registrar,
Sanchi University of Buddhist-Indic Studies, Bhopal
Directorate of Culture (Second Floor),
Mulla Ramoji Bhawan, Banganga Square, Bhopal 462003.
PH: 0755-2770835, Email: sanchiuniv@gmail.com

SUBIS-31
6.0 Disqualification

University authorities have the right to disqualify entries on account of the following:

Reasons

• If received after the last date and time of submission.

• If the Bidder disregards any of the terms & conditions of the competition.

• If the Bidder attempts to influence any member of the university.

7.0 Copyright and rights of ownership


The SUBIS Bhopal retains all rights of ownership of the drawings/designs including the
reports, models etc., of the selected designs as its property. Copy right of all designs
including the designs winning the first place will be that of the respective authors.
8.0 Settlement of Disputes
Settlement of dispute shall be worked out as per arbitration clause of GCC.

9.0 Design Criteria

SUBIS, Bhopal being a premier institution of Architecture & Planning wishes to


develop its state of the Art Campus using present day concepts of energy efficiency
and Green Architecture. The buildings proposed in the campus must be barrier free
accessible for all, earthquake resistant and should strive to use alternate energy
sources. The bidders may consider among other things, the following criteria:

• Creative & innovative use of various features of Buddhist & Indic


architecture, sculpture & gardens of India & other Buddhist countries.
• Creation of an inspiring environment conducive to architecture.
• Innovative use of filled up soil of the site.
• Responsiveness to environment and local climate.
• Effective use of contours & natural landscape & view of surroundings.
• Effective use of scarce resources.
• Effective segregation of internal and external movement systems.
• State of Art technology for speedy implementation of the facility.
• Effective movement to create sufficient green pedestrian spaces.

SUBIS-32
• Effectiveness of overall circulation network and linkages.
• Innovative solutions for parking.
• Conservation and enhancement of on-site landscape elements.
• Quality of spaces with references to the type of users.
• Extent of innovations incorporated to minimize use of conventional sources
of energy.
• Flexibility for additions, expansions and alternative use required to
accommodate growth and wide institutional horizons in the decades ahead.
• Sustainable development & symbolic value of the total design concept.
• Energy-efficient, eco-friendly, green design & a barrier – free environment.

10.0 Limitations:

The proposed site is a twin low height hillock with a saddle in between. It has very
hard rocky natural ground with red clinkered soil (Murom) at higher levels & black
cotton soil in the lower reaches. SUBIS Bhopal is keen to have some innovative
design ideas specially to deal with this natural strength of the site.

SUBIS-33
6.0 BID DATA SHEET

6.00
6a Name of work Appointment of consultant for master
planning, lay outing for conceptualizing
& Designing of Sanchi University of
Buddhist-Indic Studies campus near
Salamatpur district Raisen
6b Time period 4 Months
6c Probable amount of fees Twenty five Lacks
6d Cost of tender form Rs. 5000/-
6e EMD Rs. 50,000/-
6f Last date of download of tender documents 19.05.2015 up to 5:30 pm
6g Pre bid meeting date 12.05 2015 on 4:00 pm
6h Last date of submission 21.05.2015 up to 3:30 pm
6i Date of opening of envelope A 21.05.2015 on 4:30 pm
6j Date of opening envelope and B and D Will be intimated on website
www.sanchiuniv.org.in
6k Date of opening envelope C Will be intimated on website
www.sanchiuniv.org.in
6l ENVELOPE A 1. check list, (as per format shown)
2. EMD,
3. Cost of tender form
4. Affidavit(as per format)
5. Copy of Registration of architect
6. copy of Registration form
7. Copy of Positive net worth by CA(as
per format)
8. Experiences in heritages building,
Buddhist architects, landscape, old
Indian architect and green design
building/campus plan
6m ENVELOPE B 1. Technical proposal Containing
following documents Technical
proposal for Architectural consultancy
Services for Preparing of master plan
for construction of Sanchi University
of Buddhist-Indic Studies at
salamatpur as per Annexure 3A.
2.Bidders Experience for Total work
executed relating with architectural
services as per Annexure 3 B-1/S and
3B-1/D
3.Bidders experience for same nature of
work as per annexure 3B-2/S and 3B-
2/D

SUBIS-34
4.Consultants annual turnover certified
by CA as per annexure 3C

5.Description of the methodology and


work plan for performing the
assignment as per annexure 3E
6.Broad qualification and experience
requirements of professional staff as
per annexure 3F+3H+3G
7. National/ International Awards
winning details as per annexure 3I
8. Experiences in heritages building,
Buddhist architects, landscape, old
Indian architect and green design
building/campus plan
financial offer Annexure 3J
6n ENVELOPE c
6o ENVELOPE D containing signed copy of tender
document uploaded on website
6p Address of submission of bid Sanchi University of Buddhist-Indic
Studies Mulla Ramoji Banganga Square
Second floor Bhopal Pin code- 462 003
6q Language of Bid English
6r Tender download details www.sanchiuniv.org.in

6s E-mail sanchiuniv@gmail.com
6t Performance security format annexure (see annexure section of
document)
6u Affidavit format annexure (see annexure section of
document)
6v SUBMISSION ENVELOPE submit all envelope A,B,C,D in one main
envelope indicate, Name of work name
of bidder, Address, Date, and
telephone/Mobile No. Of applicant.
6w Bid validity period 120 days
6x Contact person name and mobile no G. S. Saluja Executive Engineer Mob.
No.- 9424499933

SUBIS-35
Section: 7, DRAFT FORM OF CONTRACT

CONTRACT FOR CONSULTANT’S SERVICES

Between

Sanchi Universitry of Buddhist –Indic Studies

___________________________________

(Name of Client)

And

___________________________

(Name of Consultant)

Dated:

This is a draft Contract for Consultancy Services. In case of any ambiguity, the provisions of
TOR / RFP will prevail while framing the Contract Agreement.1

Section-7 Draft Form of Contract

SUBIS-36
1. FORM OF CONTRACT

This CONTRACT (hereinafter called the “Contract”) is made the _____day of the Month of
_________, 2015 ____, between, on the one hand _______________(hereinafter Called the
“Client) and, on the other hand, ______________(hereinafter called the “Consultants”).

[Note* : If the Consultants consist of more than one entity, the above should be partially
amended to read as follows: “…(hereinafter called the “Client”) and, on the other hand, a
joint venture consisting of the following entities, each of which will be jointly severally
liable to the Client for all the Consultants’ obligations under this Contract, namely,
_____________________and ________________________(hereinafter called
“Consultants”)]

WHEREAS
a. the Client has requested the Consultants to provide Architectural Consultancy as
defined in the General Conditions of Contract attached to this Contract (hereinafter
called the “Services”);
b. the Consultants, having represented to the Client that they have the required
professional skills, personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;

NOW THEREFORE THE PARTIES HERETO HEREBY AGREE AS FOLLOWS:

1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
a. Letter of acceptance (LOA);
b. Addendum/Corrigendum;
c. RFP Document;
d. Technical Submissions.
e. Financial Submissions.
f. Copy of Performance Bank Guarantee.
2. The mutual rights and obligations of the Client and the Consultants shall be as set forth
in the Contract; in particular.
a. The Consultants shall carry out the Services in accordance with the provisions
of the Contract; and
b. The Client shall make payments to the Consultants in accordance with the
Provisions of the Contract.

SUBIS-37
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.

Authorized Signatory Authorized Signatory


For and on behalf of the For and on behalf of
Sanchi University of Buddhist –Indic Studies M/s ……………………………….

(……………................) (……………………)
seal Authorized Signatory
Witness

1. Signature 2. Signature
Name Name 2

Section-7 Draft Form of Contract

SUBIS-38
SECTION 7
GENERAL CONDITIONS OF CONTRACT

ARTICLE - 1: DEFINITIONS & INTERPRETATIONS

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

1.1. "AGREEMENT" means the 'Agreement' concluded on 'non-judicial stamp paper' of


'Madhya Pradesh State', between “SUBIS” and the 'Consultant' for services as per
this RFP Document.
1.2. " SUBIS” shall mean ‘SANCHI UNIVERSITY OF BUDHHIST-INDIC STUDIES ’
1.3. " SUBIS’S REPRESENTATIVE" means the person appointed or authorized from time
to time by “REGISTRAR SUBIS” for execution of the Contract.
1.4. "CONSULTANT'S REPRESENTATIVE" means the person appointed from time to time
by CONSULTANT for execution of the Contract.
1.5. "ENGINEER-IN-CHARGE" shall mean the person designated from time to time by
SUBIS and shall include those who are expressly authorized by him to act for and
on his behalf for operation of the Contract.
1.6. "SIGN-OFF" means a recorded statement for completion of a milestone / major
activity by Consultant as envisaged in this document and accepted by SUBIS.
1.7. "CONTRACT" shall mean the "Agreement" and all attached exhibits and documents
referred to therein and all terms and conditions thereof, together with any
subsequent modifications thereto.
1.8. "SERVICES" mean the duties to be performed and the services to be rendered by the
Consultant according to the terms and conditions of the Contract.
1.9. "HEADINGS" the headings appearing herein are for convenience only and shall
not be taken in consideration in the interpretation or construction of the
Contract.
10. "SINGULAR & PLURAL WORDS" importing the 'singular' only also include the 'plural'
and vice-versa, wherever the context so requires.

2. ARTICLE - 2: PERFORMANCE OF DUTIES & SERVICES BY CONSULTANT


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

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

SUBIS-39
3. ARTICLE - 3: SUBIS 'S REPRESENTATIVE
3.1 SUBIS shall nominate its representative(s) who shall be entitled to act on behalf of
SUBIS with respect to any decision it is empowered to make. The bill / invoice of
Consultant will be certified for payment by such representatives.3

4. ARTICLE - 4: CONSULTANT'S REPRESENTATIVE


4.1. Consultant shall nominate a qualified and experienced person as its representative
who will be the contact person between EMPLOYER and Consultant for the
performance of the Contract. This nomination shall be done within ‘SEWEN [07]
days' after the coming into force of the Contract. Consultant shall notify EMPLOYER
in writing prior to the appointment of a new representative. Consultant's
representative may be replaced only with EMPLOYER’s consent after getting
approved his CV's from EMPLOYER. EMPLOYER shall be at liberty to object to any
nomination and to require the Consultant to remove any Consultant’s
representative for good causes. Consultant shall replace immediately such person
by a competent substitute at no extra cost to EMPLOYER.
4.2. Consultant's representative shall be entitled to act on behalf of the Consultant with
respect to any decisions to be made under the Contract.

5. ARTICLE - 5: PAYMENT TERMS


5.1. EMPLOYER shall pay only for the services rendered as per stipulation in the Tender
through. All bank-charges of the Consultant's Bankers shall be to Consultant's
account.
5.2. Consultant will invoice EMPLOYER according to the terms and conditions provided
in the Tender.
5.3. Payment terms shall be as detailed in Special condition of contract.
5.4. In case of disputes concerning Invoice(s), EMPLOYER shall return said invoice(s) to
the Consultant within 'fifteen [15] days' from its/their receipt specifying, in writing,
the reasons for its / their rejection.
(i) EMPLOYER shall pay the undisputed amount of the invoice(s) according to
Article-5.3 hereof.
(ii) The disputed amount, if any, shall be paid after mutual settlement between
EMPLOYER and Consultant.
(iii) Total or partial rejection of the invoice(s) shall not release the Consultant
from any of its obligations under the Contract.

6. ARTICLE - 6: PERFORMANCE GUARANTEE:


Consultant shall be required to submit acceptable Bank Guarantee for an amount
equal to 5.00% of the consultancy cost towards Performance Security before signing
the agreement. The validity of the Bank Guarantee (s) shall cover entire duration of
consultancy period. The format of the Bank Guarantee (s) shall be got approved by
the consultant from Employer. The Bank Guarantee (s) shall be released after
satisfactory completion of the assignment and defect liability period.

7 ARTICLE - 7: CONFIDENTIALITY:

Section-7 General Condition of Contract

SUBIS-40
1. Consultant shall treat all matters in connection with the Contract as strictly
confidential and undertakes not to disclose, in any way, information, documents,
technical data, experience and know-how given to him by SUBIS / Consultant without
the prior written consent of the later.
2. Consultant further undertakes to limit the access to confidential information to
those of its employees, implementation-partners who reasonably require the same
for the proper performance of the Contract provided however that Consultant shall
ensure that each of them has been informed of the confidential nature of the c
onfidentiality and non-disclosure provided for hereof.

8. ARTICLE - 8: TAXES & DUTIES

8.1. Consultant shall pay any and all taxes, duties, levies, etc. which are payable in relation
to the performance of the Contract. The quoted price shall be inclusive of all such
taxes and duties [except Service Tax]. Service Tax shall be reimbursed by SUBIS as
per actual.4
8.2. Statutory variation in taxes [C.S.T., L.S.T., W.C.T., Withholding Tax, Service Tax,
etc.] And duties, if any, within the contractual 'Completion Period' shall be borne by
SUBIS . No variation in taxes, duties or levies, other than statutory taxes and duties,
shall be payable.
8.3. SUBIS shall deduct 'Income Tax' at source at applicable rates.
8.4. SERVICE TAX
Quoted prices should be inclusive of all taxes and duties, except Service Tax.
Please note that the responsibility of payment of Service Tax lies with the Service
Provider only. In case Service Tax is applicable for the Tendered Work, Consultant
shall claim the Service Tax indicating rate of abatement/deduction allowed as per
"Service Tax Act" in the 1st Invoice itself. Consultant providing taxable service
shall issue an Invoice, a Bill or as the case may be, a Challan which is signed,
serially numbered, and shall contain the following:
(a) Name, Address & Registration No. of such Person/Consultant
(b) Name & Address of the Person/Consultant receiving Taxable Service
(c) Description, Classification & Value of Taxable Service provided
(d) Service Tax Amount
Payments to Service Provider for claiming Service Tax amount will be made
provided the above formalities are fulfilled. In case of statutory variation in Service
Tax during currency of the Contract, the Consultant shall submit a copy of the
'Government Notification' to evidence the rate as applicable on the date of
submission of Bid and on the date of revision. Claim for payment of Service Tax /
statutory variation in Service Tax, should be raised within two
[02] months from the date of issue of 'Government Notification' for paymen
t of differential Service Tax, otherwise claim in respect of above shall not be
entertained for payment of arrears.

9. ARTICLE - 9: RESOLUTION OF DISPUTES/ARBITRATION

Section-7 General Condition of Contract

SUBIS-41
9.1. SUBIS and Consultant shall make every effort to resolve amicably by
direct informal negotiations any disagreement or dispute arising between them
under or in connection with the Contract.
9.2. All disputes, controversies, or claims between the parties [except in matters
where the decision of the " Engineer-in-Charge [EIC]" is deemed to be final and
binding] which cannot be mutually resolved within a reasonable time shall
be referred to Arbitration. Disputes shall be settled by arbitration in accordance
with the provisions of Madhya Pradesh Madhyastham Adhikaran Adhiniyam, 1983
and as amended up to date

10. ARTICLE - 10: LEGAL CONSTRUCTION


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

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


11.1. SUBIS may suspend, in whole or in part, the performance of services of Consultant
any time upon giving not less than a fifteen [15] days' notice.
11.2. Upon notice of suspension, Consultant shall suspend immediately the services and
reduce expenditure to a minimum to be agreed upon by both the parties.
11.3. Upon suspension of the performance of services, Consultant shall be entitled to
reimbursement of the costs which shall have been actually incurred prior to the
date of such suspension. However, the total reimbursement shall be restricted to
the Contract Price.5
11.4. By fifteen [15] days' prior notice, SUBIS may request Consultant to resume the
performance of the services, without any additional cost to SUBIS.
11.5. If the suspension of the duties and services exceeds 'six [06] months', either party
shall be entitled to terminate Contract according to Article-16, hereafter.

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


12.1. In case, the Consultant fails to complete the services within the stipulated period,
then unless such failure is due to force Majeure, as defined in Article-19
hereinafter, or due to SUBIS default, there will be a reduction in the Contract Price
@1/2% for each week of delay or part thereof, subject to a maximum of 10% of the
Contract Price.
2. SUBIS may, without prejudice to any methods of recovery, deduct the amount of
such 'PRS' from any money due or which may at any time become due to Consultant
from its obligations and liabilities under the Contract or by recovery against the
'Performance Guarantee'. Both Consultant and SUBIS agree that the above
percentage of price reduction are genuine pre- estimates of the loss / damage
which SUBIS would have suffered on account of delay / breach on the part of
Consultant and the said amount will be payable on demand without there being

Section-7 General Condition of Contract

SUBIS-42
any proof of the actual loss or damage caused by such breach / delay. A decision of
SUBIS in the matter of applicability of price reduction shall be final and binding.

13. ARTICLE - 13: ASSIGNMENT


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

14. ARTICLE - 14: INDUSTRIAL & INTELLECTUAL PROPERTY


14.1. In order to perform the services, Consultant must obtain at its sole account,
the necessary assignments, permits and authorizations from the titleholder of the
corresponding patents, models, trademarks, names or other protected rights and
shall keep SUBIS harmless and indemnified from and against claims, proceedings,
damages, costs and expenses [including but not limited to legal costs] for and/or on
account of infringements of said patents, models, trademarks, names or other
protected rights.
14.2. All documents, report, information, data, etc. collected and prepared by
Consultant in connection with the scope of work submitted to SUBIS, will be the
property of SUBIS.
14.3. Consultant shall not be entitled either directly or indirectly to make use of the
documents, reports given by SUBIS for carrying out of any services with any third
party.
14.4. Consultant shall not, without the prior written consent of SUBIS, be entitled to
publish studies or descriptive article with or without illustrations or data in respect
of or in connection with the performance of services.

15. ARTICLE - 15: LIABILITIES


15.1. Without prejudice to any express provision in the Contract, Consultant shall be solely
responsible for any delay, lack of performance, breach of agreement and/or any
default under this Contract.
15.2. Consultant shall remain liable for any damages due to its gross negligence within the
next ‘twelve [12] months’ after the issuance of the provisional acceptance
certificate of the Contract.
15.3. The amount of liability will be limited to 10% of the Contract value.

16. ARTICLE - 16: TERMINATION OF CONTRACT6


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

Section-7 General Condition of Contract

SUBIS-43
SUBIS may at any time terminate the Contract by giving written notice without
compensation to Consultant, if Consultant becomes bankrupt or otherwise
insolvent, provided that such termination will not prejudice or affect any right of
action or remedy which has accrued or will accrue thereafter to SUBIS.

16.3. Termination for Convenience:


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

17. ARTICLE - 17: MODIFICATION


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

18. ARTICLE - 18: CONTRACT AGREEMENT


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

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

(a) War / hostilities


(b) Riots or Civil commotion
(c) Earthquake, flood, tempest, lightening or other natural physical disasters
(d) Restrictions imposed by the Government or other statutory bodies, which
prevents or delays the execution of the Contract by Consultant.

19.1 Consultant shall advise SUBIS by a registered letter, duly certified by the local
Chamber of Commerce or statutory authorities, the beginning and end of the above
causes of delay within 'seven [07] days' of the occurrence and cessation of such
Force Majeure conditions. In the event of delay lasting over 'one [01] month', if
arising out of causes of Force Majeure, SUBIS reserves the right to cancel the
Contract and the provisions governing termination stated under Article-16 shall
apply.
19.2 For delays arising out of Force Majeure, Consultant shall not claim extension in
completion date for a period exceeding the period of delay attributable to the
causes of Force Majeure and neither SUBIS nor shall Consultant be liable to pay
extra costs provided it is mutually established that Force Majeure conditions did
actually exist.7
19.3 Consultant shall categorically specify the extent of Force Majeure conditions pr
evalent in their works at the time of submitting their Bid and whether the same

Section-7 General Condition of Contract

SUBIS-44
have been taken into consideration or not in their quotations. In the event of any
force majeure cause, Consultant or the SUBIS shall not be liable for delays in
performing their obligations under this order and the completion dates will be
extended to Consultant without being subject to price reduction for delayed
completion, as stated elsewhere.

20 ARTICLE - 20: RECTIFICATION PERIOD


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

21 ARTICLE - 21: SUB-CONTRACT


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

22 ARTICLE - 22: NOTICES


22.1 Any notice given by one party to the other pursuant to the Contract shall be sent in
writing or by telegram or fax, email, telex/ cable confirmed in writing.
22.2 A notice shall be effective when delivered or on the notice's effective date, whichever
is later.

23 ARTICLE - 23: ACQUISITION OF DATA


1. If required, Consultant shall be responsible for carrying out any surveys and
acquisition of all data from necessary sources. SUBIS, if requested in writing by
Consultant, may assist the consultant in the said acquisition by way of
issue of recommendatory letters only. All requisite clearances, coordination,
fees, charges, etc. & compliance to the local laws required for completion of the
job shall be the responsibility of the Consultant.8

Section-7 General Condition of Contract

SUBIS-45
SECTION: 7 A
SPECIAL CONDITIONS OF CONTRACT

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

2.0 ORDER OF PRECEDENCE


In the case of ambiguity in Financial Proposal, Special terms, General Conditions of
Contract, Scope of work etc., the following order of precedence will prevail:
a) Fax of Intent / detailed Letter of Award along with statement of agreed
variations and its enclosures and any corrigendum / addendum.
b) Special terms in conjunction with Scope of Work.
c) General Conditions of Contract.

3.0 LOCATION
The proposed location of “SANCHI UNIVERSITY OF BUDDHIST-INDIC STUDIES” is at
…SALAMATPUR DISTRICT RAISEN……….. The bidders are requested to visit the site
and accustom themselves with the actual site conditions.

4.0 FEES OF CONSULTANCY SERVICES OF THE WORKS


This shall mean the amount(s) of tender(s) that may be accepted by the employer for
award of consultancy services. The quoted fees shall be inclusive of charges for visit
to site, local transportation and other expenses & all types of taxes, etc. excluding
Service Tax.

5.0 TIME SCHEDULE


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

5a Submission of Drawings of total station survey and bench mark Within 15 days from
locations in A1 sheets and A3 sheets in 2 copies along with 2 date of appointment
sets copies in CD’S as per section 8B of Scope of work.

5b Submission of final drawings of total station survey and bench Within 25 days from
mark location on A1 Sheets and A3 sheets in 6 copies along date of appointment
with 3 sets of CD'D as per direction given by University in

SUBIS-46
Compliance of 9A.

5c Submission of soil report, resistivity survey report and drawings Within 35 days from
of bench mark location on A1 Sheet and required area date of appointment
calculation report as per 8e, 8f, 8g, 8h in 3 copies and CD'S 3
copies.

5d Submission of final area calculation reports and CD'S 3 copies. Within 45 days from
date of appointment

5e Submission of concept plan on A1 sheets and CD'S in 2 copies Within 60 days from
and presentation o concept plan. date of appointment

5f Final submission of concept plan on A1 and A3 sheets in 6 Within 75 days from


copies along with CD'S in 3 copies. date of appointment

5g Submission of draft master plan drawings on A1 Sheets in 3 Within 90 days from


copies along with CD'S and presentation of above plan before date of appointment
Client.

5h Submission of Final Master plan drawing on A-O, A2 and A-3 Within 105 days
sheets and CD'S in 6 copies each along with stage on estimates from date of
of total master plan components. appointment

NOTE:
The above time schedule will be strictly adhered. However, the same may deviate on
account of authentic valid reasons to be recorded and approved by EMPLOYER/
SUBIS. In case of delay in any of the above stage, the Price Reduction Schedule shall
be applicable on the corresponding stage payment to be paid as per clause 9.0

6.0 FINANCIAL PROPOSAL


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

7.0 VALIDITY OF QUOTED RATES


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

SUBIS-47
8.0 TAXES AND DUTIES
8.1 The rates quoted in the Financial Proposal shall include all taxes [except Service Tax],
duties, W.C.T., cess, other levies, etc., Employer's share of Provident Fund, insurance
charges, all other levies, etc., as applicable. Employer/ SUBIS shall not entertain any
such claim, whatsoever, on this account [except Service Tax] at a later date.
8.2 The rates quoted in the Financial Proposal shall be inclusive of all equipments [if any],
supervision, transportation, overheads, profits, etc.

9.0 TERMS OF PAYMENT


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

The following are the mode of payment for various stages of work for different
sections of work. The stage-wise percentage (%) payment will be applicable as and
when the stage-wise service is completed in all respect.9

Schedule of Payments
As per section 10 of this Document

10 Schedule of payments Task


10a Submission of Drawings of total station 10% 8a, 8b, 8c,
survey and bench mark locations in A1 8d,
and A3 sheets in 10 copies along with
soft copies in CD’S of 4 sets
10b Submission of 8c,8,8efinal reports in 6 10% 8e, 8f, 8g,
copies along with soft copies in CD’S 8h
4sets
10c Presentation interaction and submission 20% 8i, 8j, 8k
of master plan in 3 copies on a1 and a2
sheets along with soft copies of CD’S
10d Submission of final drawings of master 40% 8l, 8m, 8n,
plan layouts of total campus and layouts 8o, 8p
of different zones of campus as directed
in 10 sets on A1,A2 AND A3 sheets as per
presentation of 9d
10e Environment impact assessment 10% 8q
approval from competent authority
10f Interaction with consultant appointed to As mentioned
prepare detailed project report and in documents
Client and make such changes in master
plan as required
10 Final payment[rest of amount] after 10% 8r

Section-7 Special Condition of Contract

SUBIS-48
finalization of DPR

Note:-
1. %age of fees initially release on the basis of amount of contract.

2. Payment against at Sr. No. 10(e) shall be released after approval of statuary
approvals as required and directed.
3. Final payment of 10% will be released only after completion and approval of final
DPR of campus, by Client.
9.2 Necessary recoveries and all statutory deductions shall be made as per the
relevant rates [as per rules & regulations of Government] from the payments to the
Contractor.
9.3 PAYMENT TO STATUTORY AUTHORITIES: Any payment / fee required to be deposit /
paid to the Statutory Authority in connection with any statutory permission /
approval, the same shall be borne by SUBIS. In case the fee / deposit was made by
the architects, the same shall be reimbursed to Architects on production of
documentary evidence having paid/ deposit the fee to statutory authorities in
connection with work.
9.4 Payments for modification and amendments in master plan during DPR formulation
stage shall be made separately as per mentioned in bid document.
10.0 TAX LIABILITIES
10.1 The prices quoted in the Financial Proposal should be inclusive of all expenses of
transportation, overheads, profits, etc. The same should also be inclusive of all
taxes [except Service Tax, and cess thereon], duties, levies, statutory payments,
license fees, etc., imposed by the Government of MP Works Contracts, etc. While
quoting the prices, the Bidder shall take into account all these aspects and no
separate payment on any account shall be payable to the Consultant at a later date.
10.2 Consultant shall be liable for timely payment of all taxes, duties & levies impos
ed by any Government / Government Department / Agency / Body including local
autonomous bodies from time to time without any extra claim from EMPLOYER/
SUBIS. However, Service Tax payable by the Consultant, if any, shall be reimbursed on
production of receipt thereof. EMPLOYER/ SUBIS shall have no liability on these
accounts if Consultant informs EMPLOYER / SUBIS for such liability after closing of the
agreement.10
10.3 Income Tax deductions shall be made from all payments to the Consultant as per rules
and regulations in force in accordance with the "Income Tax Act" prevailing from
time to time. However, Consultant shall be entitled to get the "TDS Certificate" for
the amount so deducted in the format prescribed by the 'Income Tax Department'.

11.0 DEVIATION

SUBIS-49
Tender must be submitted without making any additions /alterations. The bidders
shall submit quotation based strictly on terms and conditions and specifications
contained in the Tender Document and not to stipulate any deviations. Deviations in
any manner against any clauses of this tender document are not
allowed and any such deviation if indicated any where will render the offer no
n- responsive and shall liable to be rejected .
NOTE: The right to accept the offer will rest with the EMPLOYER. EMPLOYER /SUBIS.
SUBIS, however, does not bind himself to accept the lowest offer and reserves to
itself the Authority to reject any / all the offers received without assigning any reason
whatsoever.

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

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

14.0 lay out plan and master plan should be as per related prevailing rules applicable for
said work. it is responsibility of consultant to rectify on his own cost if found any
deviation with respect to prevailing rules.

15.0 ENGINEER-IN-CHARGE [EIC]

15.1 Executive engineer of SBUIS shall be “the "Engineer-in-Charge [EIC]" for the work
under the Contract.
15.2 The EIC shall look after general supervision and directions of the consultancy work. He
will be authorized to stop the work with due permission of EMPLOYER/ SUBIS,
whenever such stoppage may be necessary to ensure proper execution of the
Contract.
15.3 The Engineer-in-Charge EIC, with due permission of EMPLOYER/ SUBIS, reserves the
right to suspend the work or part thereof at any time and no claim whatsoever on
this account shall be entertained. In case of any dispute, the consultant may appeal
to EMPLOYER/ SUBIS, whose decision shall be final and binding on the
Consultant/Contractor.

16.0 LODGING, BOARDING & TRANSPORTATION: Lodging, Boarding & Transportation


shall be arranged by the Consultant at his own cost.

SUBIS-50
17.0 IDENTITY CARDS
The Consultant shall issue 'Identity Cards' of their personnel to be deployed inside
premises, which shall be required to display prominently during the period of their
stay within the premises and the 'Identity-Cards' shall have the information as
demanded by EMPLOYER/ SUBIS authorities.

18.0 VISIT OF IMPORTANT CAMPUS

The client may ask to visit some important/excellent developed campus in India .in
such cases, the consultant will make arrangement to visit these places for two
university officials including engineer in charge at their own expenses. But these visits
shall not be more than two under this contract. If further visit is required then, client
shall bear the expenditure for visit of such places. In all visits main architect of client
shall be a part of visit team.

19.0 TERMINATION OF AGREEMENT


The Agreement with Architect / Consultant may be terminated at any time on one
month’s notice by EMPLOYER/ SUBIS without assigning any reason, therefore, such
termination notwithstanding, the Consultant shall be entitled to remuneration in
accordance with Clause No.5 for works actually done by them prior to such
termination and shall be liable to pay to the EMPLOYER/ SUBIS all damages which,
EMPLOYER/ SUBIS may have become entitled to for omission or commission on their
part upon termination of the Agreement subject to maximum of 10% of the total fee
payable.

20.0 OTHER SERVICES & CONDITIONS

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

20.2 The Architect/ Consultant shall be fully responsible to the Employer with regard
to the designs, specifications as per plans.

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

SUBIS-51
20.4 If the Employer deviates substantially from the approved scheme which involves for
its proper execution then extra services, expenses and extra labour/efforts on the
part of the Architects for making changes and additions to the
drawings, specifications of other documents, the Architects shall be reasonably
compensated on the basis of man-hour or man-days spent by the Architects. The
decision of the Engineer-In-Charge in finalizing such payments shall be final and
binding.

21.0 ALL OTHER TERMS & CONDITIONS OF THE CONTRACT SHALL BE AS PER "GENERAL
CONDITIONS OF CONTRACT (GCC)11

Section-7 A Special Condition of Contract

SUBIS-52
8.0 SCOPE OF WORK:

The scope of work for this call of RFP is the Appointment of consultant for master planning,
lay outing and conceptualizing plan of Sanchi university of Buddhist-Indic studies campus
near Salamatpur district Raisen. The consultant has to carry out total station survey with
G.I.S. and to construct cement concrete permanent bench mark so as to verify the result of
total station survey. This survey report is to be submitted in hard copies and soft copies to
concerned engineering department of University. This report will be examined by
engineering department of University and may ask for modification in report if needed. in
such case, consultant will submit the modified report as per direction for final submission
.on approval this report consultant will proceed for soil testing at 10 points and SBC at 4
points, Resistivity survey at 4 points as directed by Engineer in charge. Then consultant has
to calculate area requirement of every activity unit as shown in section 4.00 (Requirement
of proposed work). the area requirement will be work out as per University requirement
and standard area designated of every activity as per prevailing rules for developments of
university and regulatory authorities such as U.G.C. norms. Etc.

Consultant has to submit above reports for approval. if any modification needed than
consultant will incorporate and amend the report as per directions. After approved of this
report consultant will proceed for concept plan and presentation.

Concept plan will be prepared as per requirements of works (section 4.00) and discussion
with University authorities .A discussion session will be held in University for preparation of
concept plan and accordingly, consultant prepare the primary concept plan, and
demonstrate in form of ppt and hard copies before University authorities. Detailed
discussion on each proposed activity will be made along justifications of proposal and area
requirement. Any suggestion, modification directed in this meeting will have to be
incorporated in concept details by consultant. Further consultant will to be submitted
primary master plan of campus prepared according to University authorities. Master plan so
prepared will be discussed with University authorities by interaction and presentation mode
for final shape of master plan.

After presentation and discussion, the modification suggested is to be incorporated in final


master plan and to be presented and submitted to University authorities, along with 3 D

SUBIS-53
MODELS with all necessary drawings, soft copies, images, photographs etc. As shown in
deliverables

Detailed project report will be prepared as per this master plan by selected consultant
through a separate bid process. Any Change in Master plan if suggested by DPR consultant
and University authorities during DPR preparation stage, than desirable changes shall be
made by consultant in master plan documents. ten present fees will be with held for this
procedure during DPR stages and will be released after finalisation of D.P.R. if consultant
does not amended the master plan document during this stage than necessary changes will
be incorporated by University through other agency and with held ten present amount fees
will be for forfeited.

Consultant is also responsible to get necessary legal statuary approvals for SEIA, other local
authorities and T&CP if needed necessary. Ten percent amount of fees will also be released
after fulfilment of above procedure

Above scope of work in tabular form is shown below.

8.0 SCOPE OF WORK


Part A
8a Total station survey of allotted land and adjoining area up to 200 m using GIS
method with detail survey of all physical features including small and large
plantation with exact location and contour survey of said area at 10m
intervals grid.
8b Submission of Total Station survey plan along with arranges report.
8c Modification any suggested by Client.
8d Submission of Final Total station survey plan along with report and drawings.
Part B
8e Fixation of bench mark up to 10 numbers as directed by engineer in charge
(10 cum of m 20 C.C. with excavation, surface dressing and form work etc.)
8f Testing of surface soil strata and providing test results with comments at 10
points as and SBC at 4 points directed by engineer in charge.
8g Resistivity survey of said area at 4 points as directed by engineer in charge
with results and opinion [to ascertain water source and identification of
storage point in master plan).
8h Calculation of built up area, semi built up area and open area for proposed
various buildings, Annexure, activities and area/quantity of all relate
infrastructural and amenities as per prevailing rules and calculation of energy
requirement, water supply requirement, waste generation[liquid and solid
both. Of campus (detail calculation sheet is required to be furnished). And
submission of reports for 8e, 8f, 8g as per scope of work.

SUBIS-54
Part C
8i Preparation & Presentation of concept plan
8j Validation of concept plan by University.
8k Preparation of master plan layout for all requirements of campus mentioned
in document. Other works amenities may be added if directed by university
officials as per prevailing guidelines and rules and submission of reports with
drawings.
Part D
8l Presentation and interaction of above master plan before university
authorities
8m Preparation of modified plan if directed[as per suggestions and
recommendation received in presentation]
8n Presentation and interaction of modified master plan before university
authorities
8o Submission of final master plan[there may be more modification must have
to be incorporated before final submission if required and directed]
8p Preparation and submission of stage one estimates of all components
included in master plan
Part E
8q To get approval from statuary authority (any modification suggested in
above process is to be incorporated in plan).
Part F
8r Interaction with consultant appointed to prepare detailed project report and
university authorities and make such changes in master plan as required[this
process may be adopted more than one time for finalisation of DPR
(separate fees and charges will be paid for this process as mentioned in
document)

SUBIS-55
9.0 DELIVERABLES AND TIME LINE

Delivery of various drawings/reports in hard copies and soft copies at various stages along
time line will be as follow. Time schedule is to be followed strictly and any delay without
justified reason will lead to penalty as per provisions G.C.C& S.C.C. Decision of penalty will
be taken by registrar SUBIS which will be final& binding.

9.0 DELIVERABLES AND TIME LINE


9a Submission of Drawings of total station survey and bench Within 15 days
mark locations in A1 sheets and A3 sheets in 2 copies along from date of
with 2 sets copies in CD’S as per section 8B of Scope of appointment
work.
9b Submission of final drawings of total station survey and Within 25 days
bench mark location on A1 Sheets and A3 sheets in 6 copies from date of
along with 3 sets of CD'D as per direction given by appointment
University in Compliance of 9A.
9c Submission of soil report, resistivity survey report and Within 35 days
drawings of bench mark location on A1 Sheet and required from date of
area calculation report as per 8e, 8f, 8g, 8h in 3 copies and appointment
CD'S 3 copies.
9d Submission of final area calculation reports and CD'S 3 Within 45 days
copies. from date of
appointment
9e Submission of concept plan on A1 sheets and CD'S in 2 Within 60 days
copies and presentation o concept plan. from date of
appointment

9f Final submission of concept plan on A1 and A3 sheets in 6 Within 75 days


copies along with CD'S in 3 copies, Google images, 3D from date of
images of plan and site photographs. appointment
9g Submission of draft master plan drawings on A1 Sheets in 3 Within 90 days
copies along with CD'S and presentation of above plan from date of
before University authorities. appointment
9h Submission of Final Master plan drawing on A-O, A2 and A-3 Within 105
sheets and CD'S in 6 copies each along with stage on days from date
estimates of total master plan components. Google images, of appointment
3D images of plan and site photographs and 3D MODEL of
final master plan as per direction of engineer in charge.
9i To get approval from T&CP and local Building permission Within 120
authorities if required. days from date
of appointment
9j Submission of approved/modified drawing whenever During DPR
required during DPR period. formulation
period
Note: - Soft copy of all drawing should be in DWG & GIS Format.

SUBIS-56
10.0 Schedule of Payments

Schedule of payments for services rendered by consultant will be as follow. At every stage
before producing bill, consultant has to fill full the task shown in table.

10 Schedule of payments Task


10a Submission of Drawings of total station 10% 8a, 8b, 8c,
survey and bench mark locations in A1 8d,
and A3 sheets in copies along with
soft copies in CD’S of sets as per
provision of section 9.00
10b Submission of 8c,8,8efinal reports in 10% 8e, 8f, 8g, 8h
copies along with soft copies in CD’S
sets as per provision of section 9.00
10c Presentation interaction and 20% 8i, 8j, 8k
submission of master plan in copies on
A1 and A2 sheets along with soft
copies of CD’S as per provision of
section 9.00
10d Submission of final drawings of master 40% 8l, 8m, 8n,
plan layouts of total campus and 8o, 8p
layouts of different zones of campus as
per provision of section 9.00
10e Approval of Master Plan from 10% 8q
competent authority
10f Interaction with consultant appointed As mentioned in
to prepare detailed project report and documents
university authorities and make such
changes in master plan as required
10 Final payment[rest of amount] after 10% 8r
finalisation of DPR

SUBIS-57
Section 11.0

Annexure List

SUBIS-58
11.0 Annexure List

Check list for

Envelope A

S. Particulars Attached Document Page No. Mark Tick


No.
1 Cost of Tender form in form
of demand draft

2 E.M.D. inform of demand


draft/fixed deposited receipt

3 Affidavit

4 Registration of Architect

5 Registration of form

6 Net worth positive report by


charted accounted
7 Experiences in heritages
building, Buddhist architects,
landscape, old Indian
architect and green design
building/campus plan

SUBIS-59
Annexure List

Check list for

Technical Qualification

S. ANNEXURE Particular Mark Tick


No. No.
1 3A TECHNICAL PROPOSAL FOR ARCHITECTURAL
CONSULTANCY SERVICES FOR PREPARING OF MASTER
PLAN FOR CONSTRUCTION OF SANCHI UNIVERSITY OF
BUDDHIST-INDIC STUDIES AT SALAMATPUR.

2 3B-1/S& BIDDERS EXPERIENCE FOR TOTAL WORK EXECUTED


3B-1/D RELATING WITH ARCHITECTURAL SERVICES

3 3B-2/S& BIDDERS EXPERIENCE FOR SAME NATURE OF WORK


3B-2/D
4 3C CONSULTANTS ANNUAL TURNOVER

5 DESCRI
3E DESCRIPTION OF THE METHODOLOGY AND WORK PLAN
FOR PERFORMING THE ASSIGNMENT

6 3H+3F+3G BROAD QUALIFICATION AND EXPERIENCE


REQUIREMENTS OF PROFESSIONAL STAFF

7 3I NATIONAL/INTERNATIONAL AWARDS WINNING


DETAILS

8 No Format EXPERIENCES IN HARITAGES BUILDING, BUDDHIST


ARCHITACTES, LANDSCAPE, OLD INDIAN ARCHITACTE
AND GREEN DESIGN BUILDING/CAMPUS PLAN

SUBIS-60
Annexure 3A

3A TECHNICAL PROPOSAL SUBMISSION FORM (on letter head of the firm)

To,

The Registrar,
SUBIS,
Mulla Ramoji Bhawan Banganga Square
Bhopal M.P.

Subject:- Technical proposal for Architectural Consultancy Services for Preparing of


master plan for construction of Sanchi University of Buddhist-Indic Studies
at Salamatpur.

Sir/ Madam,

We, the undersigned, offer to provide the consulting services for Architectural,
Consultancy Services for preparing master plan of construction/ of Sanchi University of
Buddhist-Indic Studies at Salamatpur. In accordance with your Request for Proposal dated
29.04.2015. We are hereby submitting our Proposal, which includes Technical Proposal and
a Financial Proposal sealed under a separate envelope. All documents enclosed are duly
page numbered and indexed also.

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

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

We remain,

Encl. :- Technical Proposal.

Yours sincerely,

Authorized Signatory
Name and Title of Signatory:
Name of Firm:
Address:12

Section-3 Technical Proposal Standard Forms

SUBIS-61
Annexure 3B-1/S

3B-(1/S) BIDDERS EXPERIENCE FOR TOTAL WORK EXECUTED RELATING WITH


ARCHITECTURAL SERVICES

Relevant Services carried out in the Last Five Years

S. Year Name of Work Name of Cost Cost DPR Executio


No Employer of of Preparatio n year
. work fees n year
1 2009-10

2 2010-11

3 2011-12

4 2012-13

5 2013-14

SUBIS-62
Annexure 3B-1/D

3B-(1/D) BIDDERS EXPERIENCE FOR TOTAL WORK EXECUTED RELATING WITH


ARCHITECTURAL SERVICES

Relevant Services carried out in the Last Five Years

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

Assignment Name: Country with location:

Assignment Period : Cost of Project (Construction) in


INR:

Name of Employer : Address with Telephone No. & Fax


No.:

Actual Start (Date / Value of Consultancy Services


Month / Year) Received (In INR):

Actual Completion Approx. Value of Services given by


(Date/ Month / Year) the Associated Firm (In INR) :

Approx. Value Name of Senior Staff (Project


of Services given by Director / Coordinator, Team
the Consultant (In Leader, etc.) of the consultant
INR) : involved and functions performed:

Address with Work order/Assignment No/Date


Telephone No. & Fax
No of the
Association Firm.:

Note :- Furnish every assignment executed in last 5 years on separated sheets as per
above Performa supported by work order of concerned work.

SUBIS-63
Annexure 3B-2/S

3B-(2/S) BIDDERS EXPERIENCE FOR SAME NATURE OF WORK

Relevant Services carried out in the Last Five Years

S. Year Name of Work Name of Cost Cost DPR Executio


No Employer of of Preparatio n year
. work fees n year
1 2009-10

2 2010-11

3 2011-12

4 2012-13
5 2013-14

SUBIS-64
Annexure 3B-2/D

3B-(2/D) BIDDERS EXPERIENCE FOR SAME NATURE OF WORK

Relevant Services carried out in the Last Five Years

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

Assignment Name: Country with location:

Assignment Period : Cost of Project (Construction) in


INR:

Name of Employer : Address with Telephone No. &


Fax No.:

Actual Start (Date / Value of Consultancy Services


Month / Year) Received (In INR):

Actual Completion Approx. Value of Services given


(Date/ Month / Year) by the Associated Firm (In INR) :

Approx. Value Name of Senior Staff (Project


of Services given by Director / Coordinator, Team
the Consultant (In Leader, etc.) of the consultant
INR) : involved and functions
performed:
Address with Work order/Assignment
Telephone No. & Fax No/Date
No of the
Association Firm.

Note: - Furnish every assignment executed in last 5 years on separated sheets as per
above Performa supported by work order of concerned work.

SUBIS-65
Annexure 3C

3C. CONSULTANTS ANNUAL TURNOVER

ANNUAL TURNOVER DATA FOR THE LAST 3 FINANCIAL YEARS

Year Amount (in INR)

2011-2012

2012-2013

2013-2014

Average

Note: - Certificate from Principal Employer Certified by CA regarding experience should be


furnished.

SUBIS-66
Annexure 3E

3E. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE
ASSIGNMENT

S. No. Description of presentation Page No. Page No.


from to
A Understanding of objective

B Comments on terms of References

C Work program(Annexure 3H)

D Presentation of Executed /prepared Project in PPT

SUBIS-67
Annexure 3F

3F. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Personnel:

S. No. Name Position Task


Principal Architect Cum Team Leader
1. To be
assigned later
Heritage Expert
2
Assistant Engineer (Civil)
3
Assistant Architect
4
HVAC Design Expert
5
Landscape Expert
6

SUBIS-68
Annexure 3G

3G. FORMAT OF CURRICULUM VITAE (CV)* FOR PROPOSED PROFESSIONAL STAFF

Proposed Position:__________________________________________________

Name of Firm: ______________________________________________________

Name of Staff;______________________________________________________

Professional Qualification:_____________________________________________

Date of Birth________________________________________________________

Nationality_______________________

Years with Current Firm/Entity _________________________

Membership in Professional Societies _____________________________________

Detailed Tasks Assigned _______________________________________________-13

Key Qualifications:

Assignment

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

Education

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

Employment Record

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

Languages:
(For each language indicate proficiency – excellent, good fair or poor, in speaking reading and
writing)
Summary of the CV
(Furnish a summary of the above CV. The information in the summary shall be precise and accurate.
The information in the summary will have bearing on the evaluation of the CV).

Section-3 Technical Proposal Standard Forms

SUBIS-69
Annexure 3G

A) Education:

i. Field of Diploma/Graduation and year


ii. Field of Graduation/Post graduation and year
iii. Any other specific qualification
B) Experience

Total experience in Building Project: ____________ Yrs.


Responsibilities held:

S. No. Position Held Period Assignment period


From To

Undertaking:

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

Date (Day/Month/Year) :________14

Signature of staff member Signature of Authorized representative of the Firm

Full name of staff member Full name of authorized representative

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

Annexure 3

Section-3 Technical Proposal Standard Forms

SUBIS-70
3H. ACTIVITY (WORK) SCHEDULE WORK PROGRAME AS PER SCOPE OF WORK

S. No. Item of Month wise Program (in form


Activity (work) of Bar Chart)
[1st, 2nd, etc. are fort night
from the start of assignment]
1 2 3 4 5 6 7 8

Annexure-3H

SUBIS-71
BROAD QUALIFICATION AND EXPERIENCE REQUIREMENTS
OF PROFESSIONAL STAFF

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

TABLE – 1

S. No. Name of Post Name of Qualification Experience Duration


Persons with
Bidder
Form

1 Principal Architect
Cum Team Leader

2 Heritage Expert

3 Assistant Engineer
(Civil)
4 Architect

5 HVAC Design Expert

6 Landscape Expert

7 Green design expert

Annexure 3I

SUBIS-72
3I. National/International Awards winning details

S. Name of Name of Cost of DPR Award type Name of Award


No. Work Employer work Year National/ Awards Sponsored
International by

Annexure 3J

SUBIS-73
FOR ENEVLOPE-C
FINANCIAL PROPOSAL STANDARD FORM
(On letter head of the firm)

(Location, Date)

To,

The Registrar,
SUBIS,
Mulla Ramoji Bhawan Banganga Square
Bhopal M.P.

Subject: Financial proposal for Architectural Consultancy Services for Preparing of master plan
for construction of Sanchi University of Buddhist-Indic Studies at Salamatpur.

Sir/Madam,
We, the undersigned offer to provide the services for Architectural, Consultancy Services for
Preparing of master plan for construction of Sanchi University of Buddhist-Indic Studies at
Salamatpur in accordance with your Request for Proposal date …….(Date)……..

Our Total financial quote for this job is as under:

Particular Amount Amount


(INR) in (INR) in
figure words
Total Cost for Architectural Consultancy Services for Preparing of master plan
for construction Sanchi University of Buddhist-Indic Studies at
Salamatpur including all taxes, duties, cess, etc. but excluding service
tax

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

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

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

Yours sincerely,

Signature Authorized Person


Name and Title of Signatory:
Name & address of Firm:15

Annexure – k

SUBIS-74
|| AFFIDAVIT ||
(To be contained in Envelope A)
(On Non Judicial Stamp of Rs. 100)
I/we _______________________________________________________ who is/ are
_______________________ (status in the firm/ company) and competent for submission of
the affidavit on behalf of M/S ______________________ (bidder) do solemnly affirm an
oath and state that:
I/we am/are fully satisfied for the correctness of the certificates/records submitted
in support of the following information in bid documents which are being submitted in
response to notice inviting tender No. 5/ED/SUBIS/15 dated 29.04.2015 issued by the
Sanchi University of Buddhist-Indic Studies (name of the department).
I/we am/ are fully responsible for the correctness of following self-certified
information/ documents and certificates:
1. That the self-certified information given in the bid document is fully true and
authentic.
2. That:
a. Term deposit receipt/demand draft deposited as earnest money, demand draft
for cost of bid document and other relevant documents provided by the Bank are
authentic.
b. Information regarding financial qualification and annual turnover is correct.
c. Information regarding various technical qualifications is correct.

d. Applicant/applicant’s never declared as black listed by central govt./state


govt./ULB/or their PSU
3. No close relative of the undersigned and our firm/company is working in the
university.
OR
Following close relatives are working in the university:
Name _______________ Post ____________________ Present Posting _______

Signature with Seal of the Deponent (bidder)


I/ We, _____________________ above deponent do hereby certify that the facts
mentioned in above Para’s 1 to 3 are correct to the best of my knowledge and belief.
Verified today _____________ (dated) at ______________ (place).

Signature with Seal of the Deponent (bidder)


Note: Affidavit duly notarized in original shall be submitted in envelope A.

Annexure ''L"

SUBIS-75
Standard Template (format) for Name Plate in the Drawing

JOB NO (ALLOTTED DRAWING NO. :


BY( SUBIS):
DATE:

PROJECT NAME:

SHEET TITLE:

NORTH SCALE :

SPACE (Variable) FOR SPECIFICATIONS/SCHEDULE.

SPACE FOR DRAWING

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

CONTACT NUMBER:

EMPANELMENT NO:
REG. NO. OF KEY PERSON IN
COUNCIL OF ARCHITECTURE:

SIGNATURE, NAME AND SEAL OF KEY PERSON:

APPROVAL /NOTES

Note- standard template may be changed by engineer in charge as per requirement of task.

Annexure ''M''
FORM OF PERFORMANCE SECURITY

SUBIS-76
(PERFORMAMANCE BANK GUARANTEE)

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


Name of Beneficiary: Registrar, Sanchi University of Budhhist-Indic studies

WHEREAS ___________________ [Name and address of Consultants]1 (hereinafter


called “the consultants”) has undertaken, in pursuance of Contract No._________________
dated _________ to provide the services on terms and conditions set forth in this Contract
___________________ [Name of contract and brief description of works) (hereinafter called
the “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the
Consultants shall furnish you with a Bank Guarantee by a recognized bank for the sum
specified therein as security for compliance with his obligations in accordance with the
Contract;
AND WHEREAS we have agreed to give the Consultants such a Bank Guarantee;
NOW THEREOF we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Consultants up to a total of ___________ [amount of
Guarantee] ____________________[in words], such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, and we undertake to pay
you, upon your first written demand and without cavil or argument, any sum or sums within
the limits of __________________[amount of Guarantee] as aforesaid without your needing
to prove or to show grounds or reasons for your demand for the sum specified therein. We
hereby waive the necessity of your demanding the said debt from the Consultants before
presenting us with the demand. We further agree that no change or addition to or other
modification of the terms of the Contract or of the services to be performed there under
or of any of the Contract documents which may be made between you and the
Consultants shall in any way release us from any liability under this guarantee, and we
hereby waive notice of any such change, addition or modification. The liability of the Bank
under this Guarantee shall not be affected by any change in the constitution of the
consultants or of the Bank. Notwithstanding anything contained herein before, our
liability under this guarantee is restricted to Rs.__________ (Rs.__________________) and
the guarantee shall remain valid till ________. Unless a claim or a demand in writing is
made upon us on or before ____________ all our liability under this guarantee shall cease.
This guarantee shall be valid until 365 days after the date of issue of the Defects Liability
Certificate.
Signature and Seal of the Guarantor ____________
In presence of
Name and Designation 1._____________________ 2. __________________
Signature

Name, address, seal, Phone & Fax no. of the Bank _________________________
Date ______________________________________
1
Give names of all partners if the Consultants is a Joint Venture. 16

SUBIS-77
Section 12.0

Drawings

SUBIS-78
KHASARA MAP

SUBIS-79
LOCATION PLAN OF PROPOSED LAND

Not to the Scale (Only for reference)

SUBIS-80

Anda mungkin juga menyukai