Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Consultant Empanelment Form

Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 24

For Empanelment of Structural Consultants

for Various Projects in Haryana State

Last date of submission is 06.08.2018

Haryana School Shiksha Pariyojna Parishad (HSSPP),


Shiksha Sadan, Block-B, 3rd&4th Floor,
Sector-5,Panchkula.
E-Mail id: newssadrawings@gmail.com

1
INDEX

Description Section Page No.


Press Notice - Expression of Section-I 3
Interest for Empanelment

Detail Notice Inviting Tender Section-II 4-5

Instructions to bidder on Section-III 6-11


Electronic Tendering System

General rules and directions for Section-IV 12-13


the guidance of consulting firms

General Instructions for bidders Section-V 14-16


regarding empanelment

Qualification criteria along Section-VI 17-19


with scope of work
Annexure –A&B 20-22
Price bid 23
Check list 24

2
SECTION-1

PRESS NOTICE

EXPRESSION OF INTEREST

Haryana School Shiksha Pariyojna Parishad

Haryana School Shiksha Pariyojna Parishad invites expression of interest for empanelment

of Structural Consultant for Consultancy work from qualified/highly expertise/Professional

Civil Engineers having proven record of rendering Engineering design services i.e. for

preparation of plan, design/drawings, detailed estimates, detailed project report, DNIT

(complete design components) of Civil work, Public Health, Electrical, Parking etc. as per

National Building Code/ Haryana Building Code/IS Code approved norms of Haryana PWD

(B&R) Branch along with proof checking for various civil works, proposed to be carried out

by HSSPP and for monitoring of such works on awarding the work order for ensuring timely

completion of project with due recommendation for releasing the payment in different

instalments, on completion of each stage, as mutually agreed. The EOI schedule of the work

is as under:

Sr. no. Name of Work Earnest Time Limit Tender Fee + Expiry Date &
Money E-service fee Time of Bid
(inRs.) Preparation &
Submission
1. Empanelment of Structural 15,000/- Upto 5000/- 06.08.2018
Consultant for Various 31.03.2020 + upto 2:00
Projects in Haryana State 1000/- P.M.

For Further details and schedule, visit website https://haryanaeprocurement.gov.in

Executive Engineer
HSSPP Panchkula

3
SECTION-II
DETAIL NOTICE INVITING EXPRESSION OF INTEREST

Expression of interest is invited for purchase of below mentioned items in single stage two cover system i.e. Request for
Pre-Qualification/Technical Bid (online Bid under PQQ/ Technical Envelope) and Request for Financial Bid (comprising of
price bid Proposal under online available Commercial Envelope):-

Sr. No Description of work / EMD to be Tender Start Date & Time Expiry Date & Time Expiry Date & Time
Items deposited Document Fee of Bid Preparation of Bid of EMD of Bid Preparation
by Bidder & eService Fee & Submission Submission & Submission
(in Rs.) (in Rs.)
1. For Empanelment of 15000/- 4000/- + 1000/- 17.07.2018 04.08.2018 06.08.2018
Structural
Consultant for
Various Projects in
Haryana State

Under this process, the Pre-qualification/ Technical online bid Application as well as online Price Bid shall be invited at
single stage under two covers i.e. PQQ/Technical & Commercial Envelope. Eligibility and qualification of the Applicant will
be first examined based on the details submitted online under first cover (PQQ or Technical) with respect to eligibility and
qualification criteria prescribed in this EOI document. The Price Bid under the second cover shall be opened for only those
Applicants whose PQQ/ Technical Applications are responsive to eligibility and qualifications requirements as per Tender
document.
1. The payment for EOI Document Fee and e-Service Fee shall be made by eligible bidders online directly through
Debit Cards & Internet Banking Accounts and the payment for EMD can be made online directly through
RTGS/NEFT available at the Single e-Procurement portal of GoH (Govt. of Haryana) and also mentioned under the
EOI Document.
2. Intending bidders will be mandatorily required to online sign-up (create user account) on the website
https://haryanaeprocurement.gov.in to be eligible to participate in the e-EOI. He/She will be required to make online
payment of Rs.15000/- towards EMD fee in due course of time. The intended bidder fails to pay EMD fee under the
stipulated time frame shall not be allow to submit his / her bids for the respective event / EOI.
3. The interested bidders must remit the funds at least T+1 working day (Transaction day + One working Day) in
advance i.e. on or before 04.08.2018; and make payment via RTGS /NEFT to the beneficiary account number
specified under the online generated challan. The intended bidder / Agency thereafter will be able to successfully
verify their payment online, and submit their bids on or before the expiry date & time of the respective events/EOI
at https://haryanaeprocurement.gov.in.
The interested bidders shall have to pay mandatorily e-Service fee (under document fee – Non
refundable) of Rs.1000/- (Rupee One Thousand Only) online by using the service of secure electronic gateway. The

4
secure electronic payments gateway is an online interface between bidders & online payment authorization
networks.
The Payment for document fee/ e-Service fee can be made by eligible bidders online directly through Debit
Cards & Internet Banking.

The Bidders can submit their tender documents (Online) as per the dates mentioned in the key dates:-
Key Dates

Sr. No. Department Stage Bidder's Stage Start date and time Expiry date and time

1 EOI Document Download 17.07.2018 06.08.2018


and Bid at 12:30 Hrs Upto 14:00 Hrs
Preparation/Submission

2 Technical Bid Opening 06.08.2018 at 14:30 Hrs.

3 Financial Bid Opening Shall be intimated later on

Important Note:
1) The Applicants/bidders have to complete ‘Application / Bid Preparation & Submission’ stage on scheduled time as
mentioned above. If any Applicant / bidder failed to complete his / her aforesaid stage in the stipulated online time
schedule for this stage, his / her Application/bid status will be considered as ‘Applications / bids not submitted’.
2) Applicant/Bidder must confirm & check his/her Application/bid status after completion of his/her all activities for e-
bidding.
3) Applicant/Bidder can rework on his/her bids even after completion of ‘Application/Bid Preparation & submission stage’
(Application/Bidder Stage), subject to the condition that the rework must take place during the stipulated time frame of
the Applicant/Bidder Stage.
4) In the first instance, the online payment details of EOI document fee + e-Service and EMD & PQQ/Technical Envelope shall
be opened. Henceforth financial bid quoted against each of the item by the shortlisted bidder/ Agency wherever required
shall be opened online in the presence of such bidders/ Agency who either themselves or through their representatives
choose to be present. The bidder can submit online their bids as per the dates mentioned in the schedule/Key Dates
above.
The bids shall be submitted online in two separate envelopes:
Envelope 1: Technical Bid
The bidders shall upload the required eligibility & technical documents online in the Technical Bid.
Envelope 2: Commercial Bid
The bidders shall quote the prices in price bid format under Commercial Bid.

5
SECTION-III

INSTRUCTIONS TO BIDDER ON ELECTRONIC TENDERING SYSTEM

These conditions will over-rule the conditions stated in the EOI documents, wherever relevant and applicable.
1. Registration of bidders on e-Procurement Portal:-

All the bidders intending to participate in the tenders process online are required to get registered on the centralized
e - Procurement Portal i.e. https://haryanaeprocurement.gov.in. Please visit the website for more details.
2. Obtaining a Digital Certificate:

2.1 The Bids submitted online should be encrypted and signed electronically with a Digital Certificate to
establish the identity of the bidder bidding online. These Digital Certificates are issued by an Approved Certifying Authority,
by the Controller of Certifying Authorities, Government of India.
2.2 A Digital Certificate is issued upon receipt of mandatory identity (i.e. Applicant’s PAN Card) and Address
proofs and verification form duly attested by the Bank Manager / Post Master / Gazetted Officer. Only upon the receipt of
the required documents, a digital certificate can be issued. For more details please visit the website –
https://haryanaeprocurement.gov.in.
2.3 The bidders may obtain Class-II or III digital signature certificate from any Certifying Authority or Sub-
certifying Authority authorized by the Controller of Certifying Authorities or may obtain information and application format
and documents required for the issue of digital certificate from.
2.4 The bidder must ensure that he/she comply by the online available important guidelines at the portal
https://haryanaeprocurement.gov.in for Digital Signature Certificate (DSC) including the e-Token carrying DSCs.
2.5 Bid for a particular EOI must be submitted online using the digital certificate (Encryption & Signing),
which is used to encrypt and sign the data during the stage of bid preparation. In case, during the process of a particular
tender, the user loses his digital certificate (due to virus attack, hardware problem, operating system or any other problem) he
will not be able to submit the bid online. Hence, the users are advised to keep a backup of the certificate and also keep the
copies at safe place under proper security (for its use in case of emergencies).
2.6 In case of online EOI, if the digital certificate issued to the authorized user of a firm is used for signing and
submitting a bid, it will be considered equivalent to a no-objection certificate /power of attorney / lawful authorization to that
User. The firm has to authorize a specific individual through an authorization certificate signed by all partners to use the
digital certificate as per Indian Information Technology Act 2000. Unless the certificates are revoked, it will be assumed to
represent adequate authority of the user to bid on behalf of the firm in the department tenders as per Information Technology
Act 2000. The digital signature of this authorized user will be binding on the firm.
2.7 In case of any change in the authorization, it shall be the responsibility of management / partners of the firm to
inform the certifying authority about the change and to obtain the digital signatures of the new person / user on behalf of the
firm / company. The procedure for application of a digital certificate however will remain the same for the new user.
2.8 The same procedure holds true for the authorized users in a private/Public limited company. In this case, the
authorization certificate will have to be signed by the directors of the company.

6
3 Pre-requisites for online bidding:
In order to operate on the electronic EOI management system, a user’s machine is required to be
set up. A help file on system setup/Pre-requisite can be obtained from Nextenders (India) Pvt. Ltd. or downloaded from the
home page of the website - https://haryanaeprocurement.gov.in.. The link for downloading required java applet & DC setup
are also available on the Home page of the e-EOI Portal.
4 Online Viewing of Detailed Notice Inviting EOI:
The bidders can view the detailed N.I.T and the time schedule (Key Dates) for all the EOI floated through
the single portal eProcurement system on the Home Page at https://haryanaeprocurement.gov.in.
5 Download of EOI Documents:
The tender documents can be downloaded free of cost from the eProcurement portal
https://haryanaeprocurement.gov.in

6 Key Dates:
The bidders are strictly advised to follow dates and times as indicated in the online Notice
Inviting EOI. The date and time shall be binding on all bidders. All online activities are time tracked and the system enforces
time locks that ensure that no activity or transaction can take place outside the start and end dates and the time of the stage as
defined in the online Notice Inviting EOI.

7 Online Payment of EOI Document Fee, eService fee ,EMD fees & Bid Preparation & Submission (PQQ/
Technical & Commercial/Price Bid):

i) Online Payment of EOI Document Fee + e-Service fee:


The online payment for EOI document fee, eService Fee &EMD can be done using the secure electronic
payment gateway. The Payment for EOI Document Fee and eService Fee shall be made by bidders/ Vendors online directly
through Debit Cards & Internet Banking Accounts and the Payment for EMD shall be made online directly through RTGS /
NEFT. The secure electronic payments gateway is an online interface between contractors and Debit card / online payment
authorization networks.
ii) Preparation & submission of online applications/bids:

Detailed EOI documents may be downloaded from e-procurement website (https://haryanaeprocurement.gov.in) and EOI
mandatorily be submitted online.

Scan copy of Documents to be submitted/uploaded for Prequalification or Technical bid under online PQQ/ Technical
Envelope: The required documents (refer to DNIEOI) shall be prepared and scanned in different file formats (in PDF
/JPEG/MS WORD format such that file size is not exceed more than 10 MB) and uploaded during the on-line submission of
PQQ or Technical Envelope.

FINANCIAL or Price Bid PROPOSAL shall be submitted mandatorily online under Commercial Envelope and original not
to be submitted manually)

7
8. ASSISTANCE TO THE BIDDERS:-

Technical Support Assistance will be available between 09:00 am To 5:30 pm

From Monday to Friday -0172-2582008, 2582009.

Office will remain closed on Saturday, Sunday and National Holidays.

Important Note:-

All queries would require to be registered at our official email- chandigarh@nextenders.com for on-time
support. (Only those queries which are sent through email along with appropriate screenshots or error description
will be considered as registered with the Help-desk). Contact our helpdesk on or before prior to 4 hours of the
scheduled closing date & time of respective e-Auction/ EOI event. For queries pertaining to ePayment of EMD,
please contact the helpdesk at least 2 business days prior to the closing date & time of eAuction/EOI event.

Help-desk support will remain closed during lunch break i.e. from 1:30 PM up to 2:15 PM on each working
day.

Office Address for Training workshop on 1st, 2nd Wednesday (from 3:30 pm up to 5:00 pm) of each
month
Nextenders India Pvt.Ltd Nextenders India Pvt.Ltd Nextenders (India) Pvt. Ltd.
Municipal Corporation Public Health Division No 2 NirmanSadan (PWDB&R)
Faridabad Hisar, Plot No.- 01, Basement,
Near B.K.Chowk, Opp. Model Town, Opp. N.D Gupta Dakshin Marg,
B.K.Hospital Hospital, Sec- 33 A, Chandigarh -
NIT, Faridabad Hisar 160020
Contact for Training +91- Contact for Training +91- Contact for Training -0172-
9310335475 9034357793 2582008,2009

Help Desk contact details for Saturday and Sunday are as under for escalation Level-1

1.Mr.Lalit Saini – 9034357793


Email – Chandigarh@nextenders.com
Timings- 9:00 am to 5:30 pm

2.Mr. Tinku Singh-9310335475


Email – Chandigarh@nextenders.com
Timings-9:00 am to 5:30 pm

NOTE:- Bidders participating in online EOI shall check the validity of his/her Digital Signature Certificate before participating in
the online EOI at the portal https://haryanaeprocurement.gov.in.

For help manual please refer to the ‘Home Page’ of the e-Procurement website at https://haryanaeprocurement.gov.in, and
click on the available link ‘How to...?’ to download the file.

8
Guideline for Online Payments in e-EOI
Post registration, bidder shall proceed for bidding by using both his digital certificates (one each for
encryption and signing). Bidder shall proceed to select the EOI he is interested in. On the respective Department’s
page in the e-EOI portal, the Bidder would have following options to make payment for tender document &EMD:
A. Debit Card
B. Net Banking
C. RTGS/NEFT
Operative Procedures for Bidder Payments
A) Debit Card

The procedure for paying through Debit Card will be as follows.


(i) Bidder selects Debit Card option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount and the card charges to be paid by bidder. The portal
also displays the total amount to be paid by the bidder.
(iii) Bidder clicks on “Continue” button
(iv)The e-Procurement portal takes the bidder to Debit Card payment gateway screen.
(v) Bidder enters card credentials and confirms payment
(vi) The gateway verifies the credentials and confirms with “successful” or “failure” message, which is
confirmed back to e-Procurement portal.
(vii) The page is automatically routed back to e-Procurement portal
(viii) The status of the payment is displayed as “successful” in e-Procurement portal. The e-Procurement
portal also generates a receipt for all successful transactions. The bidder can take a print out of the same,
(ix) The e-Procurement portal allows Bidder to process another payment attempt in case payments are not
successful for previous attempt.
B) Net Banking
The procedure for paying through Net Banking will be as follows.
(i) Bidder selects Net Banking option in e-Procurement portal.
(ii) The e-Procurement portal displays the amount to be paid by bidder.
(iii) Bidder clicks on “Continue” button
(iv) The e-Procurement portal takes the bidder to Net Banking payment gateway screen displaying list of
Banks
(v) Bidder chooses his / her Bank
(vi) The Net Banking gateway redirects Bidder to the Net Banking page of the selected Bank
(vii) Bidder enters his account credentials and confirms payment
(viii) The Bank verifies the credentials and confirms with “successful” or “failure” message to the Net
Banking gateway which is confirmed back to e-Procurement portal.
(ix) The page is automatically routed back to e-Procurement portal
(x) The status of the payment is displayed as “successful” in e-Procurement portal.
9
The e-Procurement portal also generates a receipt for all successful transactions. The bidder can take a
print out of the same.
(xi) The e-Procurement portal allows Bidder to process another payment attempt in case payments are not
successful for previous attempt.
C) RTGS/ NEFT
The bidder shall have the option to make the EMD payment via RTGS/ NEFT. Using this module, bidder
would be able to pay from their existing Bank account through RTGS/NEFT. This would offer a wide reach for more
than 90,000 bank branches and would enable the bidder to make the payment from almost any bank branch across
India.
I. Bidder shall log into the client e-procurement portal using user id and password as per existing process
and selects the RTGS/NEFT payment option.
ii. Upon doing so, the e-procurement portal shall generate a pre-filled challan. The challan will have all the
details that is required by the bidder to make RTGS-NEFT payment.
iii. Each challan shall therefore include the following details that will be pre-populated:
 Beneficiary account no: (unique alphanumeric code for e-tendering)
 Beneficiary IFSC Code:
 Amount:
 Beneficiary bank branch:
 Beneficiary name:
iv. The Bidder shall be required to take a print of this challan and make the RTGS/NEFT on the basis of the
details printed on the challan.
v. The bidder would remit the funds at least T + 1 day (Transaction + One day) in advance to the last day
and make the payment via RTGS / NEFT to the beneficiary account number as mentioned in the challan.
vi. Post making the payment, the bidder would login to the e-Tendering portal and go to the payment page.
On clicking the RTGS / NEFT mode of payment, there would be a link for real time validation. On clicking the same,
system would do auto validation of the payment made.

10
Sr no. Scenario Do's / Don’t's
1 In the event of making Do’s
Payment through • It is the bidder’s responsibility to ensure that RTGS/NEFT payments are made to
NEFT/RTGS the exact details as mentioned in the challan which are:
1) Beneficiary account no: <client code> + <random number>
2) Beneficiary IFSC Code: As prescribed by ICICI Bank (this shall remain same
across all tenders)
3) Amount: As mentioned on the challan. It is specific for every tender/transaction
4)Beneficiary bank branch: ICICI Bank Ltd, CMS
5)Beneficiary name: As per the challan
• For every EOI, details in the challan are different and specific to that EOI.
only. Bidder should not make use of a challan for making payment for another
tenders’ EMD
• It is advised that all the bidders make payment via RTGS/NEFT at least one
day in advance to the last day of EOI submission as certain amount of time is
required for settlement and various parites are involved. The payment may not be
available for the bidder validation. In such cases bidder may not be able to submit
the tender
• Bidder has to make only single payment against a challan as per the amount
mentioned on the challan.
• Bidder must do the payment before tender validity gets expired

Don’t’s

• Bidder should not enter erroneous details while filling the NEFT/RTGS form at
their bank. The following possibilities may arise:
1) Incorrect IFSC code mentioned:- Transaction would be rejected and the amount
would be refunded back in to the bidders account
2) Incorrect Beneficiary account number mentioned(<client
code> + <random number>):-
a) In case, the beneficiary account number mentioned is incorrect the transaction
would be rejected and the bid would not be accepted.
3) Incorrect Amount mentioned: The amount would be rejected if the amount
mentioned in while making the payment is incorrect. Such cases will be captured
as unreconciled transactions and will be auto-refunded directly to bidder’s account.
In the event of any discrepancy, payment would not be considered and bidder would
not be allowed to bid/ participate.
• Bidder is not supposed to use challan generated in one tender for payment against
another tender since details in the challan are unique to the tender and bidder
combination.
 Bidder must not make multiple or split payments against a particular
challan. Any split payment received against the same challan will be refunded back
to the bidder.
• Bidder would not be entitled to claim that he is deprived of participating in the
tender because his funds are blocked with the division on account of incorrect
payment made by the bidder.

11
Section –IV

1. GENERAL RULES AND DIRECTIONS FOR THE GUIDANCE OF CONSULTING

FIRMS :

1. The Empanelment of Consultant shall be initially valid upto 31.03.2020. However, HSSPP

reserves the right to curtail or extend this period at its sole discretion.

2. Parishad reserves the right to call for clarification if needed at its own discretion and

applicant will not have any claim on this ground of any nature.

3. Parishad reserves the right to modify the eligible criteria to decide on cut off date of

implementation, to accept or reject any application to annul the prequalification process, to

reject all applications or accept new applications at any time, without assigning any reason

whatsoever.

4. Documents submitted in connection with Empanelment will be treated confidential and will

not be returned.

5. The services for particular school whose Design/Drawings, estimate & DNIT shall be

prepared and submitted by successful consultant, that design/drawing/DPR/estimate/DNIT

etc. shall be the sole property of Parishad and that design/drawings may be used further for

similar based structures in other schools also, whose soil bearing capacity will be same and

no fee shall be paid to the consultant for design and drawing.

6. The offer shall remain open for acceptance for a period of 6 months from the date of

opening. If the firm fails to keep the offer open for acceptance as stated above or if he

withdraws his offer before the expiry of the said period or makes modifications in

terms/conditions, the State Project Directors, HSSPP, Panchkula without prejudice to any

other right shall cancel his offer out rightly.

12
7. The earnest money of the firms other than lowest will be returned after acceptance of the

lowest firm.

8. Architectural drawings and soil bearing capacity report shall be provided by HSSPP

9. In addition for any problem/dispute, State Project Director HSSPP, Sector-5, Panchkula may

be consulted and he will act as a coordinator.

13
SECTION-V

INSTRUCTIONS FOR BIDDERS REGARDING EMPANELMENT :

1. Bidders have to upload/submit all requisite documents along with undertaking.

2. The applicant must have technical manpower under your firm.

3. Without requisite processing fee and EMD amount (which is to be deposited online) tender

shall be liable to reject.

4. The technical bid/financial bid will be opened by the committee members.

5. No offer of consulting firms against whom any criminal proceedings in the court of law is

pending should be considered. The firm has to upload his undertaking in this regard.

6. The design /estimate /DPR/DNIT/Structural design/drawing should be economical as well

as structurally safe and should be based on relevant IS code/NBC/HBC with their latest

amendments along with seismic resistance factor. The structural drawings shall be showing

detailed X section-I section & bar bending schedule by adopting related standard code and

shall submit hard/soft copies. If any charges or modifications in drawing/design

/DPR/estimate is required by the department no extra payment is to be made to the agency.

If any wrong estimation/specification/designing is found at later stage, the consultancy fee

will not be released.

7. The firm/applicant if debarred by any organization/institution/Board/Corporation/ Central

State Govt. would not be eligible for participation, an undertaking in this regard be

uploaded.

8. The firm /applicant if delayed in submission of DPR/Estimate/design etc, the empanelment

will be cancelled and shall be debarred from further participating in consultancy in the

HSSPP.

14
9. The firm/Applicant shall ensure that structural design /DNIT/DPR/estimate evolved shall

conform as per National Building Code/ Haryana Building Code/IS Code approved norms

of Haryana PWD (B&R) Branch

10. The empanelled consultant shall get the proof checking for their respective design/drawing

done from reputed proof consultant/Punjab Engineering College Chandigarh or NIT

Kurukshetra.

11. Station visits: Two visits to each site are included in the rates. Any more visits to site at the

request of this office beyond these shall be paid @ Rs.8 per K.M.. No allowance will be

paid for the local meetings by Parishad/consultant regarding clarification or discussions in

respect of structural design/drawing. The empanelled consultant shall take permission in

written to visit the site from the Executive Engineer, HSSPP.

12. The consultant shall not engage directly or indirectly in any activities, which creates

conflicts with the HSSPP.

13. The consultant or its officials shall not involve in any activity/assignment other than

mentioned in the contract with HSSPP.

14. Rates per sq.ft. against each services have to quote by the applicant under the Price bid

envelope through online only. The rates of those successful applicants/Consultants shall be

opened only who will be considered as technically qualified by committee members.

15. GST (as applicable) will be paid extra to consultant and should not be included under

quoted rates by the consultant.

16. Minimum fee for the structural design will be Rs.10,000/- (Ten thousand only).

17. Payment shall be released to successful consultant in different breakups/ instalments, on

completion of stages, as mutually agreed between HSSPP and Consultant.

15
18. Arbitration: In the event of dispute between the parties ( successful consultant and HSSPP)

hereto arising out of or in any way touching or concerning the agreement (except those, the

decision whereof is otherwise, herein before provided for) the same shall be referred to the

sole arbitration of the Arbitrator appointed by the State Project Director, HSSPP and that

consultant has no objection to such appointment, if the arbitrator so appointed is working in

the Parishad or in any organization and have expressed views on all or any matter or dispute

or difference in his present capacity . The award of the Arbitration so appointed shall be

final and binding on both the parties. However, the works of the project shall not be stopped

or the progress hampered during the currency of the arbitration.

19. Termination: That, this agreement may be terminated at any time by the Parishad upon

giving 15 days notice to the empanelled consultant and in the event of such termination, the

consultant shall be entitled to all such fees for the services rendered and liable to refund the

excess payment if any, made to him over and above what is due in terms of this agreement

on the date of termination and Parishad may make full use of all or any of the drawings

prepared by the consultant and the consultant shall have no claim on this account.

Declaration:-

I/we hereby acknowledge that I have read and under stood the terms and conditions as

provided above and I/we agree to all of the above guidelines/terms conditions.

Signature of the applicant

16
SECTION-VI

Qualification Criteria

Minimum Qualification Criteria For Empanelment

i) The applicant must have Post Graduate Degree with minimum experience of 5 Years

or Bachelor degree in Civil Engineering/equivalent degree in relevant field from a

recognized university/institution with 8 years’ experience in the relevant field.

(Proof of the same be attached)

ii) The applicant must have submitted audited balance sheet of last three years (Proof of

the same be attached)

iii) The details of plant and machinery holding, Manpower employed, pending litigation

shall be evaluated for empanelment of the firm.

SCOPE OF WORK

The Consulting firm shall be responsible for the following scope of work.

PRELIMINARY PLANNING STAGE

Preparation of the concept drawings and detail drawings to be evolved as per provisions/rules

applicable specification and cost estimate for each work. The structural design shall be

earthquake resistance structure conforming to relevant IS standards. Obtain approval of all

local and other authorities at all stages of work till completion of project as per requirement

and also prepare completion drawings for the same.

DRAWINGS FOR ESTIMATES

Prepare drawings including structural designing of all works mentioned above in consultation

with the Engineer-in-Charge and also obtain approval for all subsequent changes/deviations

17
and to make available all documents pertaining to the same to the Executive Engineer. The

Structural drawings should be got proof checked from P.E.C Chandigarh /NIT, Kurukshetra.

DETAILED ESTIMATE AND TENDERING

a) Prepare and supply DNIT along with detailed of calculations for all items of work

together with detailed specification, foundation drawings. Detailed estimate on

standard scheduled justified cost based on Haryana Schedule of Rates applicable in

Haryana State or norms approved by Haryana PWD B&R and tender document

sufficient to enable the Engineer-in-charge to invite tenders

b) Directing and coordinating all Structural Engineering and surveying work and

prepare (with the help of Engineers, Surveyor and other Consulting firms, as

necessary) completed working details, schedules, specifications and bill of quantities

to describe the whole project adequately for the purpose of taking approval from this

office.

WORKING DRAWING STAGE

Preparation of detailed drawings of Structural, Landscaping Services etc. and all the

services i.e. Preparation of detailed estimates on the basis of Haryana Schedule of Rates

applicable in Haryana State for preparation of DNIT of works including drawings

showing details of all utility services including Public Health, Electrical, Parking etc.

Internal & external details of specification of all special items of work that may be

involved or any other activity/services required for completion of work to the entire

satisfaction of Engineer-in-Charge.

CONSTRUCTION STAGE

Supply all structural and Service Working drawings, specifications and details which

may be required for proper execution of the work. Prepare and obtaining approval from

18
Engineer-in-Charge for any material deviation in design of cost of the working drawings

schedule and specifications for the approval scheme of approved cost of the work.

ON COMPLETION

Prepare Completion drawings including elevations and section and structural details

including details of building and all services of built and supply 4 sets of completion

drawings to Engineer-in-charge including soft copy.

19
Annexure-A

Performa for list of works completed, in progress and secured during last 5 years/8 years
(Add additional sheets, if necessary)

Sr. Name of Estimated Area in Date of Period of Actual date Final Reason
no. work and value Sq.ft. Start Completion of Value of for delay,
Address of as per completion the if any
Employer Contract Project
agreement

Note : 1. The credential issued by the clients should be enclosed.

2. The work should have been executed by the firm under the name in which they
are submitting the application.

SIGN AND SEAL OF THE APPLICANT

20
ANNEXURE-B

UNDERTAKING

To

The State Project Director


HSSPP, Panchkula

With reference to your tender notice dated _______ for expression of interest (EOI) for
empanelment of structural Consultant, we would like to submit our expression of
interest for the same. We possess all the qualification parameters indicated in your bid
document. The details are furnished in the prescribed format, as below:

Name and Address of Firm : _________________________


__________________________

Qualification : __________________________

E-Mail ID & Mob.No. : _________________________

PAN No. : _________________________

GST No. : _________________________

Aadhaar No. : _________________________

Bank A/c details with name of : _________________________


Branch/Account no./IFSC code
of branch etc.

Whether already empaneled with : _________________________


other institutes/departments/boards etc.

Details of Project undertaken/completed


during last 5 Years/8 years with Name,
Locality, Cost, nature of building/
Present status etc. (As per annexure-A) ________________________

Balance Sheet of Last three years


(Audited by Chartered Accountant) _________________________

Has the applicant ever been debarred/


Blacklisted for tendering in any organization
at any time. If so, give details. __________________________

21
Has the applicant ever been convicted
by a court of law? If so, give details __________________________

Any other relevant information considered __________________________


Necessary but not included above

Declaration:

Certified the information furnished above are true and correct to the best of my belief. In
the event of any of the information being false/incorrect, I am aware that my
empanelment will be cancelled and suitable action can be taken by HSSPP against me
for recovering any loss that may have happened to HSSPP on account of my
empanelment or otherwise whatsoever.

(Name & Signature along with Seal)

(All the details furnished above should be supported with documentary evidences)

22
PRICE BID ENVELOPE (ONLINE)

Rate to be quoted for Consultancy

Sr. Works to be executed Rate per sqft.


no.
1 Marking of structural advice
2 Preparation of structural Design/
Drawings
3 Preparation of detailed estimate/DPR for
building work
4 Preparation of detail DNIT
5 Calculation of Qty of steel i/c preparation
of bar bending scheduled
6 Preparation of detailed estimate for P.H
services
7 In case foundations is to be revised due to
change in bearing capacity/soil strata
8 Proof checking from PEC university of
technology(Chandigarh)/National Institute
of Technology(Kurukshetra)
9 For providing additional drawing
(per print)

Note:- GST and other taxes/duties as applicable will be extra.

23
Check list of Documents needs to be uploaded for empanelment of Consultants in HSSPP.

Sr.no. Documents Yes No.

1. Proof of Constitution
2. Proof of Residence

3. Proof of PAN No

4. Proof of GST No.

5. Proof of Aadhaar No.

6. Whether already empanelled with other


institutes/departments/boards etc.

7. Proof of Educational Qualification

8. Details of Project undertaken/completed during last 5 Years/8


years has been uploaded (on Performa at Annexure-A)

9. Balance Sheet of Last three years(Audited by Chartered


Accountant)

10. Affidavit of having ever been debarred/black-listed for


tendering in any organization at any time. If so, attach details
(must be self attested)

11. Declaration – General Instructions and Instructions for


bidders under Section-III (scan the signed copy be uploaded)

12. Has the applicant ever been convicted by a court of law? If so,
attach details (must be self attested)

13. Self attested detail of Plant & Machinery holding be attached

14. Attach detail of Manpower employed – Self attested


15. Undertaking (Annexure-B)

Note:- * Onus of submitting adequate proof lies with the applicant.

24

You might also like