INDIAN NATIONAL CENTER FOR OCEAN INFORMATION SERVICES (INCOIS) TENDER FOR DESIGN COMPETITION FOR APPOINTMENT OF ARCHITECT FOR

Similar documents
Pre-Qualification Application for A Class Contractors

PRE-QUALIFICATION NOTICE FOR EMPANELMENT OF ARCHITECTS/CONSULTANTS

ITEM RATE TENDER TENDER No. 14 / / ELDB

PREQUALIFICATION DOCUMENT

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

Department of Civil Engineering - CHENNAI

REQEUEST FOR EXPRESSION OF INTEREST (REOI) FOR OIL, CENTRE OF EXCELLENCE FOR ENERGY STUDIES (COEES) BUILDING AT GUWAHATI IN ASSAM

TENDER FOR EMPANELMENT OF MANUFACTURERS/SUPPLIERS FOR SUPPLY & INSTALLATION OF MODULAR FURNITURE AT BANK S VARIOUS OFFICES/BRANCHES PAN INDIA

STATE BANK OF INDIA PREMISES & ESTATE DEPARTMENT 3 RD FLOOR, LOCAL HEAD OFFICE BHADRA, AHMEDABAD PH : (079)

VIJAYA BANK. (A Government of India Undertaking) Head Office at No.41/2, M.G. Road Phone: BANGALORE

APPLICATION FORM FOR ENLISTMENT OF VENDORS

NATIONAL ZOOLOGICAL PARK MATHURA ROAD, NEW DELHI

ENGINEERING PROJECTS (INDIA) LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) CORE 3, SCOPE COMPLEX, 7 LODHI ROAD NEW DELHI

AIRPORTS AUTHORITY OF INDIA. NIT No. : AAI/AT/AGM(EE)/e-NIT-07/ Dt. 14/09/2017 NOTICE INVITING e-tender (3 Covers Open Tender)

RFP for Empanelment of Interior Furnishing Contractors

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA (ICAI) APPLICATION FOR

Contractors who are desirous of tendering for above work and fulfills the Following requirements shall be eligible to apply:

Central Bank Of India Regional Office,

a) For Electrical Safety Audit

: 2018_AAI_9051_1) NOTICE INVITING

NCC Infrastructure Holdings Limited

Bank of Baroda Lucknow NOTICE FOR PRE-QUALIFICATION FOR ENGAGEMENT OF CONTRACTOR

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Empanelment of Consultancy Firms

Invitation for expression of interest for Empanelment of Architects and Contractors

RESPONSE TO QUERIES Request for Proposal for Empanelment of Consultants for Appraisal of Detailed Project Reports (DPRs) for Industrial Projects

Empanelment of Graphic Design House and Printing Agency

TENDER NOTICE FOR ENGAGEMENT OF REPUTED AGENCY FOR PROVIDING NURSING & PARAMEDICAL STAFF ON CONTRACT BASIS

West Bengal State University

Institute of Leadership Development

SITC of RFID Car Parking System including Manpower support and CAMC भ रत य वम नपत तन प र धकरण AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT, CHENNAI

STATE BANK OF INDIA EMPANELMENT OF AUDITORS FIRE SAFETY AUDITOR ELECTRICAL SAFETY AUDITOR TABLE OF CONTENTS: IMPORTANT DATES:

Advertisement/ Bid Inviting Notice

APPLICATION FORM FOR REGISTRATION OF CONTRACTORS (Please attach the documents as per Annexure Numbers mentioned in the form)

Uttar Pradesh State Industrial Development Corporation

KERALA STATE POLLUTION CONTROL BOARD. Pattom, Thiruvananthapuram. Prequalification Notice

ENLISTMENT OF CONTRACTORS FOR CIVIL, ELECTRICAL AND INTERIOR WORKS

Notice Inviting Expression of Interest (EOI) for Empanelment of Consultants for Engineering & Allied Services

Empanelment of Event Management and Public Relations (PR) Organisations

NOTICE FOR THE EXPRESSION OF INTEREST (EOI) : (REVISED)

CORRIGENDUM 1. Request for Proposal (RFP) for Project Management Consultancy Services

Food Safety and Standards Authority of India

M P STATE ELECTRONICS DEVELOPMENT CORPORATION LTD (A Govt. of M.P Undertaking) Tender No: MPSEDC/TRIBAL/VC/DCGM/2018/374 Dated

Expression of Interest (EOI) For Empanelment of Advertising Agencies. EOI Ref: BNPR.10.AdvertisingAgency Date:

Directorate, Medical Education and Research, Mumbai -1. EOI Notice

LIFE INSURANCE CORPORATION OF INDIA Divisional Office, 2 nd floor Jeevan Prakash Building, G.T.Road, Masoodabad, Aligarh

SURAT SMART CITY DEVELOPMENT LTD.

Request for Proposal. For. Selection of Architectural Consultants. For IT CAPACITY BUILDING & TRAINING CENTRES. Madhya Pradesh

Expression of Interest (EOI) For LEARNING MANAGEMENT SYSTEM

to up to 16:00 hrs up to 16:00 hrs. Downloading of the documents Last date of submission of the bid

AIRPORTS AUTHORITY OF INDIA ENGINEERING WING(ELECTRICAL) SILCHAR AIRPORT

Corporation Bank (A Premier Public Sector Bank)

MINISTRY OF HEALTH & FAMILY WELFARE, GOVERNMENT OF INDIA (Department of AYUSH) Tender. For

NOTICE INVITING TENDERS FOR

WEBEL TECHNOLOGY LIMITED

REQUEST FOR PROPOSAL (RFP) EMPANELMENT OF EXTERNAL TRAINING INSTITUTES FOR IMPARTING ONLINE PRE- RECRUITMENT TRAINING TO AGENTS.

Online tender for preparation of Coffee Table Book on turnkey basis.

Downloaded from

RITES LIMITED (A Govt. of India Enterprise) RITES Bhawan, Plot No. 1, Sector 29, Gurgaon

Request for Empanelment (RFE) of. Facilitators

Pre-Qualification document for Construction of Bihar Agriculture college, Kishanganj, Bihar. Approx. Estimated Cost- : ` 500 Crore

Computer Centre, DAVV, Indore Khandwa Road Indore

For Information, Issuance and Submission of EOI, please contact as follows:

EMPANELMENT OF NEWS PAPER ADVERTISING AGENCIES FOR BANK S ADVERTISEMENT IN THE STATE OF KARNATAKA

Bangalore International Airport Limited INFORMATION DOCUMENT

SELECTION OF TRAINING INSTITUTES

REQUEST FOR REGISTRATION AS SUPPLIER FOR THE PERIOD STARTING 1 ST JULY 2016 AND ENDING 30 TH JUNE 2018

BHARAT ELECTRONICS LIMITED

MUSSOORIE DEHRADUN DEVELOPMENT AUTHORITY, TRANSPORT NAGAR, DEHRADUN

INDIAN INSTITUTE OF TECHNOLOGY, BOMBAY ESTATE OFFICE. Annexure I (Terms & Conditions)

INVITATION FOR EXPRESSION OF INTEREST (EOI)

RECRUITMENT TO THE POST OF GENERAL MANAGER (TECHNICAL) / SIGNAL DESIGN

TENDER DOCUMENT FOR PREPARATION & INSTALLATION OF POLE KIOSKS FOR VIBRANT GUJARAT 2017 SUMMIT

Request for Expression of Interest

Request for Proposal (RFP) For. Selection of Vendor for Maintenance of Computer Systems under Annual Maintenance Contracts for Delhi and NCR Area

INVITATION FOR SUBMISSION OF PROPOSALS FOR

Expression of Interest (EoI) Notice

Application for POOLING OF CONTRACTORS FOR VARIOUS CATEGORIES OF WORKS IN IIMK

TENDER DOCUMENT FOR SELECTION OF SOCIAL MEDIA AGENCY FOR ANNUAL MEETING OF AFRICAN DEVELOPMENT BANK

REPUBLIC OF KENYA GOVERNMENT OF MAKUENI COUNTY COUNTY TREASURY P.O. BOX MAKUENI

Request For Proposal for Deployment of Hardware, Software and Manpower for OPD Management at District Head Quarter Hospital, Puri.

TENDER FOR PROVIDING CREATIVE DESIGNING SERVICES for Vibrant Gujarat Summit 2015 (02/VG2015) Asia. Gujarat. Gujarat: Land of Opportunities

INDIAN PRINTING PACKAGING AND ALLIED MACHINERY MANUFACTURERS ASSOCIATION

EMPLOYEES STATE INSURANCE CORPORATION

REQUEST FOR PROPOSAL(RFP) FOR EMPANELMENT OF ARCHITECT/INTERIOR DESIGNER

Jammu & Kashmir State Power Development Corporation Limited

RITES LIMITED (A Govt. of India Enterprise) RITES Bhawan, Plot No. 1, Sector 29, Gurgaon

REQUEST FOR PROPOSAL OF EMPANELMENT & ANNUAL RATE CONTRACT OF SUPPLIERS FOR STATIONERY ITEMS

HIMACHAL PUBLIC WORKS DEPARTMENT. (Only for Office use) Sl. No. of form issued G.R. No..Amount..Date:.. APPLICATION FOR ENLISTMENT AS CONTRACTOR

Advertisement No. : 1/2013

Advertisement No.1/2017/Bio-incubator RECRUITMENT FOR ADMINISTRATIVE AND TECHNICAL POSITIONS FOR BIO-INCUBATOR

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

REGISTRATION FOR SUPPLY OF MATERIALS, TOOLS, EQUIPMENTS AND TEACHING MATERIALS FOR POLYTECHNICS

EMPANELMENT OF MODULAR FURNITURE MANUFACTURERS.

Notice Inviting Tender

VISAKHAPATNAM PORT TRUST VISAKHAPATNAM PORT TRUST. TENDER DOCUMENT AMENDMENT (One) SUBJECT :

TENDER DOCUMENT FOR INVITING BIDS PREPARATION & INSTALLATION OF TEMPORARY HOARDINGS

MATCHING SCHEME OF ASSISTANCE TO PUBLIC LIBRARIES TOWARDS INCREASING ACCOMMODATION

Minutes of Preproposal Meeting held at Park Centre, Technopark on , 11:30 AM. Request for Proposal(RFP) No.KSITIL/A&PMC/RFP-001/17-18

RITES LIMITED (A Govt. of India Enterprise) RITES Bhawan, Plot No. 1, Sector 29, Gurgaon

Transcription:

INDIAN NATIONAL CENTER FOR OCEAN INFORMATION SERVICES (INCOIS) TENDER FOR DESIGN COMPETITION FOR APPOINTMENT OF ARCHITECT FOR CONSTRUCTION OF BUILDINGS AND ALLIED FACILITIES FOR ITCO ocean PROJECT AT INDIAN NATIONAL CENTER FOR OCEAN INFORMATION SERVICES (INCOIS) AT PRAGATHI NAGAR, HYDERABAD Open Tender notice No. RITES/SC/INCOIS/ARCH & DESIGN/2014/01 dt. 28.5.2014 TECHNICAL PART-A (Pre-qualification bid) MAY, 2014 Tender document issued to (Name of Tenderer) (Address of Tenderer) Signature of officer issuing the Document with Designation and date of issue PROJECT MANAGEMENT CONSULTANTS (A GOVT. OF INDIA ENTERPRISE) RITES LIMITED Regional Project Office (South) 208 & 209, Swapnalok, S.D.Road Secunderabad 500003 Tel - (040) -27818397, 27841499, Fax- (040) 27813894 0

TENDER NOTICE Open Tender Notice No RITES/SC/INCOIS/ARCH & DESIGN/2014/01 dt. 28.5.2014 GGM(P)/RITES Ltd for and on behalf of INCOIS invites sealed applications from Architects/ Architectural Agencies/ Firms who fulfil the stipulated qualifying criterion for participating the open design competition for carrying out the Comprehensive Consultancy services for Architectural, Structural, Electrical, HVAC systems, Interior Design and other services viz MEP (Mechanical, electrical & Plumbing) for construction of Buildings and allied facilities for ITCO ocean Project at Indian National Center for Ocean Information Services (INCOIS) at Pragathi nagar, Hyderabad. Estimated cost of Project : Rs.50 crores (approx..), EMD : Rs. 50,000/- (The bidders those who have selected for design completion are required to submit EMD along with financial bid). The last date and time for submission of application is 10.06.2014 up to 15:00 hrs. Application document can be purchased from, RPO(S), Regional Project Office(South),208 & 209, Swapnalok Complex, S D Road Secunderabad 500 003 on any working day (except Saturday and Sunday and Public Holidays) from 30.05.2014 to 05.06.2014 between 11.00 Hrs. and 16.00 Hrs. on Payment of a non-refundable amount of Rs.6000 /- in the form of Demand Draft/Pay Order of any Scheduled bank payable at Secunderabad in favour of Application documents can also be obtained through post on payment of an additional amount of Rs. 100/- towards postage charges. However, RITES shall not be responsible for any delay in delivery of documents through postal services. Complete application document can also be downloaded from our website: www.rites.com. GGM(P)/RITES/SECUNDERABAD FOR & ON BEHALF OF INCOIS 1

Notice inviting Application from Architectural firms. Open Tender Notice No RITES/SC/INCOIS/ARCH & DESIGN/2014/01 dt. 28.5.2014 1.0 Indian National Centre for Ocean Information Services (INCOIS), autonomous body under Ministry of Earth Sciences, Govt. of India is a leading scientific institution in the entire Indian Ocean region related to Ocean Observations / Ocean modelling / Ocean Information, providing vital advisory services to the various organizations, society etc. In order to cater the huge demand for training in Operational oceanography from the IOR, BIMSTEC, RIMES and SAARC countries and also to address the capacity building issues with in the country on this aspect, INCOIS wishes to establish an "International training centre for Operational Oceanography (ITCO Ocean)" in its available 16 acre land just adjoining to its existing 50 acre land at Gajularamaram village, Qutbhullapur Mandal, Rangareddy District, Hyderabad (approx 3Km from Pragathi Nagar). ITCO Ocean is aimed at promoting development and optimization of the scientific base, the technology and the information system for operational Oceanography at National / Regional & Global scales. 2.0 Establishment of ITCO Ocean requires construction of faculty buildings, International Science Centre, E-Class rooms, laboratories, workstations, data centre, hostel and other associated activities / services like recreation facilities, landscaping, Electrical & HVAC works, internal furnishing work, Green Building concepts etc with a total carpet area for the immediate requirement as 2075 & 3471sqm and with a target of completion of Sep 2015 or so. The available land is rocky undulating terrain which would require novel concepts by Architect in planning and design to make the best utilization of the existing terrain. For the above purpose on behalf of INCOIS, M/s RITES Ltd wishes to obtain the services of a suitable Architectural firm for preparation of master plan, detailed design, estimation etc who would be involved for this prestigious project from the stage of conceptualization till completion. 3.0 Group General Manager/RPO/South for and on behalf of invites sealed applications from Architects/ Architectural Agencies/ Firms who fulfil the stipulated qualifying criterion for participating the open design competition for carrying out the Comprehensive Consultancy services for Architectural, Structural, Electrical, HVAC systems, Interior Design and other services for construction of Buildings and allied facilities for ITCO ocean Project at Indian National Centre for Ocean Information Services (INCOIS) at Pragathi nagar, Hyderabad. The last date and time for submission of application is 10.06.2014 up to 15:00 hrs. 4.0 Application document can be purchased from the address, contact numbers given above on any working day (except Sunday and Public Holidays) from 30.05.2014 to 05.06.2014 between 11.00 Hrs. and 16.00 Hrs. On Payment of 2

a non-refundable amount of Rs.6000 /- in the form of Bankers cheque/ Demand Draft/ Pay Order of any Scheduled bank payable at Secunderabad in favour of Application documents can also be obtained through post on payment of an additional amount of Rs. 100/- towards postage charges. Complete application document can also be downloaded from our website: www.rites.com up to 05.06.2014. Applicants who have downloaded the application documents from website should enclose Bankers cheque/ Demand Draft/ Pay Order of any Scheduled bank payable at Secunderabad, amounting to Rs. 6000/- as the cost of documents while submitting the offer. During the scrutiny of the downloaded application document, if any modification/correction etc. is noticed, the application submitted by the applicant firm is liable to be rejected. 5.0 No Individual, or a firm having such individual as one of the partners, who is a dismissed government servant or having business banned/suspended by any State/ Central Government department or PSU in the past; or convicted by a court of law shall be entitled for empanelment. A declaration on this is to be submitted by the firm as per the prescribed format (Annexure- 6). 6.0 Change in Constitution of Firm The empanelled firm shall not be normally allowed to modify the existing partnership or enter into any fresh partnership or convert a partnership into a company without the prior approval of the empanelment authority. Such proposal, if any, shall be submitted in advance giving full details of the intended partnership/sole proprietorship along with the draft partnership deed/affidavit and documents. Any change in status of the firm as an individual or in constitution of the firm without prior approval of the empanelment authority will render the firm liable to be removed from the approved list of firms. If a firm is converted into two or more firms by any action of its partner, the new firm(s) or any separated partner(s) in his (their) individual/joint capacity shall have to apply for the empanelment afresh on the basis of work experience gained as a separate entity. 7.0 Registration of the Architects will be done based on the eligibility criteria as stipulated below:- 7.1 Bidder should be a registered firm / company as per the relevant norms and acts of firm/company registrations, set out by Govt. of India 7.2 Bidder should be directly and solely into the business of providing Architectural services (including preparation of master plan, conceptual detailing, preliminary and detail designs, estimation, etc.), for construction of international standard 3

scientific / technical buildings, (incorporating e-classrooms, laboratories, workstations, conference rooms, office area etc.), hostel, recreation facilities, landscaping and green building concepts etc. 7.3 Bidder should have office setup at Hyderabad / Secunderabad, for day to day interactions. 7.4 Bidder should be at least 5 years old establishment. 7.5 Bidder should have PAN No., Service Tax Registration, TAN No. 7.6 Bidder should have average annual financial turnover during the last 3 years ending March 31, 2014 of at least Rs. 50.00 lakhs. This turnover should be from the services provided by the Architectural Firm for the various clients. 7.7 Bidder should have adequate technically qualified and experienced engineers with associated staff and establishment, required for offering expected services. 7.8 Bidder should have completed minimum one project of similar nature costing Rs.50croroes or two projects of similar nature each costing Rs.25 crores. as Architectural firms during the past 3 years ending March 31, 2014. The project of similar nature and magnitude means : Conceptualization and preparation of master plan for a new project having a minimum overall estimate cost of minimum Rs.50.00 crores (towards building construction and related services). Design of new scientific / technical buildings, Hostel complex with recreation facilities, landscaping, external services, green building concepts, internal furnishing works etc. (scientific / technical buildings mean e-classrooms, workstations, data center, conference rooms, laboratories, office areas etc). Preparation of preliminary and detailed designs for all the above type of facilities with preliminary and detailed estimation. Preparation of tender document for above type of works. Regular interaction with the client from the date of conceptualization till completion of the project. 1. Net worth: The applicant should have positive net worth. This will be judged from the Audited Balance Sheet of the last financial year ending on a date not prior to 18 months from the due date for submission of the tender (or, if the due date is extended, such extended date of submission). 2. A Solvency Certificate of minimum solvency of Rs. 18.00 lakhs (suggested format at Annexure-9) from a Scheduled Bank issued not earlier than 6 months from the last date for submission of tender is required to be submitted by the bidder. 4

3. The bidder need to furnish the declaration on the stamp paper of Rs.200/- for the past contractual obligations 4. The owner/ Proprietor/ one of the directors of the company should possess a valid council of the architecture registration certificate 5. Bidder should have adequate office set up at Hyderabad / Secunderabad for day to day interactions. Notes: Turnover criterion - The financial turnover will be taken as given under the head Income in audited Profit and Loss Account and excluding non-recurring income, income from other sources and stock. - Weightage of 7% (compounded annually) shall be given for equating the financial turnover of the previous years to the current year. - The applicant should submit self attested copy of Auditor s Report along with Balance Sheet and Profit and Loss statement along with Schedules for the relevant financial year in which the minimum criterion is met. Provisional audit reports or certified statements shall not be accepted. - If the Audited Balance Sheet for the immediately preceding year is not available in case of tenders opened before 30 th Sept., audited Balance Sheets, Profit and Loss statements and other financial statements of the three financial years immediately preceding the previous year may be adopted for evaluating the credentials of the applicant. - Closing stocks in whatsoever manner should not form part of turnover. Work Experience - A weightage of 7% (compounded annually from the date of completion of the work to the submission of the bid) shall be given for equating the value of works of the previous years to the current year. Profitability - The Applicant firm should furnish figures of net profit of last 3 years in a tabular form and submit attested copies of Auditor s Reports along with audited Balance Sheets and Profit and Loss Statements for the last Three Financial Years. In case the firm is profit making for the last three Financial Years continuously, the applicant may submit the above documents for last three Financial Years only. Specific reference with page no. of document which 5

proves satisfaction of this Qualifying Criterion shall be indicated in the tabular statement. 8.0 Joint Ventures/Associate will not be accepted as per the Council of Architecture norms. 9.0 Architectural Consultant/ firms should submit the following details along with his application: i. Forwarding letter (Format of applicant s choice) ii. Compliance statement in the format of Annexure -4 iii. Checklist in the format of Annexure -1. iv. Applicant s basic Information in the format of Annexure-2. Proof of legal status of the Company (whether Partnership firm/ Proprietary). In case of partnership concern, the copy of the Registered Partnership Deed enclosed should state specifically that a particular partner or partners are authorized to deal with any matter of company. Copy of TAN/ PAN card. The TAN/ PAN card should be either in the name of relevant firm or in the name of Proprietor only. Proof of registration with the Registrar of companies/registrar of Firms. Copy of the Service Tax Registration certificate * The applicants should submit the attested copy of Auditor s report along with balance sheet and profit and loss statement for the relevant financial years in which the minimum criterion is met. Provisional audit reports or certified statements may not be accepted. If the audited balance sheet for the immediately preceding year is not available in case of application opened before 30th September, audited balance sheets and other financials of the 3 financial years immediately preceding the previous year may be adopted for evaluating the credentials of the applicants. v. Details of similar works carried out by architect/ firm in the last 3 years to be submitted only in the format of Annexure -3. * Attested copies (by notary public or gazetted officer of state/central Govt.) of certificates from the client s. vi. Details of Technical man power available with the firm having experience, qualification, number of years with the firm & their relevant experience etc. In the proforma enclosed as Annexure-4&5. RITES reserve the right to interview the Technical professionals of company regarding their knowledge of the work. 6

vii. A declaration as per proforma enclosed as Annexure-6 on letter head of the firm. viii. Applicant would also need to attach copy of this Letter Inviting Application duly signed and stamped on each page as a token of unconditional acceptance of terms and conditions of empanelment. 10.0 Kindly note that in case, any documents/ certificate is found fake, the application would be rejected summarily and the Architectural Consultant/ firm shall be black listed for banning of business with RITES. A copy of such orders shall also be sent to Indian Council of Architect for needful action in such cases. 11.0 Applications duly completed should be submitted to the Office of Group General Manager(P),, RPO(S), 208 & 209 Swapnalok Complex, S.D.Road, Secunderabad-500003 by 1500 hrs of 10.06.2014. No application will be entertained after stipulated time and date. Applications sent by post should reach by above stipulated date & time. RITES will not be responsible for any postal delay. 12.0 RITES may extend the dead line for submission of application by issuing an amendment in writing. 13.0 The applications documents are not transferable. 14.0 The Terms of Reference Document (TOR) will be issued to those, who qualifying the eligibility criteria and the firm name is entered in the competition register. 15.0 In case of any query related to eligibility criteria the following officials of RITES may be contacted in writing:- 1) Additional General Manager (T),, Secunderabad- Tel. No.040-27841499 2) Dy. General Manager (Arch),, Bangalore Tel. No.080-22257118/22280268 16.0 The application should be self explanatory and submitted with complete details and supporting documents. Incomplete applications will be summarily rejected. No deficient documents will be asked from the applicants. Bidders should take note of this and submit applications with complete details. Group General Manager/RPO/South for and on behalf of 7

INSTRUCTIONS TO APPLICANT 1. The application document should be properly bound and should be in one set/volume only. 2. The application document should be serially numbered including top page as Page No.1 increasing towards last page. 3. The document should start with forwarding letter as first page and should be in the sequence as detailed in Annexure-I. 4. The document may be split in two sections viz., a) Section I, containing information sought only. b) Section II, in case the applicant wants to submit additional relevant information like Brochures, CV s etc. 5. Formats of annexure should not be altered and information required therein should be filled carefully using computer printing or typing. Filling up of annexure in handwriting should be avoided to the extent possible. In any case of hand written information, it should be legible. 6. As far as possible, language of completion certificates should be English. In case, the language of Completion certificate is other than English/Hindi, it should be got translated in English and both versions (original and translated) should be certified and attached. 7. Even if no information is to be provided in a column, a Nil/NA, as the case may be, should be entered in that column. 8. While filling the information, if the space in proforma is insufficient for furnishing full details, such information may be supplemented on separate sheet stating therein the part of proforma and serial number. Separate sheets may be used for each part of application. 9. While furnishing Annexure-3, kindly ensure the following: a) It is mandatory to mention full address with contact no. of officer concern to to be contacted. b) Supporting documents for this annexure should be Completion certificates only. In case LOA needs to be attached, it should be just next to the respective Completion certificate. 10. Supporting document for Annexure-4 is pertaining to CV s of the staff to be deployed for the proposed works. 8

11. The order of supporting documents for Annexure 3 should be same as serially mentioned in respective annexure by applicant. For example, in Annexure 3, completion certificates should be arranged in the sequence as written in annexure and reference of supporting documents should reflect in the last column of the annexure as well. 12. If information and details furnished by applicants are found to be false at any time in future or any information withheld, which comes to the notice of RITES at later date, the empanelment of such applicant will be cancelled immediately. 13. Last date and time to accept the application is 10.06.2014 up to 15.00 hrs. 14. The applicant should ensure that the application is delivered with requisite fee as detailed in item 2 and 3 of letter inviting application(s) at the given address within prescribed date and time as mentioned in the advertisement. It is clarified that applicants should not submit on their own additional information or material subsequent to the date of submission and such material if submitted shall not be taken into consideration and no claim whatsoever shall be entertained. 15. At any time prior to the deadline of submission of application, RITES may for any reason, whether at its own initiative or in response to a clarification or query raised by prospective applicants, modify application documents by an amendment. The said amendment if required, will be made available on RITES website in the form of addendum/ corrigendum. Therefore, the applicants are strongly advised to regularly visit RITES website. The addendum (s) issued will form a part of application document and shall be signed and stamped by the applicant and submitted with their application. 16. Any clarification with regards to the application document may be obtained by applicants by contacting RITES officials at following Telephone nos.:- 1) Additional General Manager (T),, Secunderabad- Tel. No.040-27841499 2) DY. General Manager (Arch),, Bangalore Tel. No.080-22257118/22280268 17. The firms who are having the primary member of the firm/ Managing partner/ proprietor shall be registered with council of architecture with valid/ up to date registration with council of architecture only shall be required to apply 18. The firms who meet the minimum eligibility criteria shall be entered into design competition register and shall be informed accordingly to present their design to the selection committee of RITES and INCOIS representatives 9

19. The best three designs shall be getting a prize money of 20,000/- to each design. 20. The selection of the architect for the above said project shall be based composite score among the best of five designs selected by the Committee comprising of INCOIS and RITES. 21. The finalization of the contract shall be at the discretion of the competent authority of the RITES and the same shall be binding up on the bidders. 22. The purpose of the competition is to select the best architectural design for the above project incorporating innovative and unique architectural features with due consideration of cost concepts and client requirement 23. The architect needs to study the requirement carefully and provide the best architectural design by considering the existing architectural style and green building concept & existing terrain of the land available. While furnishing the design Architect should take care of the present & future requirements while developing the available land of approx. 16 acres. 24. It is the responsibility of the selected architect to follow the statutory norms and to vigorously liaise with the local authorities to obtain necessary approvals required from statutory bodies, as per INCOIS requirement. 25. The presentation material should be properly legible and size of the presentation material shall be in uniform size of A3 size in colour on opaque sheet. The write up about the concept shall be provided along with the presentation material. Entire presentation material shall be accompanied with soft copy in readable format. 26. The architect need to furnish the carpet areas, plinth areas and built up areas of individual buildings as well as comprehensive project requirements based on the broad requirements/ carpet areas given by RITES/INCOIS as given in Annexure-8. However the carpet areas may be further reviewed by the architects and compare the same with prevailing standards. 27. The architect need to submit the project cost based on CPWD latest plinth area rates (as applicable for Hyderabad) by duly incorporating the required provisions in the project for electrical, AC, Access control mechanism, Water requirement, electricity load calculations, Building Management system, Solar lighting and solar heating system. 28. The competition shall be conducted in English 29. All competition designs shall be submitted anonymously 10

30. Method of selection as mentioned below under clause 31 31. The cost evaluation under combined quality cum cost based system (CQCCBS) 31.1 Under CQCCBS, the technical proposals will be allotted weightage of 60% while the financial proposals will be allotted weightages of 40%. The technical weightage shall be breakup into following sub weightages as follows: a. concept: 30 marks b. methodology 05 marks c. Assessment of carpet areas and project comprehensive built up area assessment 15 Marks d. Project cost: 20 marks e. Presentation: 20 marks f. Similar work Experience 05 Marks g. Manpower deployment 05 marks Total marks for technical: 100 marks Minimum qualifying marks for technical qualification is 75 marks. If required the previous works of similar nature executed by the Architect will be inspected by committee to assess their past performance. 31.2 Evaluation of Financial Proposal: The offer with the lowest cost (L1) will be given a financial score of 100 and the financial scores of other proposals will be inversely proportional considering L1 as the base. Total score = T(s) + [F(w)x LEC/EC], where T(s) stands for technical score F(w) stands for weightage of the financial bid in percentage EC stands for Financial quote (percentage) LEC stands for the lowest financial quote (percentage) The offers will be ranked in terms of total points scored. The offer with the highest total points will be considered for award of contract. 11

COMPLIANCE STATEMENT Name of the Firm Documents submitted 1. Annexure -2 (Check List) Yes/No 2. Annexure-3 (Applicant s Yes/No Basic Information) 3. Annexure-4 (Details of Yes/No works) 4. Annexure-5 (Details of Yes/No Manpower) 5. Annexure-6 (Declaration) Yes/ No 6. Annexure-7 (Registration Yes/No form) 7. Copy of Letter Including Yes/No Application duly signed and stamped Document fee details with date Application fee details with date 8. Document fee and application fee.applicants need to enter Document DD No. & date and attach DD/PO as reqd.) fee details with date ANNEXURE-1 Sl. No Application fee details with date Note: Strike out which is not applicable and enter the reference of the document in Sl. No. column clearly. A. Manpower Minimum Availability with Requirement the firm Post Graduate/ Graduate 2 Architects : Diploma Architects: 2 Post Graduate/ Under Graduate Civil 2 Engineers: Diploma Engineers: 2 Cad operator : 3 Note: 1. Strike out which is not applicable and enter the reference of the document in Sl. No. Column clearly. 12

B. Experience of company required as per the eligibility criteria Experience of company required as Experience of Company (Mention only per eligibility criteria relevant works, which the applicant wants to be considered as similar) Client : Period: Name of Work : Value : 13

ANNEXURE-2 CHECKLIST Particulars of the documents submitted Yes/No S.No Section 1 1. Forwarding letter from Applicant 2. Compliance Statement (Annexure-1) 3. Check List (Annexure-2) 4. Applicant s Basic Information (Annexure-3) a) Proof of valid registration up to date with council of architecture of the managing partner/proprietor. a) Proof of legal status of the Company (whether Partnership firm/ Proprietary). In case of partnership concern, the copy of the Registered Partnership Deed enclosed should state specifically that a particular partner or partners are authorized to deal with any matter of company b) Copy of TAN/PAN card. The TAN/PAN card should be either in the name of relevant firm or in the name of Proprietor only c) Proof of registration with the Registrar of companies/registrar of Firms. d) Service Tax Registration number and attested copy of the certificate fe Copy of audited Balance sheet and profit loss account (audited) for the last three years only. There is no need to attach complete annual report, only copy of balance sheet and profit and loss account would suffice the purpose. 5. Details of Similar Works (Annexure-4) a) Copy of Completion certificates of similar work executed 6. Details of Manpower (Annexure-5) 7. Declaration by the Applicant (Annexure-6) 8. Copy of Letter Inviting Application duly signed & stamped 9. Copy of Banker cheque/dd/pay order for document fee (Rs.6000/- or 6100/-) Section -2 10. Additional document (Brochures, CV s etc.) SIGNATURE WITH SEAL 14

APPLICANT S BASIC INFORMATION S.No Description Details 1 Name of the firm/company 1a Legal Status of Company viz. partnership firm etc 1b Year of establishment 1c Country of registration 1d Head office Address 1e Telephone & Fax No. 1f E-mail 1g Web site 1h Name of authorized signatory 2a Designation 2b Telephone no. 2c Cell No. 2d Fax No. 2e E-mail 3 Type of works in which firm/company has provided comprehensive architectural services 4 Name of Govt./PSU/Private companies to which comprehensive architectural services have been provided 5 No. of years of proven experience for providing comprehensive architectural services ( Kindly furnish the support document) 6 No. of full time technical personnel currently under employment 7 Audited Annual turnover (INR in Lakhs) 2008-09 2009-10 2010-11 2011-12 2012-13 8 Paid up capital as on 01.04.2013 (INR in Lakhs) 9 Certifications 10 Name of Govt./PSU/Private companies with whom empanelled for providing similar services 11 Details of office set up at Hyderabad / Secunderabad. 12 Details of sub-consultant (if applicable) of architectural firm for Structural, Electrical, HVAC, PHE and other specialized works. ANNEXURE-3 15

ANNEXURE-4 DETAILS OF SIMILAR WORKS SATISFYING QUALIFICATION CRITERION COMPLETED DURING THE LAST 5 YEARS S. N o. Details of Client Name Addres s Contac t Person Contac t no. Na me of the Wor k & Loc atio n Scope of work carried out by the Applic ant Agree ment / Letter of Awar d No. and date Contract Value (Rs. in Lakhs) Award ed Actual on completi on Dat e of Star t Date of Completion As per LOA/ Agree ment Actu al Rea sons for dela y in com pleti on if any Ref. Of Certifi cates SEAL AND SIGNATURE OF THE APPLICANT 16

Note: 1. In support of having completed above works, please attach attested copies of the completion certificates from the owner indicating the name of work, the description of work done by the applicant, date of start, date of completion (contractual & actual), value of contract as awarded and as executed by the applicant. 2. Only similar works completed during the last 3 years which meet the Qualification Criterion need be included in this list. Period of 3 years should be counted from the last date of submission of application. 3. Only works qualifying the criterion for which completion certificate has been obtained should be mentioned here. Proper reference of certificate in the last column should be mentioned. 4.Architect should furnish the details of the project in hand indicating name of project, name of client approx value of the project, present status, scope of work under Architectural firm, salient features etc. 5. Architect may also furnish a list of special appreciation letters from the client, awards, citation including membership of the national / international architectural association etc. 17

ANNEXURE-5 DETAILS OF MANPOWER (HAVING RELEVANT EXPERIENCE) AVAILABLE WITH FIRM S. Name of Personnel No. I Post Graduate/ Graduate Architects or Equivalent 1 Qualific ation No. Of Years with the firm Relevant Experience II III IV V Diploma Architects 1 2 3 Post Graduate/ Graduate Civil Engineers/ Structural Designers 1 2 3 Diploma Engineers 1 2 3 1 2 3 4 Others 1 2 3 4 5 6 7 8 CADD Operators 18

DECLARATION BY THE APPLICANT ANNEXURE-6 This is to certify that We, M/s., in submission of this offer confirm that:- i) We have not made any misleading or false representation in the forms, statements and attachments in proof of the qualification requirements; ii) We do not have records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc. iii) Business has never been banned with us by any Central / State Government Department/ Public Sector Undertaking or Enterprise of Central / State Government. iv) We have submitted all the supporting documents and furnished the relevant details as per prescribed format. v) The information and documents submitted with the tender by us are correct and we are fully responsible for the correctness of the information and documents submitted by us. SEAL, SIGNATURE & NAME OF THE APPLICANT 19

ANNEXURE-7 REGISTRATION FORM(All entries in block letters) Registration No.... Competitor (s)/ Name (s) (1) Mr. / Ms... (2nd Name) (Surname) (1st Name)... (2) Mr. / Ms. Name) ( 2nd Name) ( Surname) ( 1st... (3) Mr. / Ms Name) ( 2nd Name) ( Surname) ( 1st Address: (In case of entry by a team, give the address of the first mentioned person who will be registered by the RITES as a leader.)...... Registration fee (By Demand Draft Demand Draft for Rs....(enter amount) In favour of...) no...dated... (drawn on...(enter named of the Bank) payable at 20

(enter name of the city) Declaration : (To be signed by Competitor i.e. an individual Architect or one of the partners of a firm of Architects or leader of a team of Architects) 1 I declare that at the time of application to register for the competition, I was registered with the Council of Architecture incorporated under the Architects Act 1972 and that the Registration with the Council of Architecture will be maintained, till the award of the Board of Assessors and thereafter till the completion of the project if I am declared and appointed as the Architect for the project. Certified that : 1. The rate quoted above is inclusive of all taxes but excluding Service tax which may be reimbursed on production of proof of payment 2. Statutory taxes of any kind and its increase or decrease after submission/opening of bid shall deemed to be included in the fee quoted herein 3. PAN number and service tax registration numbers are appended Authorized Signatory 21

Annexure-8(i) Area particulars for Residential Block for Construction of Buildings and Allied Services for ITCOocean Project at INCOIS S.No. Description Carpet area in Sqm 1 Reception Lobby 108 2 Hostel rooms (double occupancy) 828 3 Suites (6 Nos.) 222 4 (a) Dining hall sitting 100 (b) Buffet for 300 persons 270 5 Kitchen 125 6 Linen room 10 7 Grocery room 10 8 Gym 100 9 Indoor sports 100 10 Reading room 27 11 Common washing area 10 12 Conference room 45 13 Caretaker room 10 14 Technical service room 10 15 Sub-station 40 16 Pump house 50 17 Security office 10 Total Carpet area 2075.00 22

Annexure-8(ii) Area particulars for Academic Block for Construction of Buildings and Allied services for ITCOocean Project at INCOIS. S.No. Description Carpet area in Sqm 1 Reception/Visitors lobby 150.00 2 Theatre type class room for 400 persons 592.00 3 Theatre type class room for 60 persons 144.60 4 Theatre type class room for 20 persons 65.80 5 Lab Workstations 135.00 6 Lab workstations 90.00 7 Wet Lab 150.00 8 Lab for demonstration 200.00 9 Data centre 200.00 10 Conference room for 40 person 70.00 11 Conference room for 20 person 35.00 12 Sr.Level staff 50.00 13 Middle level staff 75.00 14 Jr. level staff 75.00 15 Visiting faculty 30.00 16 Common toilets for staff 19.19 17 Library 400.00 18 Office for Dean 30.00 19 Board room 20.00 20 Office all inclusive 50.00 23

S.No. Description Carpet area in Sqm 21 Office for Registrar 30.00 22 Board room 20.00 23 Office all inclusive 50.00 24 Admin. Support office area 200.00 25 Technical service area (Panels, UPS, 200.00 EPABX,AHUSs etc.) 26 Technical support office area 50.00 27 Technical store 50.00 28 General stores 50.00 29 Record room 50.00 30 Recreation & meditation area 50.00 31 Ladies rest room 20.00 32 Gents rest room 50.00 33 Common toilet for ladies & gents 69.44 Total carpet area 3471.03 Say 3471 sqm 24

ANNEXURE-9 SOLVENCY CERTIFICATE FROM A NATIONALISED OR A SCHEDULED BANK This is to certify that to the best of our knowledge and information, M/s, having their registered office at, a customer of our Bank, is a reputed company with a good financial standing and can be treated as solvent to the extent of Rs.. This certificate is issued without any guarantee or risk and responsibility on the Bank or any of its officers. Signature with date Senior Bank Manager (Name of Officer issuing the Certificate) Name, address & Seal of the Bank/ Branch Note: Banker s Certificate should be on letter head of the Bank. 25