0% found this document useful (0 votes)
20 views26 pages

TENDER Merged

The National Co-operative Union of India is inviting tenders for comprehensive architectural services for the renovation and construction of the NCCE building at NCUI Complex, New Delhi, with an estimated cost of approximately Rs. 3.00 Cr. Interested agencies or architects must have relevant experience and qualifications, with submissions due by 3:00 pm on May 31, 2023. The tender document outlines the scope of work, submission requirements, and conditions for acceptance or rejection of bids.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views26 pages

TENDER Merged

The National Co-operative Union of India is inviting tenders for comprehensive architectural services for the renovation and construction of the NCCE building at NCUI Complex, New Delhi, with an estimated cost of approximately Rs. 3.00 Cr. Interested agencies or architects must have relevant experience and qualifications, with submissions due by 3:00 pm on May 31, 2023. The tender document outlines the scope of work, submission requirements, and conditions for acceptance or rejection of bids.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

NATIONAL CO-OPERATIVE UNION OF INDIA

(An Apex Organization of Indian Co-operative Movement)

TENDER DOCUMENT

FOR

COMPREHENSIVE ARCHITECTURAL SERVICES FOR RENOVATION


OF GROUND FLOOR, CONSTRUCTION OF ONE FLOOR ON THE
EXISTING STRUCTURE AND RETROFITTING WORKS OF NCCE
BUILDING AT NCUI COMPLEX, NEW DELHI

NATIONAL CO-OPERATIVE UNION OF INDIA


(ESTATE DIVISION)
3, Siri Institutional Area, August Kranti Marg, Delhi-110016
Website: [Link];
E-mail: estatencui@[Link]
Tel: 011-40793299

1
NATIONAL CO-OPERATIVE UNION OF INDIA

Name of Work:- Comprehensive Architectural and Consultancy services for


Renovation of ground floor, Construction of one floor on the existing
structure and Retrofitting works of NCCE Building, NCUI.

For,

Date of Issue: _________________________________

Date of receipt : ________________________________

Issued to : M/s. _________________________________

Received by (Name & Signature) __________________________________

Issued by (Name & Signature)____________________________________

Estate Division
National Co-operative Union of India
_____________________________________________________________

2
INDEX OF TENDER DOCUMENTS

[Link]. DESCRIPTION PAGES

1 NOTICE INVITING TENDERS 4

2 INSTRUCTION TO BIDDERS
5-7
(ANNEXURE-I)

3 CONDITIONS OF CONTRACT
8-16
(ANNEXURE-II)

4
4 Part-I- Technical Bid 17-18
(ANNEXURE-III)

5 Part-II - PRICE BID


19
(ANNEXURE-IV)

3
NOTICE INVITING TENDERS

Applications are invited from the practicing reputed and registered


Agencies/Architects who are well conversant with the local building bye laws of National
Capital of Delhi and he or she shall be engaged for providing comprehensive architectural
and consultancy services for renovation of ground floor, construction of one floor on the
existing structure and retrofitting works of NCCE building situated at NCUI Campus, Plot No.
3, Siri Institutional Area, August Kranti Marg, Delhi-110016. Agencies/Architects having their
headquarters in Delhi or nearby areas are eligible to apply provided they have executed
similar works in the last 5 years.

Detailed Tender document of the work can be purchased by depositing Rs.1000/-


only from the office of the Executive Director (Estate), NCUI, on any working day from 10.00
am to 4.00 pm from 17.05.2023 onwards and be submitted along with necessary details as
required latest by 3.00 pm on 31.05.2023.

Scope of work Detailed Architectural and Engineering Consultancy services, viz.


collection of all required data, Design, Drawings, Preliminary &
detailed estimate, Preparation of Detailed Project Report (DPR)
including its approval from concerned & statutory authorities,
preparation of BOQ, Technical Specifications and market rate
Justification along with rate analysis & quotations for fixing of
Construction/executing agencies, issuing Good for Construction
drawings and details, providing technical assistance during execution
and completion of the work, Obtaining functional and completion
certificate from concerned & statutory authorities etc. as required.
Estimated cost Rs. 3.00 Cr. (Approx.)
Validity of Tender 90 days from the last date of submission.
Qualifying Criteria 1. Agency/Architect must have valid registration from Council of
Architecture with minimum experience of 08 (Eight) years.
(Documentary evidence needs to be submitted)
2. Agency/Architect must have PAN and GST Registration No.
(Documentary evidence is to be submitted).
3. Average Annual Financial Turnover on Architectural/Consultancy
works during the last three years, ending 31st March of the previous
financial year i.e., 22-23, should be at least 10% of Estimated Cost.
(Documentary evidence needs to be submitted)
4. Agency/Architect should have the experience of completion of
similar works during last 5 years ending last day of month previous to
the one in which tenders are invited should be either of the following:
a. Three similar completed works each costing not less than the
amount equal to 40% of the estimated cost, OR
b. Two similar completed works each costing not less than the
amount equal to 60% of the estimated cost OR
C. One similar completed works costing not less than the amount
equal to 80% of the estimated cost

Chief Executive
National Cooperative Union of India

4
Annexure-I

INSTRUCTIONS TO BIDDERS

1. GENERAL

(i) Name of the work is “Providing comprehensive architectural and consultancy


services for renovation of ground floor, construction of one floor on the existing
structure and retrofitting works of NCCE building”. Estimated value of the work
is Rs. 3.00 Cr approx.

(ii) The bidder must officially procure the tender document from the office of
the NCUI before the last date and time of sale of tender document in order
to bid for this tender. The bidder in no case be able to participate in the
tender without having procured the official copy of the tender from the
office of the NCUI.

(iii) Tenderers are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting the tenders and
obtain all necessary information which they feel is necessary to submit their
tenders.

(iv) The bidders are advised to quote their consultancy fee for executing the
job in the format enclosed as Annexure -IV.

2. SUBMISSION OF TENDER

Tenders shall be submitted in two parts in the following manners: -

i) “Part-I- Technical Bid”


The envelope shall be marked Part-I- Technical Bid and shall contain the
information/ documents as per clause No. 3 below.

ii) “Part-II- Price Bid”


The envelop shall be marked Part-II- i.e. Price Bid will contain consultancy
fee for executing the job in the format enclosed. No condition i.e.
deviations / assumptions / stipulations / clarifications / comments / any
other request whatsoever should be imposed. The conditional offers will be
rejected.

3. QUALIFYING CRITERIA

Tenderers having following valid documents will be technically qualified and


considered for opening of their price bid. Technically qualified parties have
no right to claim for award of the work. The NCUI reserves the right to
cancel or award the work to any firm/tenderers.

a) Name and address of the Agency/Individual along with Registration No.

5
b) List of projects handled during the last five years clearly indicating cost
and scope of work.

c) List of in house Technical Staff with bio-data of each staff members.

d) Architect/Agency with in-house facilities for structural designing and


other related services like civil, retrofitting, fire fighting, plumbing,
sanitary, electrical, air conditioning, landscaping etc. shall be given
preference.

e) Copy of Balance sheet for the last 3 years.

f) Details of current works in hand including their cost.

g) Copy of registration of GST and PAN.

h) Earnest money of Rs. 50,000/- in favour of National Cooperative Union


of India, New Delhi in the form of demand draft of a scheduled bank.

4. OTHER CONDITIONS TO BE FULFILLED BY THE TENDERERS

The tenderers also essentially required to fulfill the following conditions.


(submit relevant documents along with their offers):

i) Detail of works under execution along with copies of relevant


documents.

ii) Registration certificates, IT returns, Service tax details.

iii) Should enclose the Partnership deed in case of partnership firms and
Article of Association in case of limited company.

iv) Should enclose the Power of Attorney in favour of person who has
signed the tender documents. In case of company, the authority to
sign the tender document is to be given under Board resolution.

iv) Should also have adequate in-house facilities for structural designing
and other related services like civil, retrofitting, fire fighting,
plumbing, sanitary, electrical, air conditioning, landscaping etc. or
should have experienced associates on their panel.

v) Any other important information which the firm may like to submit
in support of their technical competence such as MoU with other
specialist consultants.

vi) The price bids of the bidders who do not meet the qualifying
requirements in the technical bid will not be opened.

6
5. VALIDITY OF OFFER

Tender submitted by tenderers shall remain valid for acceptance for a


minimum period of 90 days from the date of opening of the tenders. The
tenderers shall not be entitled during the said period of 90 days, to revoke
or cancel their tender or to vary the tender given or any term thereof,
without the consent in writing of the NCUI. In case of tenderers revoking
or canceling their tenders or varying any terms in regard thereof without
the consent of the NCUI in writing, NCUI shall forfeit Earnest money paid
by them along with their tender without giving any notice.

6. ACCEPTANCE/REJECTION OF TENDER

i) NCUI does not bind itself to accept the lowest tender.

ii) The NCUI also reserves the right to accept or reject any or all
tenders without assigning any reason whatsoever.

iii) NCUI also reserves the absolute right to reject any or all the tenders
at any time solely based on the past unsatisfactory performance by
the bidder(s) the opinion/decision of the NCUI regarding the same
shall be final and conclusive.

iv) It will be obligatory on the part of the tenderer to sign the tender
documents for all the components & parts.

v) Tenders received without EMD/inadequate EMD, and without the


requisite Tender Fee shall be summarily rejected.

vi) After the work is awarded the Agency/Architect will have to enter
into an agreement as per proforma provided by the NCUI for work
awarded, on a non-judicial stamp paper of requisite value at its/his
own cost within ten days from date of receipt of acceptance order or
before the work is undertaken.

7
Annexure-II

CONDITIONS OF THE CONTRACT

SCOPE OF WORK

The Agency/Architect shall render the following services:

I. Preliminary Stage

A. Preparation of Drawings:

a) Inspect the site and discuss with Executive Director (Estate) and
other designated officials of the NCUI regarding the
accommodation requirements.

b) Prepare Architectural Drawings i.e. plans, Elevations for the


buildings should synchronized with the existing Buildings and plans,
Elevations should be evolved as per the requirement of the NCUI
and matching with the existing structure.

c) Obtain approval of the NCUI to (a & b) above.

B. Obtaining statutory approvals:

To prepare & submit the required detailed drawings and obtain


approval from the Competent Authority (i.e. NCUI), and make any
changes desired by authorities and obtain approval, N.O.C. etc. from
statuary authorities (like DDA, MCD, Fire , Jal, ASI etc.).

II. Structural and Working Drawing Stage

Prepare and submit detailed Structural and working drawings with details
incorporating all the services & Detailed cost estimates including Electrical
water supply and Sanitary items. This will include :-

a) Preparation of working and detailed architectural and structural


drawings of the proposed works after studying the various details of
the existing building. The Internal, External water supply and
sanitary drawings to be prepared after studying the existing building
drawings and existing water supply and sanitary lines as well. The
electrical drawings and layouts of the proposed work & other allied
installations to be prepared after studying already laid electrical &
power lines in the existing building. Electrical work of the proposed
area should be designed in such a way to suit to the existing
electrical layout and related installations. Drafting of tender
document for the said work and making comparative chart of
contractor tenders received with due recommendation. All drawings
should be duly signed by the relevant experts alongwith the
Agency/Architect.

8
b) Obtain the approval of the NCUI to (a) and modify them whenever
necessary and do all computations of all structural designs and all
services designs which shall be in accordance with the latest IS
codes of practice. Such detailed computation of all designs shall be
made available to the NCUI for any check, the NCUI may like to
exercise, before sanction of detailed estimates and call of tenders.
Direct and co-ordinate the Architectural, Engineering and surveying
work and prepare (with help of surveyors and other associates etc.,
as necessary) complete working details, schedules, specifications
and bill of quantities to describe the whole project adequately for
the purposes of taking the approval of the NCUI.

c) Prepare specifications, detailed cost estimate and such other details


along with detailed calculation of all items of work and other works
(as deemed fit for completion of the project) etc. as may be
necessary for the purpose of inviting Tenders, scrutinizing and render
all professional services upto the time of completion of the project.

III Construction Stage

a) Supply to NCUI Soft Copy and five sets of Hard copies of the
detailed drawings, free of charge for use during execution of work.

b) Supply to NCUI such further drawings, specifications or details


which may be required for proper execution of the work as and
when required by NCUI.

c) Offer observations on the general workmanship and quality of work


and whether the works are proceeding according to the drawings
and specifications by undertaking periodical supervision at site and
making digital record by taking site photographs/videos.

d) Obtain NCUI’s approval for any material, deviation in design, cost,


working drawings, schedule and specifications.

e) Advise the employer from time to time if the overall cost is likely to
exceed the approved estimate with reasons of expected excess as
well as extent to which it is likely to exceed.

f) Scrutinizing of contractor’s bills after conducting joint measurement


checking of work executed by the contractor at site and provide
recommendation of payment to be done to the contractor.

g) The Agency/Architect has to depute atleast one qualified full time


engineer having atleast 05 years of experience.

h) Visit site as per requirement of work and whenever desired by the


NCUI.

9
IV. Completion Stage

a) Prepare completion drawings on suitable scale including scale plans,


elevations and cross sections, etc. and also hand over the originals
of the completion drawings to the NCUI.

b) Assist the NCUI in arbitration/litigation case that may arise out of


the contract entered into in respect of above work, regarding
clarifications/interpretations, supply of drawings, designs,
specificationsas and when required.

c) Obtaining final functional and completion/occupancy certificate from


the concerned statutory authorities.

V. Terms of Payment

i) In consideration of the aforesaid services, the Agency/Architect shall


be paid by way of remuneration, fees on percentage of the total
actual cost of works executed at site. However, the NCUI shall not
pay any additional charge/fee for any advise /consultancy sought by
the Agency/Architect from any other agencies for execution of the
project.

ii) The Earnest money shall be refunded immediately to the unsuccessful


bidders. In case of successful bidder, the same will get converted
into security deposit and it will remain with the NCUI till the expiry of
Contract.

iii) The tender shall remain open for acceptance for a period of ninety
days from the date of opening of tenders. If any tenderer withdraws
its tender before the said period or issue of letter of acceptance,
which-ever is earlier, or makes any modifications in the terms and
conditions of the tender which are not acceptable to the department,
then the NCUI shall, without prejudice to any other right or remedy,
be at liberty to forfeit 50% of the said earnest money as aforesaid.

iv) The actual cost of the work would mean the sum total of all
payments made by the Employer to all contractors, suppliers of
materials and any other payment made towards the construction of
the project. Till such time, the actual cost is established, preliminary
estimate shall form the basis of payment to the Agency/Architect.
Any adjustment in the fees on account of variation in the estimate or
actual cost shall be made as and when the same is established. The
cost shall not include any fees paid to any Government agency or
the Agency/Architect.

v) Actual fee paid to the local bodies for approval of this project shall
be reimbursed to the Agency/Architect on production of original
receipts.

10
VI. Payment of Remuneration:

The payment of fee to the engaged Agency/ Architect shall be released as


per the following stages:

a) After approval of Sketch Designs and conceptual 05% of Fee


designs etc. & after submission of drawings to
Competent Authority

b) After sanctioning of detailed drawings from 05% of Fee


competent authority of NCUI

c) After preparation and submission of complete set 20% of Fee


of working drawings details and approval of the
same from Local Statuary bodies like DDA, MCD,
Fire, Jal, ASI etc.

d) After submission of detailed estimates with tender 10% of Fee


document and bill of quantities for tendering of
civil, electrical, plumbing water supply work etc.,
inviting Tenders, scrutinizing and render all
professional services upto finalization of
contractor.

e) Alter submission of vetted structural drawings 05% of Fee


from central or state govt. university, electrical
drawings, plumbing drawings etc. and approval of
the same from the NCUI.

f) During supervision and actual execution of work


(Upto the approved work done)

i) On completion of 20% of the work 10% of Fee


ii) On completion of 50% of the work 10% of Fee
iii) On completion of 80% of the work 10% of Fee
iv) On completion of 100% of the work 15% of Fee
g) After completion of work in all respects and 10% of Fee
obtaining of functional and Completion certificates

The payment shall be made by the NCUI to the Agency/Architect against


the bill(s) as per the stages mentioned above after due verification &
deduction of taxes, if any.

Payments will be released within thirty days after submission of bills.

11
VII. Period of engagement and services to be rendered by engaged
Agency/Architect

A) The selected Agency/Architect shall be engaged for a period till completion


of the project. However, NCUI reserves the right to terminate the contract
at any point of time without assigning any reasons.

B) The firm quotes the lowest rates L1 will be invited for negotiation, if
required.

C) The engaged Agency/Architect would carry out the work in the projects
assigned to him for Architectural Planning & Designing etc. under the terms
of the engagement.

VIII. Services to be provided

The Agency/Architect shall faithfully and honestly perform services pertaining to


the design of the assigned project. The Agency/Architect in general would be
required to hold discussions with the NCUI officers and prepare & submit
complete Architecture drawings for the building/projects keeping in mind the
functional requirements & space requirement as per government norms. Broadly,
the services to be rendered are:

1. Preparation & submission of complete Architectural drawings, detailed


estimate / BOQ of the project including layout plan, wherever required, and
the associated services like landscaping, all services both internal, external
required to make the building functional.

2. Obtaining approval of local bodies on these drawings wherever required.

3. The Agency/Architect shall carry out reconnaissance survey topography of all


casting services & other constraints existing in an around the site.

4. Preparation and submission of as built/complete drawings after the


completion of the building/projects.

5. Obtaining completion certificate from local bodies wherever applicable.


Architectural design the drawings of the building submitted by the
Agency/Architect may be checked by the NCUI and any corrections are
required, those will be incorporated by the Architectural consultant in the
design at no extra cost.

6. The Agency/Architect will give complete specifications of the building and


services along with preliminary drawings. All the planning and design shall
also take into account the requirements essential services such as firefighting
electrical, water supply, sanitary installations, drainage, roads, landscaping,
horticultural operation and optional services like heating ventilation and
conditioning solar power etc. as applicable to the project.

12
IX Details of drawings to be submitted by the Agency/Architect

The Agency/Architect will be required to submit as many architectural


drawings as required for obtaining approval of Municipal/Land Owning
Authorities and as per practice in the department. Briefly, the drawings of
building portion of projects/work shall be submitted as under:-

(a) Layout Plan Preliminary Drawings.

I. Key Plan

II. Layout plan showing contours, costing features, services and facilities
available and proposed building & services.

III. Preliminary sketches with drawings giving details of useful area, service
area circulation area and total plinth area.

IV. Master plan, if so required, to be prepared


V. Duly coloured perspective view
VI. Surveyed site plan showing boundaries, contours at suitable colour
intervals, existing! physical layout plan as roads, paths, trees,
structures etc.

(b) Working Drawings

I. First Floor Plan


II. Toilet details
III. Door/Window schedules/details
IV. Area chart
V. Centre line diagram
VI. Any other drawings etc. as required

(c) Drawings & Estimates for development and renovation works

I. Topographical surveys.

II. Preparation of drawings & estimates as per CPWD specification &


CPWD latest DSR/market rates, for development and renovation works.

(d) The Agency/Architect shall be required to submit all these drawings in A-1
size. However, for smaller projects, the Agency/Architect may be
permitted by the Department to submit some of the drawings in A2 size.
Layout plans shall be prepared in A-0 or A-1 size depending upon the size
of the area.

13
(e) Working drawings shall be prepared in 1:100 scales. However, detailed
drawings shall be 1:50 or 125 scale. This, however, shall be decided by
the department on case prepared in to case basis. All these drawings shall
be dimensioned in millimeters. Along with every set of approved
drawings, the Agency/Architect shall be required to submit a soft copy of
the drawings in Compact Disk (CD).

(f) All the approved drawings shall become the property of the NCUI and
Agency/Architect shall not use any of these drawings without obtaining
permission from the NCUI in writing.

(g) In typical projects/work, the requirement of drawings may vary in such


cases the Agency/Architect will be required to submit additional drawings
covering extra aspect of the work/project.

(h) The Agency/Architect will also supply to the department two sets of
completion Drawings and service drawings including R.T.F. (Reproducible
Transparent Film) for future record and also submit soft copy of the
drawings in Compact Disk (CD).

(i) The services to be rendered by the Agency/Architect shall generally be


provided by following time schedule:

1. Preparation and submission of preliminary Drawings : 2 weeks

2. Preparation of Detailed Drawings, Estimate, BOQ : 2 weeks

(j) This time schedule is for guidance only. Specific time schedule may be
decided for each work separately by the Chief Executive of the NCUI or
his representative, which shall be binding and final upon the agency.

(k) Security Deposit equivalent to 5% of the Architectural Fee will be


deducted from successful bidder’s first bill after adjusting Earnest Money
Deposit in the security deposit.

(l) After the work is complete & completion certificate is obtained from the
local body, the security deposit will be refunded to Agency/Architect after
a certificate is recorded by the NCUI that the work entrusted to the
Agency/Architect has been executed by him satisfactorily and to the
required standards.

(m) Time schedule for carrying out the work shall be strictly compiled with
and shall be deemed to be essence of engagement on the part of the
Architect throughout the period of assignment.

14
(n) In the event of failure on the part of Agency/Architect following the time
schedule or stipulated to the Agency/Architect specifically for a work as
the case may be the Agency/Architect shall be liable to pay as
compensation and amount equal to 1 % (One percent) of such smaller
amount as the NCUI may decide on the total fee payable for every day
that the work remains unfinished after the specified date subject to a
maximum of 10 % (Ten percent) of the fee.

(o) All the drawings shall be got approved by the competent authority.
Initially, the Agency/Architect will submit the two sets of each drawings to
the NCUI for checking. After final modifications & correction, he/she will
submit six sets of each drawing along with the originals.

(p) The Agency/Architect shall attend the office of the Engineer/Estate/Chief


Executive, NCUI as & when required & provided all required clarifications
in connection is with the checking of drawings & approval and nothing
extra shall be payable on this account.

(q) In case time schedule is not adhered and conditions of the agreement are
not fulfilled, the Chief executive, NCUI shall have full power to terminate
the agreement without any liability to the NCUI and forfeit full security
deposit.

(r) If the Agency/Architect abandons the work for any reason whatsoever of
becomes incapacitated from acting as Agency/Architect as aforesaid the
department may make full use of all or any of the drawings prepared by
the Agency/Architect and that the security deposit available with the
department shall be forfeited.

(s) Provided, however, that in the extent of the termination of the


engagement under proper notice, the Agency/Architect shall be liable to
refund any excess payment made to him/her over and above what is due
in him/her in accordance with the terms of the agreement for the services
performed by him/her up to the date of termination of the agreement.

(t) This agreement may be terminated at any time by the NCUI upon giving
one month's notice to the Agency/Architect, work done by
Agency/Architect in the dated notice will only be payable by the NCUI in
such case.

(u) In case of any dispute that may arise at any time between the parties in
respect of the meaning or interpretation of the agreement, or concerning
anything herein contained or arising out of the agreement the same shall
be referred to the sole Arbitrator appointed by the President, NCUI. The
award of the Arbitrator so appointed shall be final, conclusive and binding
on all the parties to the agreement in terms of the provisions of The
Arbitration and Conciliation Act 1996 (76 of 1996) or any statutory
modifications of re-enactment thereof and the rules made there under
and to the time being in force shall apply to the arbitrator proceedings.

15
(v)The Agency/Architect shall continue to perform his/her duties with due
diligence notwithstanding to the fact that a dispute has arisen.

(w) Action to appoint an arbitrator shall be intimated within one month from
the date of communication in writing of the referring the dispute to
arbitration by one party to the other after the dispute has arisen.

Chief Executive
National Cooperative Union of India

Contact Information:

1. NCUI Contact- Sh. Ved Prakash Setia (Executive Director-Estate)


Mob no: +91-9810642944

2. NCUI Contact- Sh. P.S. Dahiya (A.E.E.)


Mob no: +91-9868233706

16
Annexure-III
Part-I- Technical Bid

(The envelop shall be marked Part-I- i.e. Technical Bid will contain qualifying criteria for Providing
comprehensive architectural and consultancy services for renovation of ground floor, construction
of one floor on the existing structure and retrofitting works of NCCE building, NCUI, 3, Siri
Institutional Area, August Kranti Marg, New Delhi-110016 in the format enclosed).

1. Name and address of the Agency/Individual along :


with Registration No.
2. List of projects handled during the last five years : (Similar works in the last 5 years)
clearly indicating cost and scope of work

3. Agency/Architect must have valid registration from : (Documentary evidence needs to be


Council of Architecture with minimum experience of submitted)0
08 (Eight) years.
4. Agency must have PAN and GST Registration No. : (Documentary evidence needs to be
submitted)

5. Average Annual Financial Turnover on Architecture or : (Documentary evidence needs to be


Consultancy works during the last three years, ending submitted)
31st March of the previous financial year i.e., 22-23,
should be at least 10% of Estimated Cost.
6. Agency should have the experience of completion of : (Work order & Completion certificate
similar works during last 5 years ending last day of from the client to be submitted for
month previous to the one in which tenders are each work.)
invited should be either of the following:

a. Three similar completed works each costing not


less than the amount equal to 40% of the
estimated cost, OR
b. Two similar completed works each costing not less
than the amount equal to 60% of the estimated
cost OR
C. One similar completed works costing not less than
the amount equal to 80% of the estimated cost.
(Similar works means Agency/Architect has
rendered Architecture and consultancy services in
building construction works, Renovation works
and Retrofitting works)

7. List of Technical Staff with bio-data of each staff : (Documentary evidence needs to be
members submitted)

8. Copy of Balance sheet for the last 3 years. : (Documentary evidence needs to be
submitted)

9. Details of current works in hand including their costs. : (Documentary evidence needs to be
submitted)

10. Undertaking that all (Undertaking on company’s letter


documents/certificates/information submitted against head needs to be submitted)
the tender are genuine. In case any of the
documents/certificate/information submitted by the
bidder is found to be false or forged, action as
deemed fit may be initiated by the NCUI at its sole
discretion.

17
11. The bidder should not be insolvent, in receivership, (Undertaking on company’s letter
bankrupt or being wound up, not have had their head needs to be submitted)
business activities suspended. An undertaking by the
bidder should be submitted on company’s letter head.
12. Undertaking that bidder is not blacklisted/debarred by (Undertaking on company’s letter
any govt/semi govt/Cooperative/PSU. head needs to be submitted)

13. Bidder should have adequate in-house facilities for (Documentary evidence needs to be
structural designing and other related special services submitted)
like retrofitting, Air conditioning, fire fighting,
electrical, civil, plumbing, sanitary etc. if bidder do
not have in-house facility on his/her panel for any of
above special services, then to show his/her
technical competence the bidder may submit MoU
with other specialist consultants like Structure,
Electrical, Civil, fire fighting, Plumbing, Retrofitting,
Sanitary, Air conditioning etc. such bidders shall be
given preference.
14. Earnest money of Rs. 50,000/- in favour of National
Cooperative Union of India, New Delhi in the form of
demand draft of a scheduled bank.

Signature of the tenderer with stamp

18
Annexure-IV

Part-II- Price Bid

(The envelop shall be marked Part-II- i.e. Price Bid will contain consultancy fee for
executing the job in the format enclosed).

NAME OF THE WORK : Providing comprehensive architectural and consultancy


services for renovation of ground floor, construction of
one floor on the existing structure and retrofitting works
of NCCE building

NAME OF THE :
FIRM/TENDERER

ADDRESS :

I/we hereby agree to render Architecture and consultancy services for the
project as defined in the tender documents and also agree to abide by all the terms
and conditions put forth in the said tender documents enclosed and my/our fee for
the above all services will be _______ % (______________________ in words)
percent on (Rs. 3.00 Crore estimated project cost) + GST (extra). The above fee
shall remain firm till the completion of the project in all respect.

Signature of the tenderer with stamp

19
INTEGRITY PACT

To,

……………………………………….

………………………………………

………………………………………

Sub: NIT No. ............................................... for the work……………………………………..……………….

………………………………………………………………………………………………………………….……………

Dear Sir,

It is here by declared that NCUI is committed to follow the principle of transparency, equity and
competitiveness in public procurement.

The subject Notice Inviting Tender (NIT) is an invitation to offer made on the condition that the
Bidder will sign the integrity Agreement, which is an integral part of tender/bid documents,
failing which the tenderer/bidder will stand disqualified from the tendering process and the bid of
the bidder would be summarily rejected.

This declaration shall form part and parcel of the Integrity Agreement and signing of the same shall
be deemed as acceptance and signing of the Integrity Agreement on behalf of the NCUI.

Yours faithfully

Chief Executive

20
INTEGRITY PACT

To,

Chief Executive
National Cooperative Union of India
Hauz Khas, New Delhi

Sub: Submission of Tender for the work of ………………………………………………………………………

Dear Sir,

I/We acknowledge that NCUI is committed to follow the principles thereof as enumerated in
the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of tender
documents, failing which I/We will stand disqualified from the tendering process. I/We
acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL
AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit
and further agree that execution of the said Integrity Agreement shall be separate and distinct
from the main contract, which will come into existence when tender/bid is finally accepted by
NCUI. I/We acknowledge and accept the duration of the Integrity Agreement, which shall be in
the line with Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, NCUI shall have unqualified, absolute and unfettered
right to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and
conditions of the tender/ bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

21
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
INTEGRITY AGREEMENT 12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345

To be signed by the bidder and same signatory competent / authorized to sign the relevant
contract on behalf of NCUI.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ................ on this ............ day of ............ 20 .....

BETWEEN

President of India represented through Chief Executive,

...........................................................................................................
(Name of Division)

CPWD,……………………………………………………………………………… (Hereinafter referred as the


(Address of Division)

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)

AND

............................................................................................................................. ..........................
(Name and Address of the Individual/firm/Company)

through .................................................................................. (Hereinafter referred to as the


(Details of duly authorized signatory)

“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)

Preamble
WHEREAS the Principal / Owner has floated the Tender (NIT No ....................................................... )
(hereinafter referred to as “Tender/Bid”)

and intends to award, under laid down organizational procedure, contract for...........................
(Name of work)

hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as "Integrity Pact" or "Pact"), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents
and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:

22
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
INTEGRITY AGREEMENT 12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345

Article 1: Commitment of the Principal/Owner

(1) The Principal/Owner commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
(a) No employee of the Principal/Owner, personally or through any of his/her family members, will
in connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not
legally entitled to.
(b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and reason.
The Principal/Owner will, in particular, before and during the Tender process, provide to all
Bidder(s) the same information and will not provide to any Bidder(s) confidential / additional
information through which the Bidder(s) could obtain an advantage in relation to the Tender
process or the Contract execution.
(c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose
conduct inthe past has been of biased nature.

(2) If the Principal/Owner obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of
the principles herein mentioned or if there be a substantive suspicion in this regard, the
Principal/Owner will inform the Chief Vigilance Officer and in addition can also initiate disciplinary
actions as per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1. It is required that each Bidder/Contractor (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Government / Department all
suspected acts of fraud or corruption or Coercion or Collusion of which it has knowledge or becomes
aware, during the tendering process and throughout the negotiation or award of a contract.
2. The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:
(a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer, promise
or give to any of the Principal/Owner's employees involved in the Tender process or execution
of the Contract or to any third person any material or other benefit which he/she is not legally
entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the
Tender process or during the execution of the Contract.
(b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or any
other actions to restrict competitiveness or to cartelize in the bidding process.
(c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act. Further
the Bidder(s)/ Contract(s) will not use improperly, (for the purpose of competition or personal
gain), or pass on to others, any information or documents provided by the Principal/Owner as
part of the business relationship, regarding plans, technical proposals and business details,
including information contained or transmitted electronically.
(d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names & addresses of agents/
representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality shall

23
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
INTEGRITY AGREEMENT 12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345

disclose names and addresses of foreign agents/representatives, if any. Either the Indian
agent on behalf of the foreign principal or the foreign principal directly could bid in a tender
but not both. Further, in cases where an agent participate in a tender on behalf of one
manufacturer, he shall not be allowed to quote on behalf of another manufacturer along
with the first manufacturer in a subsequent/parallel tender for the same item.
(e) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
3. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be
an accessory to such offences.
4. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a willful misrepresentation or omission of facts or submission of
fake/forged documents in order to induce public official to act in reliance thereof, with the
purpose of obtaining unjust advantage by or causing damage to justified interest of others
and/or to influence the procurement process to the detriment of the Government interests.
5. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use Coercive
Practices (means the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual
injury may befall upon a person, his/ her reputation or property to influence their participation in
the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and the
Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner's absolute
right:

1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put
his reliability or credibility in question, the Principal/Owner after giving 14 days notice to the
contractor shall have powers to disqualify the Bidder(s)/Contractor(s) from the Tender process
or terminate/determine the Contract, if already executed or exclude the Bidder/Contractor from
future contract award processes. The imposition and duration of the exclusion will be
determined by the severity of transgression and determined by the Principal/Owner. Such
exclusion may be forever or for a limited period as decided by the Principal/Owner.
2. Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has disqualified
the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine the
Contract according to Article 3(1), the Principal/Owner apart from exercising any legal rights
that may have accrued to the Principal/Owner, may in its considered opinion forfeit the entire
amount of Earnest Money Deposit, Performance Guarantee and Security Deposit of the
Bidder/Contractor.
3. Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or Contractor,
or of an employee or a representative or an associate of a Bidder or Contractor which
constitutes corruption within the meaning of IPC Act, or if the Principal/Owner has substantive
suspicion in this regard, the Principal/Owner will inform the same to law enforcing agencies for
further investigation.

24
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
INTEGRITY AGREEMENT 12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345

Article 4: Previous Transgression


1. The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government
or State Government or any other Central/State Public Sector Enterprises in India that could
justify his exclusion from the Tender process.
2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/ holiday listing of the
Bidder/Contractor as deemed fit by the Principal/ Owner.
3. If the Bidder/Contractor can prove that he has resorted / recouped the damage caused by him
and has installed a suitable corruption prevention system, the Principal/Owner may, at its own
discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors


1. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any
violation(s) of the principles laid down in this agreement/Pact by any of its Subcontractors/sub-
vendors.
2. The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and
Contractors.
3. The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between
the Principal/ Owner and the bidder, along with the Tender or violate its provisions at any stage
of the Tender process, from the Tender process.

Article 6- Duration of the Pact


This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the Contract
has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, N C U I .

Article 7- Other Provisions

1. This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of
the Division of the Principal/Owner, who has floated the Tender.
2. Changes and supplements need to be made in writing. Side agreements have not been made.

3. If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or
by one or more partner holding power of attorney signed by all partners and consortium
members. In case of a Company, the Pact must be signed by a representative duly authorized by
board resolution.

4. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.

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

25
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
INTEGRITY AGREEMENT 12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345
12345678 9012345678901234567890121234567890123456789012345678901212345

Article 8- LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact
documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:
(For and on behalf of Principal/Owner)

WITNESSES:

1 ............................................
(signature, name and address)

2 ............................................
(signature, name and address)

Place:

Dated :

26

You might also like