request for proposal for hiring of expert agency for third...
TRANSCRIPT
1
Request for Proposal For Hiring of Expert Agency for Third Party Inspection and Monitoring
for Mughal Museum Project at, Agra, U.P. Terms of Reference
1. Background:
Agra is revered as an abode of three world heritage monuments, i.e., Taj Mahal, Agra fort
and Fatehpur Sikri. The Taj Mahal a peerless monument in pristine marble is proclaimed as one of
the wonders of the world. There are three entry gates of Taj Mahal and at present the visitor
approach to all these three gates, which over a period of time have become highly congested and
disorganized. With a view to re do the visitor’s approach to Taj Mahal as per international standards
with world class landscape to establish visual integrity of the monument, the Department of
Tourism, GoUP is implementing a project called Mughal Museum near Taj Mahal Agra”. This project
aims at improving the facilities near the Taj Mahal to benefit not only the visitors who flock there
from all parts of the world every year but also to the adjacent residents of Tajganj who are part of
living cultural heritage of the same era. (Department of Tourism, Govt of Uttar Pradesh has
commenced with Mughal Museum Project and working for improvement of basic facilities and
amenities.) The work on ground is on full swing and is being undertaken by U.P. Rajkiya Nirman
Nigam Ltd. A brief summary of the main proposed works under the project is summarized at
Annexure-1.
2. Objective of the Consultancy:
The main objective of hiring of Third Party Inspection and Monitoring Agency (TPIMA) is to ensure
quality assurance as per desired work standards and specifications of the approved DPR through
Independent assessment of technical quality through an external agency at various stages of
construction. In order to carry out the quality audit tasks the consultants will, but not limited to:
a. Provide quality facility (Quality testing laboratory or/and mobile testing laboratory as
appropriate to different sites) for testing of construction materials required for ongoing and
completed projects.
b. Conduct technical audits at different construction sites in different stages to ascertain and
certify the standard of implementation and adhere to guidelines and disaster resistant
features.
c. Co-ordination with various agencies/ teams such as Nodal agency, implementing agency,
Line Departments and Monitoring and Review committees.
d. Provide audit reports regarding quality and progress (physical and financial).
3. Scope of services:
a) The consultant shall do their job by field visits, arranging the necessary quality assurance tests for
materials and the construction works, analyzing the test results and furnishing the
comments/observations thereon and providing general observations on construction materials and
work. The Consultant shall submit their report to the Director General Tourism, GoUP. The indicative
test requirement is given at Annexure-1.
b) The Consultant shall check and report whether work has been executed according to the
drawings, designs and specifications and in line, level as per approved drawings.
2
c) The Consultant shall be responsible for bringing-out in writing to the notice of U.P. Tourism any
instances of deviations from accepted quality of construction materials, workmanship and general
quality of works at appropriate stages of construction.
d) The Consultant shall inspect the construction site during the works under progress to achieve the
stipulated standards of quality in the project. If there is any discrepancy/error/omission, the team
shall point out the same with suggestions and remedial measures with code provisions.
e) The Consultant shall highlight the problem area if any, and also suggest steps/ solutions to rectify
the same so as to achieve the overall target of quality Assurance.
f) Apart from the specific activities as described above, the consultant shall also inspect and advise
the U.P. Tourism concerned officials on the Implementation and compliance of the:
Following of accepted environmentally sound practices of control of dust, noise,
water, air and soil pollution due to construction activities, and
General safety and security on the construction sites etc.
g) The consultant shall also:
Inspect and recommend testing laboratories available in the region.
Inspect, review and report the adequacy and competence of contractor’s staff, labour and
machinery.
Review contractors work program and advice the needs on corrective measures in cases
where such matters are referred by the Engineers/Employers.
Develop and prepare all the reporting formats including transmittal methodology and follow
the same for the entire period of services:
h) The Consultant shall arrange testing of materials used in construction work and concrete casted
during the course of work through reputed laboratories/institutions preferably Government Testing
Centres. All standard tests as per Government norms shall be arranged. The testing shall be
independent and objective, and the Consultant in the presence of U.P. Tourism’s authorized
representative shall collect random samples. The Consultant shall report the results of testing to the
Director General Tourism GoUP with suggestions and remedial measures.
i) The Consultant shall record their independent observations/suggestions/remedial measures in the
visit book kept at work site. These views should also reflect in the report submitted as mentioned in
the TOR.
ii) Consultant will also review and suggest the progress of work according to timeline along with
financial progress.
4. Time Frame: The total time frame for this consultancy shall be either till March, 2017 or till the
project gets completed (whichever is less).
5. Method of Selection: The consultancy will be selected in accordance with the Quality Cum Cost
Based System (QCBS) procedures as described in this RFP.
3
6. Deliverables:
a) Desk review of documents and periodical site visits:
Ensuring all project documents, including outcomes, outputs, specifications, estimates of
quantities, work packages, project implementation plan. Including milestone, periodic
progress indicators, oversights etc., on-site management systems, such as rerouting of
transient services, temporary connections, worker accommodation, labour insurance,
procurement & storage of materials, inventory management; delivery hand-over, exit and
financial closure plans are in place.
Site visits will be organized at different stages as indicated by the implementing agencies as
‘milestones’ in their work plan, which may consist of intermediate stages of development of
work or contracting packages. Indicative milestones, such as foundations, superstructure,
fenestration, services, finishes and commissioning may be taken as comparatives from the
assessment side to help translate progress reports to non-technical personnel at reporting
sites.
Filling and sending all inspection reports to Director General, U.P. Tourism Lucknow.
b) Capture, wherever possible, moderated and structured perceptions of the beneficiaries on
various aspects of project implementation including communicating project rationale, strategy,
outcomes, results, rights and responsibilities of all stakeholders.
c) Estimate the degree of beneficiary buy – in as regards the project(s); to capture qualitative
feedback in narrative and in separate documents;
d) To report the progress with respect to implementation as per the appropriate stage of the project
under development;
e) Compliance and exception reports in process trail, technical and qualitative standards, financial
propriety and integrity. In case of any processes being certified, the monitoring report much clearly
mention this in case of concerned implementing agency to the party to be reported to, i.e. Project
Implementation Agency.
f) Recommendations as to how to reduce exceptions, including if milestones need to be re-phased,
or any process that may need to be streamlined.
g) Follow-up action of the report, which would be ascertained in the next report.
7. Conflict of interest for a TPIMA is defined as:
Any agency/ Individual involved as a consultant in project preparation, supervision or
implementation work in Mughal Museum Project applying for TPIMA is a conflict of interest.
The team members of TPIMA should not have been employed (as an employee) by any City
or State level government agency in the 5 years preceding this contract in the particular
State.
Any agency black listed or debarred would not be eligible for appointment of TPIMA.
4
8. Preparation of Proposal, Submission
8.1 Preparation of Proposal
The intending Consultants are expected to prepare Proposals covering the following aspects:-
(i) Technical Proposal- The Technical Proposal should cover:
a) Covering letter (Form-I).
b) Consultant’s background and general experience in the field of Quality Assurance of Civil
Works (Form-II).
c) List of relevant Completed Projects executed by the Consultant in (form-III).
d) Staff and facility available with the Consultant in (form-IV).
e) List of members of the expert team along with CVs of experts.
(ii) Financial Proposal- In the Financial Proposal (As per Form-V) the Consultant are expected to
indicate the amount to be charged by them for Quality Assurance Work as per the Scope of
Works and Time duration.
8.2 Submission
The Technical and Financial Proposals should be submitted in separate sealed envelopes and
both of them should be put in another big envelope, which should be sealed and marked as
“Request for Proposal for Hiring of Expert Agency for Third party Inspection and Monitoring for
Mughal Museum Project at, Agra. U.P.” The authorized representative of the Consultant should sign
all the pages of Technical and Financial Proposals.
The Proposal must be sent to the following address on or before 15 June, 2016 by 3:00 PM
The Director General Department of Tourism, Government of Uttar Pradesh 4th Floor, Paryatan
Bhawan, C-13, Vipin Khand, Gomti Nagar, Lucknow-226010. Any Proposal received by the Client
after the deadline for submission shall be returned unopened. The Client shall open the Technical
Proposal immediately after the deadline for their Submission.
Department of Tourism, GoUP reserved all the rights to reject or accept any/all RFP
applications, without assigning any reason. The Department takes no responsibility for the delay,
loss or non-receipt of any submission or letter sent by post, within the prescribed time period.
9. Tender Documents Fees
Tender document may be purchased from the office of Director General, C-13, 4th Floor,
Parytan Bahwan, Vipin Khand, Gomti Nagar, Lucknow-226010 from 09:30 am to 06:00 pm, for a non-
refundable fee of Rs. 1000/- (One thousand rupees only) in the form of cash or Demand Draft on any
scheduled bank payable at Lucknow in favour of “Director General of Tourism Government of Uttar
Pradesh”. Interested bidders may obtain further information at the same address.
Tender document may also be downloading from the office website, in this case the bidder
shall provide the tender document fees i.e. Rs 1000/- with their proposals as per above mentioned
details.
5
Tender documents requested by mail will be dispatched by courier/ registered/ speed per
post on payment of an extra amount of Rs 50/- The Department of Tourism, GoUP will not be held
responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same.
10. Earnest Money Draft (EMD)
An Earnest Money Deposit (EMD) of Rs. 10,000/- (Rupees Ten Thousands Only), in the form
of Demand Draft in favour of Director General Tourism, Government of U.P. payable at Lucknow,
must be submitted along with the Proposal. The EMD of the unsuccessful proposals will be returned
to the submitters within one month of signing of the Contract.
11. Eligibility Crieria
Only those firms fulfilling criteria mentioned below are eligible to participate in the third party
quality assurance competition:
a) Relevant experience of consultancy services to Govt./Semi.Govt./other institutes of repute
having annual turnover of Minimum Rs 1.00 Crore per annum during the last three financial
years.
b) Should have minimum 5 years experience in provided comprehensive consultancy services
for quality assurance of civil works.
c) Should submit at least two-experience certificates in relevant field. (Certificates must be
issued by competent authority)
12. Evaluation Criteria and Selection Process
a) The Authority has adopted a two-stage selection process (collectively the “Selection Process”) in
evaluating the Proposals comprising Technical and Financial proposals to be submitted in two
separate sealed envelopes. In the first stage, a technical evaluation will be carried out as specified
below.
b) The Authority shall open the Proposals at 4.00 pm on the Proposal Due Date, at the Office of
Director General Tourism, Government of Uttar Pradesh and in the presence of the Applicants who
choose to attend.
c) All the proposals will be scrutinized and candidates shortlisted. The Applicants will be evaluated
based on appropriate marking system. The categories for marking and their respective marks are as
under:
Criteria Maximum Marks
1. Firm’s Background (Profile, presence, core competencies etc. Of the firm)
10
2. Financial Capacity of the Firm (1 crore or above for last three FY)
10
3. Proven track record of relevant projects. (Max. 5 marks for 1 completed projects)
50
4. Staff & Technical Facilities Available (10 Marks for Staffs and 10 marks for technical capacities available)
20
5. Details of any awards & recognition achieved (2 marks for 1 project/awards)
10
Total Marks 100
6
d) Quality and competence of the consulting service shall be considered as the paramount
requirement.
e) In the first stage, the Technical Proposal will be evaluated on the basis of Applicant’s
expertise and work experience. Only those Applicants who’s Technical Proposals get a score
of 70 marks or more out of 100 (St) will only be considered for financial evaluation. The
financial proposal of others will not be considered and returned unopened after completing
the technical selection process. The client shall notify the consultants results of the technical
evaluation and invite those who have secured the minimum qualifying mark for opening of
the financial proposals indicating the date and time.
f) In the second stage, the financial evaluation will be carried out. Applicant shall submit the
Financial Proposal in the specified format clearly indicating the total cost of the Consultancy.
g) The Authority will determine whether the Financial Proposals are incomplete, unqualified
and unconditional.
h) The lowest financial proposal (Fm) will be given a financial score (St) of 100 points. The
financials scores of all the proposals will be computed as follows:
Sf=100xFm/F(F-amount of financial proposal.
i) Proposals will finally be ranked according to their combined technical (St) and financial (Sf)
scores using a weight of 70% for technical proposal and 30% for financial proposal.
S=St x 0.70 + Sf x 0.30
j) The Proposal securing the Highest Combined Score and ranked H-1 shall be recommended
for award of contract.
7
Form-I: Covering letter
Dated:
To,
Director General Tourism,
Government of Uttar Pradesh
4th Floor, Paryatan Bhavan,
C-13 Vipin Khand, Gomti Nagar
Lucknow-226010(Uttar Pradesh)
Sub: For Selection of Agency for Third Party Inspection and Monitoring (TPIMA) of Mughal
Museum project for DoT, GoUP.
Sir,
1. With reference to your advertisement, and having examined the RFP Document and
understand their contents. I hereby submit this proposal for the said post. My proposal
is unconditional and unqualified.
2. I acknowledge that the Authority will be relying on the information provided in the RFP
document for selection and I certify that all information provided therein is true and
correct: nothing has been omitted which renders such information misleading: and all
documents accompanying this proposal are true copies of their respective originals.
3. I shall make available to the Authority any additional information it may find necessary
or require to supplement or authenticate the proposal.
4. I acknowledge the right of the Authority to reject the proposal without assigning any
reason or otherwise and hereby waive, to the fullest extent permitted by applicable
law, our right to challenge the same on any account whatsoever.
5. I certify that I fulfil the qualification and experience as sough by the Authority.
6. I also certify that the proposal is valid for a period of 90 days from the date of opening of
the Financial Proposal.
7. I further certify that no investigation by a regulatory authority is pending aginst me.
Yours faithfully,
Date: (Signature and name of the Applicant)
Address
Mobile No:
E-mail ID:
8
Form-II: Consultant’s Background and Experience
A- Consultant’s Background
[Provide here a brief (not more than two pages) description of the background and
organization of the Consultant and, if applicable, each joint venture partner for this
assignment.]
B- Consultant’s Experience
[Using the format below, provide information on each assignment engaged in the past five
years or on-going for which your firm and each joint venture partner for this assignment, was
legally contracted either individually as a corporate entity or as a lead firm or one of partners
within a joint venture, for carrying out consulting services on Quality Assurances of Civil
Works under Mughal Museum project Agra.
SI No Components Description
1 Assignment name:
2 Approx. Value of the contract (in current Indian Rupee):
3 Narrative description of Project
4 Country: Location within country
5 Name and Address of Client:
6 Start Date [month/year]: Completion date [month/year]:
7 Name of joint venture partner or sub- Consultants, if any:
8 No of professional provided by the joint venture partners or Sub-Consultants or team members:
9 Name of senior regular full-time employees1 of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):
9
Form – III List of relevant Completed Projects executed by the Consultant
S.No Name Project Dept/Agency the Project
Project Cost
Cost of Q.A. provided by
Remarks of Agency completion
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
10
Form – IV: Staff and Facilities available with the Consultant
A- List of Staff other than experts with consultant
No Name of Staff Professional Expert input(in form of a bar chart)
Address Qualification Experience in relevant field
1
2
3
B- List the Facility available for testing of materials/works
1
2
3
4
11
Form V – Financial Proposal
Dated:
To
Director General Tourism
Government of Uttar Pradesh
4th Floor, Parytan Bhavan,
C-13 Vipin Khand, Gomti nagar
Lucknow-226010(Uttar Pradesh)
Sub: For Selection of Agency for Third Party Inspection and Monitoring (TPIMA) of
Mughal Museum project for DoT, GoUP.
Sir,
1. I the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and my Proposal (Financial
Proposal).
2. My Financial Proposal is given below:
SI No Component Particulars Cost(In Rs)
1 Price (LS) for conducting third party inspection and monitoring of Mughal Museum project at Agra for the whole project period.
Total
*The Fees payable are exclusive of Service Tax and other taxes as applicable from
time to time. The Fee quoted above shall be taken into account for financial
evaluation
3. My financial Proposal shall be binding upon me subject to the modifications
resulting from contract negotiations, if any.
4. No fees, gratuities, rebates, gifts, commissions or other payments have been given
or received in connection with this Proposal.
5. I undertake that, in competing for (and, if the award is made to me, in executing) the
above contract, I will strictly observe the laws against fraud and corruption in force
in India namely “Prevention of Corruption Act 1988”.
6. I understand you are not bound to accept any Proposal you receive.
Your faithfully,
Date: (Signature and name of the Applicant)
Address
Mobile No:
E-mail ID:
12
Annexure- 1
BRIEF SUMMARY OF MAIN PROPOSED WORKS UNDER MUGHAL MUSEUM PROJECT:
A. Civil Work
1. Mughal Museum building .
2. Internal and external P.H.E. work.
3. Tube well and Pump.
4. Sewerage Treatment Plant.
5. Strum water drainage system.
6. Horticulture.
7. Experience design (Flooring, wall cladding and fall sealing)
8. Signage.
B. Electricity Work
1. Wiring, system, light, Fans
2. H.T. System, L.T. Panel, M.D.B.S., L.T. Cable System
3. Earthing and Lighting Protection System
4. External illumination System
5. Fire Fighting
6. H.B.A.C.
7. Safety Equipment Item
8. Computer Networking, Telephone Networking
9. Electric Conjunction
10. 1500 K.V.A. Transformer
11. 500 K.V.A. Voltage Stabilizer
12. 640 K.V.A. D.G. Set
13. 10 K.V.A. Inverter
14. 26 passenger capacity lift- 01 No.
15. 15 passenger capacity lift- 01 No.
16. Service lift
17. Accelerator
---
13
Annexure-2
INDICATIVE TEST REQUIREMENTS
An indicative list of tests on material and workmanship is listed her, which is
to provide guidance to the Consultant. This list is not exhaustive all the necessary
and required tests on materials in accordance with contract documents, relevant
specifications and good engineering practices will need to be carried out to ensure
the objective of quality inspection which is to ensure that the works are carried out
in conformity with required standards and specifications.
1. Civil Works
The main materials to be inspected are as follows:
Reinforced concrete
Building works & service appurtenances and associated works
2. Mechanical and electrical works:
List of mechanical and electrical items required to be inspected by third parties
Mechanical
Electrical
Miscellaneous
Inspections
Pumps
Quality Checks On Materials, Equipment and Appurtenances
3. Quality monitoring of building works:
The total quality monitoring of various works will be included but not be limited to
the following:
Quality of materials.
Quality of construction of various during different stages of construction.
Performance of mechanical and electrical equipment and system.