FORM OF ENQUIRIES FOR CONSULTANCY
Tele : 26152758 No. CCE(R&D)C/CFEES/NAAG/MAJ/ENQ-I/CCE(C)-01/SEP/2019-20
26152759
Government of India, Ministry of Defence
Fax : 26152757
Defence Research & Development Orgn.
Chief Construction Engineer (R&D) Central
Rao Tula Ram Marg, Behind Army HQ Camp
Post Bag No. 8, Delhi Cantt – 110 010
Dated: 23 Sep 2019
Subject:- “CONSULTANCY SERVICES FOR PROVISION OF VERTICAL SHAFT BASED
UNDERGROUND STORAGE STRUCTURE AT SITE NAAG”
Dear Sir (s),
Sealed Quotations are invited for “Consultancy Services for Provision of Vertical Shaft
Based Underground Storage Structure at Site NAAG”.
2. The brief scope of work and other terms shall be as given in BOQ and Annexure I & II
attached.
3. The above services are required to be rendered within a period of 18 (Eighteen) months
from the date of issuing order.
4. SUBMISSION OF QUOTATION:-
(a) Complete bid consisting of BOQ and other required documents should be
submitted online at CPP Portal (www.eprocure.gov.in) in Cover -1 (Cost of tender, EMD)
and Cover -2 (Financial — Bid). The Critical dates are given in NIT
(b) The original copy of EMD and tender cost should be submitted to this office before
the date of opening. Tender without EMD & tender cost is liable for rejection.
(c) The estimated cost of consultancy services is Rs. 20.00 Lakhs (approx).
(d) The quoted rates shall deem to include all profits, overheads, taxes, fees, levies,
service tax/GST etc. Nothing extra shall be payable on any account. Full and final
payment shall be released after satisfactory completion of all the required services. The
quotation submitted by the consultant shall be valid for a period of 90 (Ninety days) from
the date of opening of the enquiry.
5. PERFORMANCE GUARANTEE
The consultant shall submit an Initial Security deposit of 2.5 % (Two and Half percent) of total
consultancy fee in the form of Bank Guarantee from a Scheduled Bank within 15(fifteen) days of
award of work. The Bank Guarantee should be valid for two months plus the consultancy period
including extensions if any. In the event of failure to submit the Bank Guarantee no payment shall
be made to the consultant. The Bank Guarantee shall be released after satisfactory completion
the consultancy services.
…2/-
-2-
6. RETENTION MONEY
Retention Money @ 5 % (Five Percent) of Consultancy fee will be deducted from each running
bill. This Retention Money deducted from each running bill amount will be released after
consultancy work is over and completion certificate is issued by the OWNER.
7. LIQUIDATED DAMAGES FOR DELAY
(a) In case of delay in completion of services, liquidated damage at the rate of 1 %
(one percent) subject to a maximum of 10 % (Ten percent) of the total contract price for
delay of every week or part thereof will be deducted from the running bill of the Consultant.
(b) However, liquidated damages will not be recovered in the event of delay not
attributable to the consultant and consultant is entitled for extension of completion
time.
8. PROFESSIONAL LIABILITY INSURANCE
(a) Consultant will maintain Professional Liability Insurance including coverage for
errors and omissions caused by Consultant’s negligence, breach in the performance of
its duties under this contract from an Insurance Company permitted to offer such policies
in India. Consultant will bear all expenses to maintain this insurance cover. The Insurance
coverage will be for 5 years effective from completion of consultancy services and will be
for minimum of the following amount :-
(i) Total Professional Fees including reimbursable expenditures made or expected
to be made or expected to be made to the consultants.
(ii) Proceeds, the Consultants may be entitled to receive from any insurance
maintained by the Consultants to cover such a liability.
(b) The indemnity limit in terms of “Any One Accident” (AOA) and “Aggregate limit
on the policy period “ (AOP) should not be less than the amount stated in the contract. In
case of joint venture or ‘in association’, the policy should be in the name of joint venture /
in association entity and not by the individual partners of the joint venture / association.
(c) In the event of failure to comply the above clause by the consultant no further
tender enquiry will be issued to the consultant in future.
9. RETURN OF TENDERS
a) A Bank Draft / Bankers cheque (CTS) for ` 500/- (Five Hundred only) towards the cost of
tender (Non Refundable) shall invariably be attached payable to CCE(R&D) central, New Delhi
along with the quoted tender within the stipulated date. If the cost of tender is not submitted, the
tender will not be entertained / considered by CCE(R&D) Central, New Delhi
b) Whether or not a tender has been quoted, it shall be returned to the accepting officer on
the due date of receipt. The tenderer not willing to quote shall return his tender documents duly
marked ‘BLANK’.
…3/-
-3-
10. EARNEST MONEY
Tender shall be accompanied by Earnest money as stated below:-
Amount of Earnest Money : Rs. 40,000/- (Rupees Forty Thousand
Only)
Mode of the Earnest Money Deposit : Banker’s Cheque/Bank Draft/Duly Pledged Fixed
(EMD) Deposit Receipt (FDR) / Bank Gurantee issued by a
National/ Scheduled Bank in favour of:
The Chief Construction Engineer (R&D) Central,
DRDO.
Tenderer submitted without earnest money, shall be liable for rejection. The Earnest Money shall
not earn any interest.
The Bank Guarantee submitted as a part of Earnest Money shall be valid for a period of six
months or more from the date of submission of the tender
11. Monitoring of Work by IEMs:-
The work will be monitored by Independent External Monitors (IEMs)
(i) Shri Hem Kumar Pande, IAS(Retd)
e-mail –
[email protected] (ii) Dr. Anjan Kumar Banerjee, IA & AS (Retd.)
e-mail –
[email protected]12. CCE (R&D) CENTRAL RESERVES THE RIGHT TO ACCEPT OR REJECT THE LOWEST
OFFER OR ALL OFFERS WITHOUT ASSIGNING ANY REASONS THERE TO.
Encl: Appendix ‘A’ & Annexure I & II
ACCEPTED
(A K Singh)
________________________ TO ‘B’
(Signature of the Consultant) For CCE (R&D) Central
Annexure - I
SCOPE OF CONSULTANCY
FOR
CONSULTANCY SERVICES FOR PROVISION OF VERTICAL SHAFT BASED
UNDERGROUND STORAGE STRUCTURE AT SITE NAAG
UNDERGROUND STORAGE STRUCTURE:-
The scope of the work is “Consultancy Services for Provision of Vertical Shaft
Based Underground Storage Structure at Site NAAG” and includes the followings:-
2. Vertical Shaft Based Underground Storage Structure shall consists of the following
as per the users requirement.
2.1 Reproduction of Architectural and Structural drawing of:-
(a) 3.3m width & 2.7m height D shape Tunnel - Length 246.7 RM
(b) Storage Chamber 9m x 16.8m x 4.2m height - 02 Nos
(c) Debris Trap 5.0m x 3.8m x 2.1m height - 02 Nos
(d) Vertical Shaft 11.8 m x 3.8m - 02 Nos
2.2 Planning and design of the following:-
(a) Internal electrification.
(b) External Electric Supply.
(c) Water Supply.
(d) Ventilation System.
(e) Road/Pavements.
2.3 Preparation of detailed BOQ including rate analysis with supporting quotations for
all works in the scope as per direction of Engineer-in-charge/Deptt, BOQ including tender
documents, tender drawing etc.
3. The consultant will be responsible for Submission of the following:-
(a) Submission of detailed working drawing as submitted by users, such as
Architectural, Structural etc and utility services.
(b) Bill of quantities (BOQ) of UG Storage and utility services as required. The
consultant shall ensure that quantities as indicated in BOQ shall not vary more than
+ 10% of the actual quantities.
(c) Estimates against all BOQ will be based on DSR 2018 and prevalent market rates.
The consultant shall submit draft tender documents alongwith detailed rate analysis
with supporting documents (in duplicate) including take off sheet of all items as per
direction of Engineer-In-Charge.
(d) Requirement of Power and water, etc. to be given as per standard practice.
(e) Submission of all drawings and BOQ as approved alongwith CDs for tender action.
In case, extra drawing prints are required, the same shall be submitted by the
consultant at no extra cost.
(f) Submission of 5 sets of detailed working drawings, schematic layout of each
services, distribution network etc all as per direction of EIC.
(g) Preparation & submission of 4 sets of as built drawings of the facility after
completion alongwith soft copy on CDs.
4. Mode of Payment: The payment shall be made to the consultant on prorata basis based on the
amount quoted. The stage wise breakup shall be as under:-
(a) On submission of working drawings as given by user’s - 25%
(b) On submission of bill of quantities (BOQ) and tender - 30%
documents alongwith detailed estimates for building
structure
(c) On submission of drawing of internal electrification - 10%
and other utility Services.
(d) On submission four sets of as built drawings including - 15%
services and structure with one set of reproducible drawings
& a soft copy (C.D) in AutoCAD format
5. Site visit: The consultant shall visit the site of the proposed work as and when required at
all critical stages as directed by Engineer-in-charge. No extra TA/DA, any perks etc will be paid
by the Department. Failure to do so will result in appropriate penalty as decided by Engineer-in-
charge.
Annexure - II
No. CCE(R&D)C/CFEES/NAAG/MAJ/ENQ-I/CCE(C)-01/SEP/2019-20
INTEGRITY PACT
To,
The Chief Construction Engineer (R&D)Central
Rao Tula Ram Marg
Behind AHQ Camp
Delhi Cantt – 110010
Subject :- CONSULTANCY SERVICES FOR PROVISION OF VERTICAL SHAFT BASED
UNDERGROUND STORAGE STRUCTURE AT SITE NAAG
Dear Sir,
I/We acknowledge that DRDO is committed to follow the principles thereof as enumerated
in the Integrity Agreement enclosed with the Tender Document.
I/We agree that the Tender Document is an invitation to offer made on the condition that I/We will
sign the enclosed Integrity Agreement, which is an integral part of the 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 Tender Document.
I/We confirm acceptance and compliance with the Integrity Agreement mentioned at Appendix –
A 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 offer/bid is
finally accepted by DRDO. 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, DRDO shall have unqualified, absolute and unfettered right to
disqualify the applicant/bidder and reject the offer/bid is accordance with terms and conditions of
the Tender Document/bid document
Yours faithfully,
(Duly authorized signatory of the Applicant)
For M/s
Appendix ‘A’
PROFORMA FOR INTEGRITY PACT
This Integrity Agreement is made at Delhi on this …. day of ……………2019.
BETWEEN
President of India represented through Chief Construction Engineer(R&D) Central,
Development Enclave, Delhi Cantt-10, (Hereinafter referred as the (CCE(R&D)Central)
‘OWNER’, which expression shall unless repugnant to the meaning or context hereof include
its Successors and permitted assigns)
AND
M/s……………………………………………………………………………..........................
“Bidder/Consultant” and which expression shall unless repugnant to the meaning or context
hereof include its successors and permitted assigns)
PREAMBLE
WHEREAS the OWNER has floated the Tender …… (hereinafter referred to as “Tender/Bid”)
and intends to award, under laid down organizational procedure, contract for
“CONSULTANCY SERVICES FOR PROVISION OF VERTICAL SHAFT BASED
UNDERGROUND STORAGE STRUCTURE AT SITE NAAG” hereinafter referred to as the
“Contract”.
AND
WHEREAS the 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 Consultant(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:
CLAUSE 1: COMMITMENT OF THE OWNER
1) The OWNER commits itself to take all measures necessary to prevent corruption and to
observe the following principles:
(a) No employee of the 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 OWNER will, during the Tender process, treat all Bidder(s) with equity and reason.
The 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 OWNER shall endeavour to exclude from the Tender process any person, whose
conduct in the past has been of biased nature.
2) If the 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 OWNER will inform the Chief Vigilance Officer and in addition can also
initiate disciplinary actions as per its internal laid down policies and procedures.
CLAUSE 2: COMMITMENT OF THE BIDDER(S)/Consultant(S)
1) It is required that each Bidder/ Consultant (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)/ Consultant(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)/ Consultant(s) will not, directly or through any other person or firm, offer,
promise or give to any of the 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)/ Consultant(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)/Consultant(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/CONSULTANT(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 OWNER as part of the business relationship, regarding plans, technical proposals and
business details, including information contained or transmitted electronically.d) The
Bidder(s)/Consultant(s) will, when presenting his bid, disclose (with each tender as per
proforma enclosed) 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)/Consultant(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4) The Bidder(s)/Consultant(s) will not, directly or through any other person or firm indulge in
fraudulent practice means a wilful 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)/Consultant(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).
CLAUSE 3: CONSEQUENCES OF BREACH
Without prejudice to any rights that may be available to the OWNER under law or the
Contract or its established policies and laid down procedures, the OWNER shall have the
following rights in case of breach of this Integrity Pact by the Bidder(s)/Consultant(s) and the
Bidder/ Consultant accepts and undertakes to respect and uphold the Principal/OWNER’s
absolute right:
1) If the Bidder(s)/Consultant(s), either before award or during execution of Contract has
committed a transgression through a violation of Clause 2 above or in any other form, such as
to put his reliability or credibility in question, the OWNER after giving 14 days notice to the
Consultant shall have powers to disqualify the Bidder(s)/Consultant(s) from the Tender
process or terminate/determine the Contract, if already executed or exclude the
Bidder/Consultant 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 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 Clause 3(1), the 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/Consultant.
3) Criminal Liability: If the OWNER obtains knowledge of conduct of a Bidder or Consultant,
or of an employee or a representative or an associate of a Bidder or Consultant which
constitutes corruption within the meaning of Indian Penal code (IPC)/Prevention of Corruption
Act, or if the OWNER has substantive suspicion in this regard, the OWNER will inform the
same to law enforcing agencies for further investigation.
CLAUSE 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/Consultant as deemed fit by the OWNER.
3) If the Bidder/Consultant can prove that he has resorted / recouped the damage caused by
him and has installed a suitable corruption prevention system, the OWNER may, at its own
discretion, revoke the exclusion prematurely.
CLAUSE 5: EQUAL TREATMENT OF ALL BIDDERS/CONSULTANTS/SUB
CONSULTANTS
1) The Bidder(s)/Consultant(s) undertake(s) to demand from all sub Consultants a
commitment in conformity with this Integrity Pact. The Bidder/ Consultant shall be responsible
for any violation(s) of the principles laid down in this agreement/Pact by any of its Sub
Consultants/ sub vendors.
2) The OWNER will enter into Pacts on identical terms as this one with all Bidders and
Consultants.
3) The OWNER will disqualify Bidders, who do not submit, the duly signed Pact between the
OWNER and the bidder, along with the Tender or violate its provisions at any stage of the
Tender process, from the Tender process.
CLAUSE 6- DURATION OF THE PACT
This Pact begins when both the parties have legally signed it. It expires for the
Consultant/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, DRDO.
CLAUSE 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 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 Consultant 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 in
accordance with this Integrity Agreement/ Pact or interpretation thereof shall not be subject to
arbitration.
CLAUSE 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 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 OWNER)
.................................................................
(For and on behalf of Bidder/Consultant)
Signature Not Verified
Digitally signed by Arun Kumar Singh
Date: 2019.09.23 17:03:36 IST
Location: eProcure