India Tourism Development Corporation Limited (Engineering Division) Scope Complex, Lodhi Road, New Delhi – 110003

TENDER DOCUMENT

Name of work : Appointment of Architects /Consulting firms for the Development of Sree Spiritual Circuit at Aruvippuram &Kunnumpara, Temple & Mutt in , under Swadesh Darshan Scheme, Ministry of Tourism, Government of .

Tender Fee : NIL

Period of downloading of tender document from website : 07.02.2019 to 18.02.2019, 17.00 hrs

Last date of online submission of tender : Up to 19.02.2019 16.00 Hrs.

Date and time of opening of tender : on 20.02.2019 at 16:00 Hrs.

Client :

India Tourism Development Corporation Ltd 6th Floor, Scope Complex, Core-8 Lodhi Road, New Delhi – 110003 Tel. number 011-24307613

1

INDIA TOURISM DEVELOPMENT CORPORATION (Engineering Division) Scope Complex, Lodhi Road, New Delhi – 110003

INDEX

Sl. no Particulars Page No.

1 Technical Bid (T-1) 3-11

2 Instructions/Guidelines for NIC E-Tendering 12-15 Portal

3 Terms of Reference (TOR) 16-24

4 Integrity Pact 25-33

5 Evaluation Sheet 34

6 Financial Bid (F-1) (Not to be Quoted) 35

2

Technical Bid (T-1)

Subject :Appointment of Architects / Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala under Swadesh Darshan Scheme, Ministry of Tourism, Government of India.

E-Tenders are invited from Architects /Consulting firms in behalf ofIndia Tourism Development Corporation Ltd. New Delhi, for the Appointment of Architect s/ Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala under Swadesh Darshan Scheme Ministry of Tourism, Government of India.

1. Cost of Tender Document : NIL

2. Downloading from website of Tender Documents starts on : 07.02.2019

3. Last Date for downloading of Tender Documents : 18.02.2019, 17.00 hrs

4. Last Date & Time for online Submission of : 19.02.2019, 16.00 hrs Tender Documents

5. Date & Time for Opening of Tenders : 20.02.2019, 16.00 hrs (Technical Bid)

6. BiBidding would be done through the website https://etenders.gov.inandTender document can be downloaded through www.theashokgroup.com,https://etenders.gov.in, www.eprocure.gov.in

The applicant should submit the following documents for fulfilling the eligibility for Appointment as Architects/ Consulting firms for the above Project. 7. Proof of average annual financial turnover of firm during last 3 year ending 31st March of previous financial year (Min. Annual Average fee of Rs. 19.00 Lakhs )

8. Proof of having successfully executed similar works during last 7 years ending last day of the month previous to one in which applications are invited as per the following.

a. Three similar executed woks costing each not less than Rs. 6.20 Crores

3

OR b. Two similar executed works costing each not less than Rs. 7.80 Crores OR c. One similar executed works costing each not less than Rs. 12.50 Crores

9. Copy of valid PAN

10. Copy of GST Registration No.

11. Copy of registration No. with council of Architects.

12. Copy of performance certificates for the works completed during last 3 years issued by the clients.

13. History and structure of firm, names of Directors / Partners / Proprietor with technical staff

14. Audited Balance sheet for previous three financial years i.e. 2015-16, 2016-17, 2017-18

15. An affidavit on stamp paper of Rs. 100 (non-judicial) stating that “in case any ambiguity is noticed in the documents submitted in any stage, we shall be entirely responsible and liable for any action as deemed fit under the law”.

16. Original documents shall be provided if required for cross verification.

17. Definition of similar works means “Architectural services for Tourism related works/ Infrastructure works/ Public buildings/ Community centers/ Auditoriums/ Public conveniences/ Religious Buildings/ Shopping Complex/ Architectural Entrance Gates etc.

18. All the pages of this tender from P-3 to P-35Technical Bid & Financial Bid (not to be quoted) to be digitally signed and uploaded.

19. Conditional Bids shall be considered as non-responsive and shall be rejected.

20. The process as defined by the ASP for e-tendering is to be followed (details would be provided to the registered tenderer by ASP at the time of registration).

21. Bidders are required to have Class 3 Digital Certificate (if they do not have) from authorized digital certificate issuance authority.

22. Your Technical Bid (T-1) comprising of page from 3 to 35of this documents duly digitally signed on every page will be opened on

4

18.02.2019 at 16:00 Hrs. and on acceptance of same by ITDC, you will be required to make a presentation to ITDC Ltd., New Delhi within 7 days of notification issued to you. After the presentation, the Financial Bids (F-1) of the firms whose technical presentations have been accepted by ITDC shall be opened in the presence of firms who are available and will be evaluated as per the Criteria indicated in the tender.

23. The format of summary evaluation sheet indicating the selection criteria is enclosed herewith for your information.

24. Presentation: - The Development of Pilgrim Circuit as envisaged is targeted to provide new facilities. Therefore, the technical presentation shall primarily cover the following aspects:

a. The work experience of similar projects and the impact created thereof.

b. Potential and constraints perceived by the Architects / Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala under Swadesh Darshan Scheme.

c. General approach, concepts and elements to be adopted by the Architects / Consulting firms for the proposed design.

d. Man power deployment and time schedule.

25. The bids shall carry 70% weightage for Technical Presentation and 30% for Financial Bid under QCBS evaluation method. 26. You are advised to visit the site to apprise yourself about the actual conditions at site before submitting your offer. Kindly note that no excuse for not having seen the site shall be considered subsequently for Appointment of Architects/ Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala under Swadesh Darshan Scheme.

27. The Sanctioned Value of the above work is Rs. 1554.79Lacs (Approx). Details of proposed works are enclosed at Annexure A

28. Your quoted price in the financial bid shall be exclusive of GST which shall be reimbursed separately as applicable.

29. The payment of fees for the services rendered by you shall be made in Indian Currency.

5

Annexure –A

Details of Proposed works

AruvippuramTemple & Mutt Kunnumpara Temple & Mutt Site

Sl. Particulars Amount Sl. Particulars Amount no (Rs in no (Rs in lakhs) lakhs) 1 Tourist facilitation center, 546.86 1 Tourist facilitation center, 268.40 Enquiry room, waiting room, Enquiry room, waiting First aid, kiosks, Clock room. room, First aid, kiosks, Clock Cafateria, Community dining room, Cafeteria, Reading area with stilt parking (1630 room (800Sqm) Sqm) 2 Beautification of caves 2.34 2 Public convenience 2 nos 41.36 3 View points 7.49 3 Resting building in hill top 33.55 4 Rainwater conservation 18.48 (100Sqm) system 2nos 4 New pathway 29.69 5 Construction of entrance 11.91 gate 5 Railings 32.60 6 Craft bazar (500sqm) 157.66 6 Development of Pathway 11.59 7 OAT with green room 30.72 along river in laterite stone 7 Meditation/Yoga Centre (Oval 248.47 Shaped- Signature building) (407 Sqm) 8 Rainwater conservation 9.24 system 9 Public convenience – 2nos 41.36 10 Construction of community 42.94 kitchen (128 sqm) 11 Entrance gate- 2nos (at hill 11.91 top and for TFC building) View point decks (3nos) 8.22 Total 1018.77 Total 536.02 Grand Total 1554.79

The above list is indicative and ITDC is at liberty to add/ delete any of the items from the Scope of work as per the requirement.

6

APPLICATION FORM INDIA TOURISM DEVELOPMENT CORPORATION Ltd Engineering Division

For Appointment of Architects/ Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala under Swadesh Darshan Scheme, Ministry of Tourism, Government of India.

1. Full name of the Firm / Establishment :

______2. Whether proprietary/partnership/public limited company:

______3. Year of establishment: ______

4. Full registered office Address of the firm: ______

5. Telephone / Fax / Mobile No. / E-Mail of the firm: ______

6. Offices other than in Home Country (Give Full Details): ______

7. Full name and address of associate firm in India/Foreign Country ______

8. GST Registration No. of the firm :______

9. Permanent Account No. of the firm: (PAN)______

10. Registration No. with Council of Architects : ______

11. Total Number of full time employees (give brief detail for (i) and (ii) below as per format annexure – I)

(i) Architects/ Consultants: ______

7

(ii) Engineers: ______(iii) Non technical Staff: ______12. Work Experience: (i) Experience of the firm in similar works (details to be finished as per format at Annexure –II. Use separate sheets for detailing each project.

(ii) Projects in Hand (give brief details)

13. Attach audited balance sheet of the firm for last 3 years duly certified by Charted Accountant: with their Seal / Stamp.

14. Have you ever been debarred / black listed by any Government Deptt. / PSU / Any employer (If yes, please furnish details) : ______

15. Any other relevant information (Attach additional sheets if required) ______Certified that the above information is correct to the best of my/our knowledge and no relevant information is concealed. If at any time during or after the appointment , it is proved that the information furnished by me/us are wrong, ITDC shall have the liberty to take necessary action against me/our firm as per applicable law/ rules of land

Signature of Authorized Representative of the Firm

Date:

Place: Name: Designation:

Seal/ Stamp of the firm:

8

Annexure –I

Personal Data Sheet – Architects / Consultants / Engineers (S. No. 11 of the application form) S. Name of Architects Position / Professional Similar Overseas No. Consultants / Area Qualification project country Engineers / of related Experience expertise experience (Details (Detail and and Time time period) Period)

Signature of Authorized Representative of the Firm

Date: Name Place: Designation

Seal / Stamp of the Firm

9

Annexure-II

Detail of work experience of firm in similar works (S. No. 12 (i) of application form) separate sheet for each project

1. Project Description

Name of work: ______

Location and address): ______

2. Employers Details:

Name: ______

Address: ______

Telephone / mobile / fax No. / E- Mail: ______

3. Contact person:______

4. Role in contract : Main / lead consultant

5. Scope of contract of the firm ______

6. (i) Project cost: ______(ii) Architect Fee as per Work Order ______

7. Awarddate: ______Completion Date:______

10

8. Whether time over run or cost over run in the project: ______

Signature of Authorized Representative of the Firm

Date: Name:

Designation:

Place:

Seal/stamp of the firm

11

ANNEXTURE-B

INSTRUCTIONS FOR SUBMITING E-TENDERS The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering on the CPP Portal, prepare their bids in accordance with the requirement and submitting their bids online on the CPP Portals. More information useful for submitting online bids on the CPP portal may be obtained at: https://etenders.gov.in/eprocure/app.

Registration 1) Bidders are required to enroll on the e-Procurement module of the central Public Procurement Portal (URL: https: //etenders.gov.in/eprocure/app.) by clicking on the link “Online bidder Enrollment” on the CPP Portal which is free of charge. 2) As part of the enrolment process, the bidders will be required to choose a unique username and assign a password for their accounts. 3) Bidders are advised to register their valid email address and mobile numbers as part of the registration process. These would be used for any communication from the CPP Portal. 4) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class III Certificate with signing key usage) issued by any Certificate Authority recognize by CCA India (e.g. Sify/ n-Code / e-Mudhra etc.), with their profile. 5) Only one valid DSC should be registered by a bidders are responsible to ensure that they do not lend their DSC’s to other which may lead to misuse. 6) Bidder then logs in to the site through the secured log-in by entering their user ID/ password of the DSC/e-Token.

SEARCHING FOR TENDER DOCUMENTS 1) There are various search options built in the CPP Portal, to facilitate bidders to search active tenders by several parameters. These parameters could include Tender ID, Organization Name, Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the bidders may combine a number of search parameters such as Organization Name, Form of Contract, Location, Date, Other Keywords etc. to search for a tender published on CPP Portal. 2) Once the bidders have selected the tenders they are interested in, they may download the required documents/ tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS / e- mail in case there is any corrigendum issued to the tender document. 3) The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to obtain any clarification / help from the Helpdesk. 4) The bidder requires minimum system requirement for e-tendering as given below-

COMPUTER/LAPTOP SYSTEM REQUIREMENT  A computer system with at least 1GB RAM and internet connectivity.  Internet Explorer 7.0 or Mozilla Firefox 3.0 or above. Internet connectivity with at least 2 MBPS Speed.  Java Run Time Engine (JRE-1.7.0) or higher.  Valid Class III digital signature certificate with encryption.

PREPRATION OF BIDS 1) Bidder should take into account any corrigendum published on the tender document before submitting their bids. 2) Please go through the tender advertisement and the tender document carefully to understand the document required to be submitted as part of the bid. Please note the number of covers in which the bid documents have to be submitted, the number of document - including the names of content of each of the document that need to be submitted. Any deviations from these may lead to rejection of the bid. 12

3) Bidders, in advance, should get ready the bid document to be submitted as indicated in the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF / JPG formats. Bid documents may be scanned with 100 dpi with black and white option which helps in reducing size of the scanned document. 4) To avoid the time and effort required in uploading the same set of standard documents which required to be submitted as a part of every bid, a provision of uploading such standard documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders. Bidders can use “MY Space” or “Other Important Documents” area available to them to upload such documents. These documents may be directly submitted from the “My Space” area while submitting a bid, and not be uploaded again and again. This will lead to a reduction in the time requires for bid submission process.

SUBMISSION OF BIDS 1) Bidders should log into the site well in advance for bid submission so that they can upload the bid in time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other issues. 2) The bidders has to digitally sign and upload the required bid documents one by one as indicated in the tender document. 3) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable and enter details of the instrument. 4) Bidders should prepare the EMD as per the instructions specified in the tender document. The original should be posted/couriered/given in person to the concerned official, latest by the last date of bid submission or as specified in the tender document. The details of the DD/any-Other accepted instrument, physically sent, should tally with the details available in the scanned copy and the data entered during bid submission time. Otherwise the uploaded bid will be rejected. 5) Bidders are requested to note that they should necessarily their financial bids in the format provided and no other format is acceptable. If the price bid has been given as a standard BOQ format with the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders are required to download the BOQ file, open it and complete the white colored (unprotected) cells with their respective financial quotes and other details (such as name of the bidder). No other cells should be changed. Once the details have been completed, the bidders should save it and submitted it online, without changing the filename. If the BOQ file is found to be modified by the bidder, the bid will be rejected. 6) The server time (which is displayed on the bidders’ dashboard) will be considers as the standers time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The bidders should follow this time during bid submission.

7) All the documents being submitted by the bidders would be encrypted suing PKI encryption techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized persons until the time of bid opening. The confidentially of the bids is maintained using the secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive files is done. Any bid document that is uploaded to the server is subjected to symmetric encryption using a system generated symmetric key. Further this key is subjected to asymmetric encryption using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable only after the tender opening by the authorized bid openers. The uploaded tender documents become readable only after the tender opening by the authorized bid openers. 8) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission” in the Portal), the portal will give a successful bid submission message & a bid summary will be displayed with the bid no. and the date & time of submission of the bid with all other relevant details. 9) The bid summary has to be printed and kept as an acknowledgement of the submission of the bid. This acknowledgement may be used as an entry pass for any bid opening meetings.

13

ASSISTANCE TO BIDDERS 1) Any queries relating to the tender document and the terms and conditions contained therein should be addresses to the Tender Inviting Authority for a tender or the relevant contact person indicated in the tender. 2) Any queries relating to the process of online bid submission or queries relating to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.

24 Hours support details

For any technical related queries please call at 24x7 help Desk Number 0120-4200462, 0120- 4001002, 0120-4001005, 0120-6277787.

International Bidders are requested to prefix 91 as country code.

Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in the subject while emailing any issue along with the contract details. For any issues/ clarifications relating to the tender(s) published kindly contract the respective Tender inviting Authority.

Tel: 0120-4200462, 0120-4001002, 0120-4001005, 0120-6277787

E-Mail: support-eproc[at]nic[dot] in

For any Policy related matter / Clarifications

Please contract Dept of Expenditure, Ministry of Finance.

E-mail: cppp-doe[at]nic[dot]in

Frequently Asked Questions on Digital Signature Certificate

1. What is a Digital Signature Certificate?

Digital Signature Certificates (DSC) are the digital equivalent (that is electronic format) of physical or paper certificates. Examples of physical certificates are drivers' licenses, passports or membership cards. Certificates serve as a proof of identity of an individual for a certain purpose; for example, a driver's license identifies someone who can legally drive in a particular country. Likewise, a digital certificate can be presented electronically to prove your identity, to access information or services on the Internet or to sign certain documents digitally.

2.Why is Digital Signature Certificate (DSC) required? Like physical documents are signed manually, electronic documents, for example e-forms are required to be signed digitally using a Digital Signature Certificate. Transactions that are done using Internet if signed using a Digital Signature certificate becomes legally valid.

3.Who issues the Digital Signature Certificate? A licensed Certifying Authority (CA) issues the digital signature. Certifying Authority (CA) means a person who has been granted a license to issue a digital signature certificate under Section 24 of the Indian IT-Act 2000.

14

4.What are the different types of Digital Signature Certificates valid for eTenderingprogrammme ? The different types of Digital Signature Certificates are: Class 2: Here, the identity of a person is verified against a trusted, pre-verified database. Class 3: This is the highest level where the person needs to present himself or herself in front of a Registration Authority (RA) and prove his/ her identity.

5.What type of Digital Signature Certificate (DSC) is to be obtained for e Filing on the e Tendering Portal? DSC of Class 2 and Class 3 category issued by a licensed Certifying Authority (CA) needs to be obtained for e filing on the e Tendering Portal.

6. What is the cost of obtaining a Digital Signature Certificate?

The cost of obtaining a digital signature certificate may vary as there are many entities issuing DSCs and their charges may differ. The approximate cost could vary between ~ 2000 to ~ 3000 depending on the number of years for which it is issued.

7. How to obtain DSC for dept users

The Department Officers shall get the DSCs or e-Tokens from any of the authorized vendors of CA, India. For convenience, the vendor addresses are given here: To View click here

The Vendor list is not exhaustive. The Department users may ensure that they get two pairs of Keys (One for Signing and One for Encryption).

8. How to obtain DSC for contractors/bidders

Bidders can obtain the e Tokens from the following address To View click here

9. How much time do CAs take to issue a DSC?

The time taken by Certifying Authorities to issue a DSC may vary from three to seven days.

10. What is the validity period of a Digital Signature Certificate?

The Certifying Authorities are authorized to issue a Digital Signature Certificate with a validity of one or two years. The maximum period for which the DSC is issued is only two years. On the expiry of the term, the Digital Signature Certificate can be revalidated by paying the fees again.

11.What is the legal status of a Digital Signature? Digital Signatures are legally admissible in a Court of Law, as provided under the provisions of IT.

12.Is a company required to obtain a Digital Signature Certificate in its own name for eTendering Digital Signature Certificate (DSC) is not required by Companies but by individuals. For example the Director or the Authorized signatory signing on behalf of the Company requires a DSC.

13.Can I do e-filing of documents if I do not possess a DSC? No. It is mandatory to have a valid digital signature certificate for e-filing the forms on eTendering portal.

For further guidance please refer "Bidders Manual Kit" on the NIC E-Tendering Website https://etenders.gov.in/eprocure/app

15

TERMS OF REFERENCE (TOR)

INDIA TOURISM DEVELOPMENT CORPORATION LIMITED, A Government of India Undertaking having its registered office at Scope Complex, 6th Floor, Core -8, 7- Lodi Road, New Delhi -110003 hereinafter called the Employer intends to Appointment of Architects / Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala, under Swadesh Darshan Scheme of Ministry of Tourism, Government of India are under,

Name of work: - Appointment of Architects/ Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Mutt in Thiruvananthapuram, Kerala, under Swadesh Darshan Scheme

1. FEES AND REIMBURSEMENT : The Employer agree to pay the Architect as remuneration for the professional services to be rendered by the Architects / Consulting firms for the said work as stipulated in clause 3 and 4 here of , the said fees being hereinafter called the “FEES”.

2. SCOPE OF WORK The works to be handled by the Architects/ Consulting firms includes:

i. All Architectural works required for Civil, Structural, Interior, Electrical and mechanical works for the scheme. ii. Soil testing as required through a reputed agency and submission of soil test report to ITDC. iii. Sanitary installations and plumbing. iv. Firefighting and fire detection etc. as per requirement. v. Electrical installations including external Electrification. vi. Heating, ventilation and Air conditioning wherever required. vii. Telephone conduits and wiring communication system, IT System, Audio and video system and design. viii. Drainage, sewerage and water supply system and design & drawing. ix. Additions / alternations and renovation of existing buildings, if any. x. Periodical inspection and evaluation of works to be executed. xi. Any other related work(s) specifically entrusted to the Architects/ Consulting firms by the employer for satisfactory commissioning of the project. xii. Sanction of plan from Local Authorities if required any.

A) PLANNING AND CONCEPT STAGE I) Visiting the site, discussing details with the Employer and conducting meetings as & when required. II) Advising the Employer regarding the suitability of the site and /or works. III) Conducting Soil testing where ever required.

16

IV) Preparation of preliminary drawings and designs, i.e. preliminary sketches, plans, Elevations, sections, perspectives, adequate to explain the general planning and nature of the work with basic dimensions and inclusive of ducts, shafts and such other features required for services. V) Outline specifications and program of execution. VI) Preparation of preliminary estimate of cost on cubic content or area basis supported with details of rates adopted. VII) Modifying (Iv), (V) and (VI) above, if necessary and obtaining Employer Final Approval VIII) Preparing list of basic materials proposed.

B) EXECUTION OF THE PROJECT STAGE i) Preparation and submission of program chart (PERT & BAR) for the approval of Engineer-In Charge. ii) Preparation of working drawings and details of all aspects of the work referred under Clause-2 and obtaining approval of the Employer for the same. iii) Coordinating overall designing, drawings and detailing work pertaining to Civil, Interior, structural, electrical, water supply including hot and cold water system, plumbing and sanitary installations, firefighting, HVAC, telephone system, drainage and other engineering works mentioned in Clause 2 (Scope of work). iv) Formulation of detailed specifications. v) Preparation of detailed estimates supported by detailed measurement sheet calculation and abstracts of quantities and cost based on current CPWD/ State Govt. schedule of rates and other approved schedule or rates as applicable to the locality and obtaining the approval of the employer for the same. vi) Advising and assisting on the Form of Contract and method of placing the contracts. vii) Preparation of tender documents, assisting ITDC for invitation of tenders through publicity, making adequate number of tender documents and drawings for issue of tenders, detailed scrutiny and checking of tenders received and commenting on them including preparation of analysis based on prevailing market rates for working out the realistic cost so as to ascertain whether the rates received are reasonable with references to prevailing market rates for the Employers decision. viii) Providing assistance, if required, in negotiating with contractors, suppliers or manufacturers. ix) Assistance in execution of contracts with the contractors copies of the working drawing, schedules, specifications, BOQ and other contract documents. x) Visit the site of work as per requirement at intervals mutually agreed upon to evaluate the construction work and where necessary to clarify any doubts or interpretation of drawings / specification, attend conferences and meeting to ensure that the project proceeds generally in accordance with the conditions of contract. The Architect / Consulting 17

firms will record his observation about the work in a register maintained at the site and render advise on action, if required. They will ensure adherence on the part of contract (S) to detailed drawings and specification and inform the client about deviation, if any. xi) All measurements for the work executed shall be recorded by the employer Engineer. The running/final bill shall thereafter be forwarded to the Architect for his checking/rectification if any as per contract provisions within three days. The Architects/ Consulting firms shall dispose off the bill within three days failing which it shall be assumed that the Architects/ Consulting firm have no comments to offer and it shall be assumed that bill is order for payment. The delay beyond three days shall be considered on the part of the Architects / Consulting firm as per Clause no 17 xii) Preparation of details including rate analysis in accordance with the provision contained in the contract of extra item, substituted item and quantity deviation of BOQ etc. prior to placement of order to contractor. xiii) Preparation and submission of completion reports and completion drawings for the project as required by the Employer to obtain completion/handing over certificate from statutory authorities wherever required. xiv) Assist in defending arbitration and litigation cases that may arise out of the contracts entered into in respect of any of the work including dealing with AUDIT and CTE observations. xv) Advising ITDC on accessing and exercising cost control and economy measures to ensure that the approved estimate are not exceeded. xvi) Issue completion certificate of all works according to plans, elevation, sections, details and specification of architectural, structural and services etc. prepared by the Architects/ Consulting firms. xvii) Assisting employers for closing and handing over of the Project.

3. Payment of Remuneration/ Fee In consideration of professional services rendered by the Architects/ Consulting firms, the employer shall pay Architects/ Consulting firms their fees @______percent (not to be filled up here by the Architect) of the technically sectioned detailed estimate cost of the work (excluding reimbursement under cost exclusion clause) for the scope of services described in clause 2 above on all items for which the Architects / Consulting firm has rendered professional services.

The definition of technical sanctioned detailed estimated cost shall be the detailed estimated cost of various sub heads of works duly approved by the ITDC on which basis the tender had been floated and/ or departmentally done. Cost of material issued free of cost shall be added to such costs. Also the original scope of works remaining the same, the fees worked out on this basis shall not be increased on account of high tenders of actual costs of construction. Services already rendered till such time shall however, be paid to that stage. 18

4. MODE OF PAYMENT For each of the services in scope of Architects/ Consulting firms shall be paid in the following stages consistent which the work done plus reimbursable expenses as agreed upon. Payment made to the Architects/ consulting firms shall be “on account” and shall be adjusted in the final fees payable. From Sl.no (i) to (vi) above, payment shall be made on Technically Sanctioned i On conducting Soil testing and on furnishing the alternative schematic 10% fees payable designs with plans, elevation sufficient to for respective discipline, explain the detailed scheme. less the amount already paid. ii On furnishing and obtaining approval of preliminary plans, elevations and sections 20% fees payable perspectives and outline specifications for respective discipline, and preliminary estimates of cost on cubic less the amount already content or area basis paid iii On submitting preliminary drawings and 30% fees payable for obtaining approval from Statutory body respective discipline, less the amount already paid vi Preparing of Design and Submission of detailed tender drawings and other details 40% fees payable for pertaining to structural, Civil, Interior, respective discipline, less Electrical, Sanitary and other Engineering the amount already paid aspects etc. Detailed item wise estimates for accord of technical sanction, detailed specification and tender conditions and floating the tender for the work v On detailed scrutiny and checking of tenders received and commenting on them by preparation of analysis based on 50% fees prevailing market rates for working out payable for respective the realistic cost so as to ascertain discipline, less the amount whether the rates received are already paid reasonable with reference to the prevailing market rate vi On finalization of the tender and award of Up to 65% fees payable for work after negotiation, if required and respective discipline, less obtaining approval thereupon and on the amount already paid furnishing of working drawings and other details etc. vii During the progress of work till its Up to 90% fees payable satisfactory completion. beyond 65% stage in proportion of value of work executed at site from time to time for respective discipline, less the amount of any payment already made in this head.

19

Estimate Value. Further for stage no (vii) the payment will be released on Technically Sanctioned Estimate Value or Value of work done whichever is less.

Until the detailed estimate is technically sanctioned only 50% of such fees which becomes due to the work done shall be released as Adhoc payment on the bills administratively sanctioned estimate subject to the condition that the remaining 50% of the fees will be paid after the detailed estimates are technically sanctioned and excess payment, if any be got duly adjusted.

Taking into account the technically sanctioned estimate cost of the various items involved, on account payment may be made on the basis of the progress of services on these items of works, rendered during each stage mentioned above including timely disposal of contractor’s bills. The fees payable after the completion of work and approved at each stage will be settled in a period not exceeding two months. The balance of 10% of the fees will be payable after 6 months of completion certificate subject to no dispute raised by the contractor with regard to the execution of the work. However in case of arbitration is sought, balance payment will not be released until such time the Arbitration proceedings are concluded.

5. The cost of the work as herein referred to means the cost to the Employer on such case excluding the following i. Cost of land. ii. Any other services, fittings and fixtures, which are not designed, planned or supervised by the Architects / Consulting firm. iii. Any in fictitious work of demolition etc. ordered by the Architects / Consulting firm iv. Payment to local authorities for approval of plans, sanction of electrical board, soil testing fees etc. v. Cost of supervisory establishment employed on work by the Architects / Consulting firm of the employer. vi. Cost of advertisement for invitation of tenders. vii. Cost of extra items negotiated due to faulty planning/design by the Interior Architects / Consulting firm.

In computing the cost of work, liquidated damages recovered from the contractor bills will not be accounted for in calculating Architects / Consulting firm.

When the work is wholly or in part with old material or where materials, labour for execution is provided by the Employer, the percentage shall be calculated as if the works had been executed wholly by the contractor supplying all labour and material.

6. The Architect/ Consulting firms shall furnish and obtain approval of preliminary plans, elevation, section, perspectives and outline specifications and preliminary estimates of cost on cubic content or area basis [sub clause (i) to (V) of Clause 2 (A) within 15 days after employers instructions. 20

The architect shall further modify design and obtain the required approval [Sub Clause (vi) to (vii) of Clause 2(A) within 7 days after obtaining employers approval.

On final approval of Drawing/Design, the Architect/ Consulting firms shall prepare and furnish final drawings, detailed estimates, specifications and tender documents etc. for all respect of work within 15 days thereof to enable the employer to invite the tender.

The Architects / Consulting firm shall follow the time schedule for the completion of the various items of work as set out in the program chart to be prepared by the Architects / Consulting firm and Employer and should be strictly adhered to.

7. The executive control of the work shall be that of C&MD, ITDC Ltd. or any other officer who may be authorized or nominated by him in that behalf. The Architect shall address communication to the said C&MD or any other officer who may be authorized on his behalf. Similarly the Architects / Consulting firm shall act only on written communication or in emergency on oral communication to be got confirmed thereafter in writing from the said of C&MD, ITDC Ltd. or any other officer authorized on his behalf.

8. The Architect shall supply, free of charge, to the employer Six Sets each of approved preliminary drawings and six set each of working drawings along with subsequently modification, if any, and detailed estimate and contract document including soft copies. After completion of the works the architect shall submit reproducible prints of all completion as built drawing to the employer for the building, services and installations including soft copies.

9. TRAVELLING: a. The site visit shall be in consultation with the employer. The Architect/ Consulting firms or their representatives dealing with the project shall bear the travelling cost, to and fro visit to the site. ITDC shall not bear or reimburse any expenses for any visit to site/ ITDC office in New Delhi. b. A discount of 50% on Boarding and lodging excluding liquor in ITDC Hotels during the period of authorized visits shall be allowed for the required stay.

10. EXTRA SERVICES AND SPECIAL COSTS The employer shall pay to the Architect reasonable amount mutually agreed upon for any extra services rendered by them if the Architect if required to incur any drafting or any other expenses due to the major changes ordered by the employer after approval of designs and drawings for the increased scope of work.

21

Provided that in the event of reduction of scope of the work after approval of the work done by the Architect at any of the stages mentioned in Clause - 4 above, Architect shall be entitled to the appropriate percentage due up to the relevant stage on the value of the portion of work that is abandoned and in addition the percentage due on cost of the work completed.

11. The Architect shall be fully responsible for the services provided by them including that of specialists of consultant, employed by him, if any, and also ensure that the work is carried out strictly in accordance with the drawing and specification.

12. The Architect shall not make any deviation, alternation, addition and omission from the approved design without the knowledge and prior written consent of the employer. 13. All instruction to the contractor affecting the terms and conditions of contract as well as payment shall be issued by the Architect in writing with prior approval of the Employer and copies of such instructions shall simultaneously be supplied to the Employer.

14. SPECIALISTS FEES: All specialists or consultant as may be considered necessary, will be appointed by the Architect. These consultants shall be persons of good standing and reputation. Any subsequent change in the team of specialists or consultants would only be carried out with the prior permission of the employer The fees for any consultant appointed by the employer for services not rendered by the Architects / Consulting firm and outside the scope their work shall be payable by the Employer.

The Architect shall ensure timely and prompt payment of fees of their consultants and specialists so that the services and performance are guaranteed for successful and timely completion of work. In case of any difficulties or dispute in this regard, the employer shall have the opinion to make payment to the consultant or specialists directly depending upon the services rendered by them and also their performance on behalf of the architect in which case the fees due to the Architects / Consulting firm shall be reduced by these amounts together with departmental charges.

15. DISCHARGE OF FUNCTIONS TO BE PERFORMED BY THE ARCHITECTS/ CONSULTING FIRMS

The Architect hereby agrees that the fees to be paid as provided herein will be full discharge of function to be performed by them and no claim whatsoever shall be against the Employer in respect of any proprietary rights on the part of any other party relating to the plans, models and drawings. The Architects / Consulting firm shall indemnify and keep indemnified the employer against any such claims and all costs and expenses paid by the employer in defending themselves against such claims. 22

The Architects / Consulting firm shall always keep the employer indemnified against any claim concerning any other parties in connection with the discharge of their responsibility under the agreement.

16. The employer shall make payment of bill submitted by the contractor from time to time after the same has been duly scrutinized with reference to the Architect to be correct. A scrutiny of bills will also be carried out by the employer before making the payment. Where however, it subsequently transpires that the contractor has been overpaid due to any wrong scrutiny/ certificate of the Architect, the employer shall be indemnified by the Architect to the extent of actual loss suffered by him. Also the employer reserve the right to effect recoveries from fees, if any, due to faulty planning resulting to unavoidable expenses.

17. I) In the event of the failure of the Architect to complete and do the work within time schedule as stated in the program chart as per Clause 2 (B) (i) and 6 and in a satisfactory manner or in the event of Architect committing a beach of any one or more of the terms and condition of the agreement, without prejudice to his rights to claim damages or any other rights or remedies under law, the employer shall be entitled to terminate the services of the Architect .

II) In case of failure to execute the work in proper time or abandonment of work or any other reason, the employer will be justified to levy penalty. The quantum of compensation will be determined by the Director / C&MD of ITDC Ltd. subject to the maximum of 10% of the total fees payable.

18. In case of termination of the work, the scheme/drawing prepared and submitted by the Architect will be sole property of ITDC. ITDC will free to implement the scheme directly or through any other Architect, with or without making changes to the original scheme/drawing, for the same project for which the drawings were initiated.

In case of abandonment of the said work due to the causes beyond the control of other party and it appearing to other party that there is no possibility of resumption of work with a reasonable period, than in that event, the agreement will be terminated on One month notice on other side. In the event of such termination, no further payment except the payment or payments, which has or have already been made or which may become payable in accordance with the provision of clauses may prior to the date of such abandonment, shall be made by Employer to Architects / Consulting firm

19. Arbitration. Any dispute or difference whatsoever arising between the parties with regard to the interpretation, construction, meaning, scope operation or effect of this agreement or the breach thereof shall be referred to the C&MD

23

of ITDC Ltd, New Delhi for appointment of sole arbitrator as per provisions of the Arbitration and conciliation Act 2013 as amended from time to time.

The sole arbitrator shall not have any direct or indirect of any past or present relationship or interest in any of the parties.

The Arbitration proceedings shall be held in Delhi.

The laws of India shall govern this agreement. The court in Delhi shall have exclusive jurisdiction.

20. The Architect shall follow the time schedule for the completion of various items of work as agreed open. The time of performance so provided in the schedule shall be the essence of the contract

24

PRE-CONTRACT INTEGRITY PACT

This pre-bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on____ day of the month of____ Year 2019 between on one hand, The President of India acting through Shri______, Designation of the Officer, Ministry/Department, Govt. of India (hereinafter called the “BUYER” which expression shall mean and include unless the context otherwise requires his successors in office and assigns) of the First Part and M/s.______represented by Shri ______, Chief Executive Officer hereinafter called the “BIDDER/SELLER” which expression shall mean and include unless the context otherwise requires his successors and permitted assigns of the Second Part.

WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/item) and the BIDDER / SELLER is willing to offer/has offered the stores and

WHEREAS the BIDDER is a private company/public company/Government undertaking/ partnership expert agency constituted in accordance with the relevant law in the matter and the BUYER is a Ministry/Department, Govt. of India/PSU performing its function on behalf of The President of India.

NOW THEREFORE:- To avoid all forms of corruption by following a system that is fair, transparent free from any influence/prejudiced dealings prior to, during and subsequent to agency of the contract to be entered into with a view to:-

Enabling the BUYER to obtain the desired said stores/equipment at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption in any form by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: 25

1) COMMITMENTS OF THE BUYER 1.1The BUYER undertakes that no official of the BUYER connected directly or indirectly with the contract will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will during the pre-contract stage treat all BIDDERS alike and will provide to all BIDDERS the same information and will not provide any such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other BIDDERS.

1.3 All the officials of the BUYERS will report to the appropriate Govt. office of any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

2. In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings or any other action as deemed fit including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings delayed to the contract process. In such a case while an enquiry is being conducted by the BUYER, the proceedings under the contract would not be stalled.

3. COMMITMENTS OF BIDDERS

The BIDDER commits itself to take all measures necessary to prevent corrupt practices, unfair means and illegal activities during any stage of its bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular, commit itself to the following:

26

3.1 The BIDDER will not offer directly or through intermediaries any bribe, gift consideration, reward, favour, any material or immaterial benefit, other advantage, commission, fees brokerage or inducement to any official of the BUYER connected directly or indirectly with the bidding process or to any person, organization or third party related to a contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

3.2 The BIDDER further undertakes that it has not given, offered, promised to give directly or indirectly any bribe, gift, consideration, reward, favour any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with the Government for showing or forbearing to show favour or disfavor to any person in relation to the contract or any other contract with buyer.

3.3 BIDDERS of foreign origin shall disclose the name and address of the Agents/Representatives in India and Indian BIDDERS shall disclose foreign principals.

3.4 BIDDERS shall disclose the payments to be made by them to agents/brokers or any other intermediary in connection with this bid/contract.

3.5 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original manufacturer /integrator/authorized Government sponsored export entity of the stores and has not engaged any individual or firm or company whether Indian or foreign to intercede facilitate or in any way to recommend to the BUYER or any of its functionaries, whether official or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual firm or company in respect of any such intercession, facilitation or recommendation.

3.6 The BIDDER, either while presenting the bid or during pre- contract negotiations or before signing the contract shall disclose any payment he has made is commented to or intends to make to officials of the BUYER or their family members agents brokers or any other intermediaries in connection with the contract and the details of services agreed upon for such payments.

27

3.7 The BIDDER will not collude with other parties interested in the contract to impair the transparency fairness and progress of the bidding process, bid evaluation contracting and implementation of the contract.

3.8 The BIDDER will not accept any advantage in exchange for any corrupt practice unfair means and illegal activities.

3.9 The BIDDER shall not use improperly for purposes of competition or personal gain, or pass on to others any information provided by the BUYER as part of the business relationship regarding plans, technical proposals and business details including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate are lest any such information is divulged.

3.10 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

3.11 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

3.12 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER either directly or indirectly is a relative of any of the officers of the BUYER or alternatively if any relative of any officers of the BUYER has financial interest/stake in the BIDDER’s firm, the same shall be disclosed by the BIDDER at the time of filing of tender.

The term “Relative” for this purpose would be as defined in Section 6 of the Companies Act, 1956.

3.13 The BIDDER shall not lend to or borrow any money from or enter into anymonetary dealings of transaction directly or indirectly with any employee of the BUYER.

4. PREVIOUS TRANSGRESSION

4.1 The BIDDER declares that no previous transgression occurred in the last three years immediately before signing of this Integrity Pact, with any other company in any country confirming to anti-corruption approach in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise in India or any Government Department in

28

India that could justify BIDDER’s exclusion from the tender process.

4.2 The BIDDER agrees that if it makes incorrect statement on this subject BIDDER can be disqualified from the tender process or the contract already awarded, can be terminated for such reason.

5. EARNEST MONEY (SECURITY DEPOSIT)

5.1 While submitting commercial bid, the BIDDER shall deposit an amount ______(to be specified in RPF) as Earnest Money / Security Deposit, with the BUYER through any of the following instruments:

Bank Draft or a Pay Order in favour of ______.

A confirmed guarantee by an Indian Nationalized Bank promising payment of the guaranteed sum to the BUYER or demand within three working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof of payment.

Any other mode or through any other instrument (to be specified by RFP)

5.2 The Earnest Money / Security Deposit shall be valid up to a period of five years or complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER and after completion of warranty period, whichever is later.

5.3 In case of successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same by assigning reason for imposing sanction to violation of this Pact.

5.4 No interest shall be payable by the BUYER to the BIDDER on Earnest Money/Security Deposit for the period of its currency.

6. SANCTIONS FOR VIOLATIONS

6.1Any breach of the aforesaid provisions by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions wherever recurred.

29

i. To immediately call off the pre-contract negotiations after assigning any reason. However, the proceedings with the other BIDDER(s) would continue. ii. The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially as decided by the BUYER and the BUYER shall assign reason therefore. iii. To immediately cancel the contract if already signed, without giving any compensation to the BIDDER. iv. To recover all sums already paid by the BUYER and in case an Indian BIDDER with interest thereon at 2% higher than the prevailing Prime Lending Rate of State Bank of India, while in case of BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding payment could also be utilized to recover the aforesaid sum and interest. v. To Ancash the advance bank guarantee and performance bond/warranty bond if furnished by the BIDDER in order to recover payments already made by the BUYER along with interest vi. To cancel all or any other contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money due to the BIDDER. vii. To debar the BIDDER from participating in future bidding processes of the Govt. of India for a minimum period of 5 years, which may be further extended at the discretion of the BUYER. viii. To recover all sums paid in violation of this Pact by BIDDER(s) any middlemen or agent or broker with a view to securing the contract. ix. In cases where irrevocable Letters of Credit have been received in respect of any contract signed by the BUYER with the BIDDER, the same shall not be opened. x. Forfeiture of Performance Bond in case of a decision by the BUYER to seek for the forfeiture for imposing sanction for violation of this Pact.

6.2 The BUYER will be entitled to take all or any of the actions mentioned at Para 6.1

(i) to (x) of this Pact also on the Commission by the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) of an offence as defined in Chapter IX of the Indian Penal Code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for prevention of corruption.

30

6.3 The decision of the BUYER to the effect that a breach of the provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can approach the independent Monitor (s) appointed for the purposes of this Pact.

7. FALL CLAUSE The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or sub-systems at a price lower than that offered in the present bid in respect of any other customer, Ministry/Department of the Government of India or PSU and if it is found at any stage that similar products/systems or such systems was supplied by the BIDDER to any other Ministry / Department of the Government of India or a PSU at a lower price than that very price with due allowance for elapsed time would be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER if the contract has already been concluded.

8. INDEPENDENT MONITORS

8.1 The BUYER appoints independent Monitor for this Pact in consultation with the Central Vigilance Commission (Name and Address of the Monitors to be given).

8.2 The task of the Monitor is to review independently and objectively, whether and to what extent the parties comply with the obligations under this agreement.

8.3 The Monitor is not subject to instructions by the representatives of the parties and performs his functions, neutrally and independently.

Both the parties accepted that the Monitor has the right to access all the documents relating to the project/procurement including minutes of meeting.

8.4 As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so inform the Authority

designated by the Buyer.

8.5 The BIDDERS accept that the Monitor has the Right to access without restriction to all project documentation of the BUYER including that provided by the

8.6 BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to sub-contractors. The Monitor shall be under contractual obligation to treat the information and documents of the BIDDER with confidentially

31

8.7 The BUYER will provide to monitor sufficient information about all the meetings among the parties relating to the project provided such meeting could have an impact on contractual relation between the parties. The parties will offer to the Monitor the option to participate in such a meeting.

8.8 The Monitor will submit a written report to designated Authority of Buyer in the Department within 8 to 10 weeks from the date of reference or intimation to him by the buyer/bidder and should the occasion arise, submit proposal for correcting problematic situations.

9. FACILITATION OF INVESTIGATION In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Book of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

10. LAW AND PLACE OF JURISDICTION This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

11. OTHER LEGAL ACTIONS The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

12. VALIDITY

12.1 The validity of this Integrity Pact shall be from the date of its signing and valid up to 5 years after complete execution of the contract to the complete satisfaction of both the BUYER and the BIDDER/SELLER and including warranty period. In case the BIDDER is unsuccessful this Integrity Pact shall expire after six months from the date of the signing of the contract.

12.2 Should one or several provisions of this Pact turn out to be invalid, the remainder of this Pact shall remain valid. In this case the parties will strive to come to an agreement to their original intentions.

32

13. The parties hereby sign this integrity pact at ______on ______

BUYER BIDDER

Name of the Officer “Chief Executive Officer”

Designation

Dept./MINISTRY/PS

WITNESS

1.______1.------

2.------2. ------

Signature and Seal of the Contractor

33

SUMMARY EVALUATION SHEET

(FOR TECHNICAL AND FINANCIAL PROPOSAL)

Evaluation Criteria Maximum Score weight age Technical A- Technical presentation 70 a) The work experience of similar 20 projects b) Potential and constraints perceived by the Architect / Consulting firms for the Development of Sree 10 Narayana Guru Spiritual Circuit Aruvippuram&Kunnumpara, Temple & Muttin Thiruvananthapuram, Kerala under Swadesh Darshan Scheme c) General approach, concepts and elements to be adopted by the 30 Architect / Consulting firms for the proposed design d) Manpower deployment and time schedule (details CV and experience with regard to architects team i/c the team leader to be deployed on the 10 project should be attached with the technical bid B FINANCIAL 30

Maximum marks (highest bidder will get least marks and lowest bidder will get 30 maximum marks) Total A+B 100

Evaluation Criteria

Technical Weightage – 70%

Financial Weightage – 30%

Architect who will get highest marks as per above criteria will be considered for appointment for the work as per QCBS System.

34

India Tourism Development Corporation

Engineering- Division

Financial Bid F-1

Name of work: Appointment of Architects/ Consulting firms for the Development of Sree Narayana Guru Spiritual Circuit at Aruvippuram&Kunnumpara, Temple & Mutt in Thiruvananthapuram, Kerala, under Swadesh Darshan Scheme, Ministry of Tourism, Government of India

S. Description Quote fees in %age No. (In both figure and words)

1 Professional fee towards Architectural & Interior Designing Services to be rendered for Appointment of Architect for the Development of Sree Narayana Guru Spiritual Circuit Aruvippuram&Kunnumpara, Temple & Mutt in Thiruvananthapuram, Kerala including (Not to be quoted) all taxes and duties but excluding GST which shall be reimbursed on production of deposit challans

Note: 1) In case of mismatch in figures and the words quoted, the fee in words will be taken as correct for all purpose. Fee should be quoted in percentage (%) only.

2) Since the bid is inclusive of all taxes (Except GST), any additional liability of tax that may arise either on account of change in tax rate or additional taxes by the Central or State Governments, shall be the responsibility of the bidder.

Digital Signature of the firm

35