Professional Documents
Culture Documents
LTD
T. C. BUILDING WAZIR PUR INDUSTRIAL AREA, WAZIR PUR DELHI-110052
OFFICE OF THE CHIEF PROJECT MANAGER- (CD-XV)
Name of work:-
S. No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
1
2
Page No.
3
4
5
6
7-9
10
11-14
15
16-17
18-28
29
30
31-33
34-35
36-39
40-41
42-56
57
58
59-61
62-72
73
2-4
5-11
Certified that this NIT contains pages No.1 to 73 under Technical Bid (part-I) and pages 1 to 11
under Financial Bid (part-II).
CPM
CD-XV
(Pawan Kumar)
SPM-I, CD-XV
(U.S. Govil)
Project Director (H)
NIT containing Technical part-I (73 pages) & Financial part-II (11 pages) is approved
(Shashi Kant)
Director (Works-II)
0
TECHNICAL BID
(PART I)
FOR
CONSULTANCY SERVICES FOR
COMPREHENSIVE INTEGRATED
PLANNING FOR CONSTRUCTION
OF
200 BEDDED HOSPITAL AT
HASTSALVIKAS PURI, NEW DELHI
S.
No.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Page No.
Press Notice
Information for submission of offers
Check list
Preamble
Eligibility & PQ Criteria
Submission of tender, Tax Liability and EMD
Evaluation of bids
Other information to be submitted
General information & Instructions.
Scope of work
Payment of Remuneration
Schedule of completion
Key Deliverables
Incentive & Penalty
Contract features
General
Medical Functional Programme
Acceptance
Undertaking (Annexure- I)
Form of Bank Guarantee Bond (Annexure- II &
III)
Forms (A-G)
Site plan
3
4
5
6
7-9
10
11-14
15
16-17
18-28
29
30
31-33
34-35
36-39
40-41
42-56
57
58
59-61
62-72
73
CPM
CD-XV
(Pawan Kumar)
SPM-I, CD-XV
: 15139 Sqm.
: Rs. 10,000/: Rs. 40,000/: 27.07.2012 up to 4.00 P.M.
: 31.07.2012 up to 3.00 P.M.
: 31.07.2012 at 3.30 P.M.
Further detailed terms & condition can be seen at our website: www.dsiidc.org.
Tender document can be purchased from the office of the undersigned by depositing the tender
cost of Rs 10,000/- in cash or DD. The tender document can also be downloaded from our
website www.dsiidc.org. The tender cost in this case shall be submitted at the time of
submission of tender through a demand draft of Rs. 10,000/- (Rs. Ten Thousand only) in favour
of DSIIDC in Envelope along with EMD. The Managing Director, DSIIDC reserves the right to
reject any or all the tenders without assigning any reason
Name of Department
2.
3.
4.
Name of work
5.
Contact Persons
Delhi
State
Industrial
&
Infrastructure
Development Corporation Ltd.
Office of the CPM (CD-XV), Technical Centre
Building, Wazirpur Industrial Area Delhi-52
Office of the CPM (CD-XV), Technical Centre
Building, Wazirpur Industrial Area Delhi-52
Consultancy services for comprehensive integrated
planning for Construction of 200 bedded Hospital at
Hasthsal Vikas Puri, New Delhi
1. Sh. U.S. Govil, PD (Hos), Mob.No.+91
9312257215
6.
7.
8.
CHECK LIST
The Tenderer shall submit the following with the tender:1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
PREAMBLE
i.
ii.
The proposed site is located at an approx. distance of 1.5-2.0 Km from Najafgarh Road
and at an approx. distance of 3-4 Km from Outer Ring Road. The metro station of Janak
Puri (West) and Uttam Nagar (East) are also not very far away.
iii.
Proposed Hospital is within close proximately to the prominent residential areas of West
part of Delhi like Vikas Puri, Janak Puri & Uttam Nagar etc.
iv.
The Tentative cost of the project if worked out on PAR 2007 basis it may be Rs. 200
crores
v.
= 15139.00 sqm
b. FAR to achieve = Maximum permissible as per MPD 2021 & BBL of Delhi
c. Parking provision= Maximum as per permissible ECS in MPD 2021.
6
1.
ELIGIBILITY
Tenders will be issued to individuals, proprietary firms, firms in partnership or limited
companies / corporations. Joint Ventures will not be permitted.
The Tenderers shall have to fulfill the Eligibility Criteria as laid down in para 1A of the
tender, failing which his financial bid will be returned unopened.
The procedure to be followed for submission of Tenders has been described in para 1.A.1.
1A.
i.
ii.
The applicant firm should be registered with Council of Architecture India, during the
last 8 years as on the date of submission of bid. Architect firm must qualify at their own
(JV partnership is not allowed).
iii.
In case of consulting firms out of Delhi/ NCR area. The consulting firm must setup their
office in Delhi/ NCR within one month after the issue of L.O.I. They should be
conversant with local statutory laws and follow all rules and regulations of Delhi
especially laid down by MCD, Fire Dept., DUAC, Environment Dept. and other Govt.
Dept./ Statutory Bodies of Delhi. They should be in possession of Delhi VAT/ Service
Tax No. within one month of the issue of L.O.I.
iv.
Average Turnover: The applicant firm should have an average annual financial turnover
of not less than Rs. 1 crores per annum from the Consultancy services rendered by them
during the immediate last three consecutive financial years.
v.
The consultant should not have been blacklisted by any Govt. department/ agency during
the last seven years.
vi.
The Architect Consultant should have all necessary CAD/ CAM equipments for
successful execution of project.
vii.
viii.
S. No.
1
a)
Professional
Team Leader & his
support team.
Lead Architect
b)
Support Team:-
(i)
(iii)
Civil Engineer/
Quantity surveyor (01
no. each min.)
Sub- Consultants
Lead Hospital
Consultant
2.
(i)
(ii)
Qualification/ Experience
15
years
professional
(iii)
Electrical works
Consultant/ Firm
(iv)
(v)
HVAC Consultant/
Firm
(vi)
Green Building
Consultant/ Firm
(vii)
Structural Engineering
consulting firm
(x)
Landscape &
Horticulture Consultant/
Firm
Information Technology
Professionals
(xi)
2.
2A.
i)
EVALUATION OF BIDS
The bids will be evaluated on Combined Quality cum Cost Based System wherein
Technical Bid will be given a weightage of 70% and financial bid will be given a
weightage of 30%. Criteria, Sub-criteria and point system for evaluation of technical bid
is as under (Total 100 marks):TECHNICAL BID
Specific experience of the consultant firm relevant to the Project assignment
(Max.10 marks)
Experience of rendering consultancy service in its own name during the last 7 years
ending 30th June 2012 of having satisfactorily completed from concept to
commissioning similar works as mentioned at Para 1A(vii) of prequalification criteria
& work experience.(The consultant shall submit supporting document/photographs for
similar executed in technical bids.
For evaluation of similar works, the following sub criteria shall be followed:a) 60% marks for minimum eligibility criteria
b) 100% marks for twice the minimum eligibility criteria or more
c) In between (a) & (b) on pro rata basis
ii) Key professional/ sub-consultants: Qualification & competence for the Project
assignment (Max. 30 marks).
The maximum marks for key professionals will be further divided as under:Evaluation criteria for Qualification/ Experience of Professionals/ consulting firms*
S.
No.
Max.
Marks
Desired
Nos.
2
1
1
1
2
1 each
15 years
10 years
10 years
Hospital
Lead Hospital
consultant/
Consultant
firm and his
support team
10 years
MEP
Consultant
Lead MEP
Consultant
Associate Civil &
Mech. Engineer
1 each
An MBBS Graduate
with specialization in
Hospital administration
or an associated
Hospital Architect
Graduate in Civil
Engineering
Graduate in respective
Engineering
Electrical
works
Consultant
15 years
1 each
Graduate in respective
Engineering
10 years
Fire
Consultant
Team leader
10 years
Professional
Professional sub
detail
Min. Qlf.
Min.
Experience
15 years
10 years
11
HVAC
Consultant
Lead HVAC
Consultant
Green
Building
Consultant
MGPS
Consultant
A consulting firm
having to plan the
building satisfying
TERI-GRIHA green
building
rating
system
A
reputed
consulting firm to
design MGPS work
of Hospital building
Environmental
Engineer/
Consulting
Firm
Structural
Engineer /
Consultant
Lead Environment
Consultant
Lead
Structural
consultant
Graduate in Structural
Engineering
15 years
10
Landscape &
Horticulture
Consultant
Lead
Landscape
Consultant
15 years
11
Information
Technology
Professionals
IT Professional
Graduate in
Horticulture/
Architectural
Engineering
Graduate in Electronic/
Computer Engineering
B. E. in Airconditioning
Engineering
Having experience to
design building on
TERI-GRIHA norms
10 years
Having experience to
design & provide
Medical Gas Pipeline
System in Hospital
building
Graduate in
Environment
Engineering
5 Years
2 Years
10 years
10 years
*
1. 60% marks for possessing minimum experience in respective field as given above
and 100% marks for twice the minimum experience or more shall be given.
2. And for experience more than the minimum and upto 2 times of minimum, marks
shall be given on pro rata basis.
3. For experience less than the minimum prescribed and experience/ education
qualification furnished without the supporting document/ degree/ diploma, Nil
mark shall be given.
Note:1. The bidder must enclose the consent letter/ copy of MOU made with different subconsultant to serve on this project. The offers received without consent letter/ MOU,
Nil marks shall be awarded in evaluation of key personals/ professions.
2. After award of work, no sub-consultant listed in offer shall be changed by the Architect
consultant/ consulting firm without the written permission of Engineer-in-charge.
3. The above criteria can be modified as per the decision taken by the competent
authority.
12
The Architect consultant/ consulting firm securing minimum of 60% in above mentioned
Para 2A (i) & (ii) with 50% marks in each sub-criteria will be short listed for making
presentation to the jury appointed by DSIIDC.
iii) Presentation by the short-listed consultants (Max. 55 marks ) :After short listing, based on eligibility documents approved by the Chief Engineer a
presentation is to be made by such short-listed firms before the jury, appointed by
DSIIDC, to be technically evaluated broadly on the following parameters:a) Site layout, Urban Context, landscaping & aesthetics (Max. 20 marks)
b) Concept & Design of buildings (Max. 30 marks)
c) Building efficiency, services in building and FAR utilization (Max. 5 marks)
iv) Approach paper on proposed methodology and work plan in response to the terms
of reference. (Max. 5 marks).
Technical approach, objective formulations, functional analysis, program and phasings
for approvals, bidders knowledge and understanding of project requirement.
Note:Marks for presentation and approach paper will be awarded by the jury on the
basis of consultant presentation
v)
Now the marks of technical evaluation of the short-listed firms awarded by Chief
Engineer and presentation/ approach methodology awarded by the jury will be
considered for opening of financial bids.
The Technical Score i.e. T(s) of each shortlisted firm shall be considered which is sum
of the following:
(a) Marks obtained in technical evaluation based on eligibility criteria (minimum 60%
marks with atleast 50% marks in each sub-criteria under para 2(i) & (ii)
and
(b) Marks obtained in presentation/approach paper by Jury (minimum 60% marks with
atleast 50% marks in each sub-criteria under para 2(iii) & (iv)
Bids securing a minimum of 60% or above marks in both (a) & (b) above with
50% marks in each sub-criteria will be considered for opening of financial bid.
13
2B
FINANCIAL BID
i.
The Financial offer shall provide fee for whole consultancy job as per TOR (Terms of
Reference) and shall be submitted as per Bid (Part-II)
ii.
The bidders are required to quote lump-sum fees for comprehensive Consultancy job
work inclusive of all prevailing taxes, cess and levies except the statutory service tax for
the Consultancy Services as per TOR for achievement of complete permissible FAR.
iii.
The bids with lowest cost will be given a financial score of 100 and the other bids will be
given financial score that are inversely proportionate to their prices.
iv.
The total score, both technical and financial, shall be obtained by weighing the Technical
and Financial scores and adding them up. On the basis of the combined weighted score
for Technical and Financial, the consultant shall be ranked in terms of the total score
obtained. The bid obtaining the highest total combined score in evaluation of quality and
cost will be ranked as H-1 followed by the bids securing lesser marks as H-2, H-3 etc.
The bids shall be evaluated using the following formula:Financial Score, F (s) = (LFC / FC)*100
Where FC stands for Financial Bid (quoted price) of the agency under consideration and
LFC stands for Lowest Financial bid
v.
The total score shall be obtained by weighing the Technical score T(s) and Financial
score F(s) and adding them up. Total score shall be calculated as follows :
Total score = T (w) x T (s) + F (w) x F (s)
where
On the basis of the total score (combined weighted score for Technical and Financial
scores), the consultant shall be ranked in terms of the total score obtained.
The bid with the highest total score (H-1) will be considered for award of contract.
14
3.
3.1
The Architect Consultant should have sufficient number of Technical staff and
Consultants/ Associates for the proper execution of the contract. The applicant should
submit a list of staff. Details should be furnished in FORM B, C1, C2 and C3.
3.2
List of completed similar works shall be submitted separately in Form A1. List of
ongoing similar works shall be submitted separately in Form- A2.
3.3
3.4
3.5
If the offer is submitted by a proprietary firm it shall be signed by the proprietor above
his full type written name and the full name of his firm with its current address.
3.6
If the offer is submitted by a firm in partnership, it shall be signed by all the partners of
the firm with their full names and current addresses or by a partner holding the power of
attorney for the firm by signing the offer in which case a certified copy of the power of
attorney shall accompany the offer. A certified copy of the partnership deed, current
address of the firm and the full names of partners shall also accompany the offer.
3.7
The bidder should furnish an undertaking in the form of an affidavit on non judicial
stamp paper of Rs. 50/- guaranteeing the truth and accuracy of all statements and
information furnished in the format given (Annexure-I).
Note: The Architect Consultant is required to furnish all information in the enclosed
FORMS -A to G and their appurtenant format and annexures along with proof,
failing which the proposal may be rejected.
15
4.2.
4.3.
4.4.
4.5.
4.6.
4.7.
4.8.
4.9.
4.10.
4.11.
4.12.
4.13.
The firm will provide consultancy services for preparing complete Detailed Project
Report (DPR) and complete Architectural, Medical space planning and Engineering
services in respect of the work Consultancy services for comprehensive integrated
planning for Construction of 200 bedded Hospital at Hasthsal Vikas Puri, New
Delhi.
All information called should be furnished against the relevant columns. Additional
information may be furnished on a separate sheet, by mentioning the same against the
relevant column. If any particulars / query is not applicable, it should be stated as `NotApplicable`.
Credentials, references, information and certificates from the client certifying
performance along with list of important works executed during the last seven years etc.
should be furnished in the prescribed formats
If any information furnished by the applicant is found incorrect at a later stage, the firm
shall be liable to be debarred from bidding/taking up of work in DSIIDC.
The
Corporation reserves the right to verify the particulars furnished by the applicant
independently.
Canvassing whether directly or indirectly, in connection with proposals is strictly
prohibited and the proposals bids submitted by the applicants who resort to canvassing
will be liable to rejection.
All documents enclosed should be signed with seal of the company.
The competent authority on behalf of MD, DSIIDC reserves the right of accepting the
whole or any part of the proposal.
Managing Director, DSIIDC, reserves the right to reject any or/ all the bids without
assigning any reason thereof and no correspondence in this regard shall be entertained.
Tender shall be valid for 90 days from the date of opening of financial bid.
The time allowed for preparation of DPR etc. will be as per relevant clause in accordance
with the phasing, indicated in the tender documents
The site for the work is available.
Sealed Tenders will be received in the Tender Box placed in the office of CPM, (CDXV), DSIIDC.
The Consultant, whose tender is accepted, will be required to furnish performance Bank
Guarantee of 5% (five percent) of the tendered amount within 15 days of issue of letter
of acceptance. This Bank Guarantee shall be issued from any Scheduled Bank or the
State Bank of India in accordance with the prescribed form. In case the consultant fails
to deposit the said performance guarantee within the prescribed period including the
extended period (maximum 7 days), if allowed by DSIIDC, the offer will be cancelled
and Architect Consultant shall be debarred for 2 years for submitting any offer to
DSIIDC.
16
4.14. It may please be carefully noted that no condition whatsoever shall be accepted by
the department and the architect/ consultant is strictly prohibited for giving
conditional quotation. If any Architect Consultant is not ready to execute the work
on the terms & conditions contained in the quotation documents, he may not to
submit his offer. It may be noted that if any Architect Consultant choose to submit
conditional quotation inspite of clear directions given above, his quotation shall be
summarily rejected and he will be liable for being debarred from tendering in
DSIIDC for a period of 2 years.
4.15. The tender documents are available for inspection of intending tenderers in the office of
CPM, CD-XV. Tenderers shall inspect the same and acquaint themselves with the work
to be executed. The Consultants shall have no claim with reference to the scope of work
and in respect of the rates offered after acceptance of the tender.
4.16. If any tenderer withdraw his offer or request for any modification once the offer is
submitted to DSIIDC on whatever reason it may be. In that case the Architect Consultant
shall be debarred for 2 years for submitting any offer to DSIIDC.
4.17. The Consultant shall be fully responsible for the technical soundness of the work
including those of the specialists engaged, if any, by him and also ensure that the work is
carried out generally in accordance with drawings, specifications and his conception.
4.18. The appointment of DSIIDCs own supervisory staff, if any, does not absolve the
Consultant of his responsibility of general supervision. The Consultant shall be
responsible for designs of structures and all provisions / services of the work entrusted to
him so as to satisfy their requirement.
4.19. The Consultant hereby agrees that the fees to be paid as provided herein will be in full
discharge of functions to be performed by him and no claim whatsoever shall be against
DSIIDC in respect of any proprietary rights or copy right on the part of any other party
relating to the plans, models and drawings.
4.20. The Consultant shall indemnify and keep indemnified DSIIDC against any such claims
and against all cost and expenses paid by DSIIDC in defending himself against such
claims.
4.21. It is hereby further agreed between the parties that the stamp duty payable under the law
in respect of this agreement shall be borne by the Consultant
17
5.
Scope of work
5.1
i.
Taking/ considering DHS/ DSIIDC instructions and thus preparation of master layout
plan and building plans subsequently considering:Preliminary Project Reports.
Conducting site survey and soil investigation (payment on this account shall be
incurred by the Architect Consultant himself).
Project cost estimations based on latest PAR of CPWD with upto date correction slips.
Preparation of concept plan with medical/ equipment space planning.
All statutory approvals/ clearances from statutory authorities of Delhi and Centre Govt.
Preparation of bill of quantities (BOQ) for detailed estimates based on prevailing DSR
and market rates item supported with quotations and specification of material & analysis
of rates.
Preparation of Bid documents etc.
Detailed Project Reports, Submission, Working , structural & Detailed Drawings
As Built Drawings/ Completion drawings.
Obtaining Medical functional program of Hospital and other requirements from DHS and
to discuss and finalize the same along with representatives of DHS and DSIIDC
Plan the building in such a way so that any expansion if required for hospital may be
made possible without hindering day to day working of hospital.
Identifying wet areas and requisite electric load according to equipments/ medical
requirements of Hospital at an initial stage so that any demolition and dismantling may
not required to carry out on completion
Preparing coordinated drawing based on the inputs of all sub-consultants and making
adjustments of all services so as to suit w.r.t. available space actually.
Preparation of complete working details, schedules, specifications, bill of quantities etc.
to describe the whole project adequately for the purpose of placing the main and other
subsidiary contracts.
Getting vet to structural drawings through independent agency i.e. IIT, Delhi or any other
IIT engaged by DSIIDC within a scheduled time.
ii.
iii.
iv.
Preparation and getting approval of plans from all competent authorities/ Statutory
Bodies, obtaining change and conversion of land use if required for this project.
18
v.
vi.
All engineering services required for successful construction & completion of project,
comprising following but not limited to the same:-
a.
Building specifications, Quantity surveying, preparation of BOQ and all estimates like
Preliminary & Detailed estimates for A.A & E.S, Tech. Sanction. Bid Documents for
tendering purposes based on CPWD Manual (or DSIIDC Works Manual) and General
Conditions of contract. Detailed measurement sheets and rate analysis of non schedule
items to support the detailed estimates.
b.
c.
d.
e.
Internal & external Electricity , street lighting , electronic & communication systems
f.
g.
h.
Water supply system including provision of Raw water, Drinking water, Soft water, R.O
water , Hot water, Dual pipe system for utilizing treated water of STP in flushing and
gardening and Sterile(Bacteria free) water etc. etc.
i.
j.
Fire fighting, Fire detection, Fire protection and Security systems, etc.
k.
Internal & external public health engineering system like Sanitary, plumbing, drainage
and water recycle system.
l.
Heating, ventilation and air conditioning design (HVAC) and other mechanical systems.
m.
Cable TV & Internet wires, solar energy use, faade lighting, security, Traffic & Building
management systems.
n.
o.
19
5.2
Scope of work shall also include visit to the sites, collection of data/information for
services technical features, visits to different agencies for liaison. No extra
consideration shall be paid for such visits
5.2.1
Getting approval of the scheme, from various local bodies like DUAC, DFS, DJB,
NDPL, BSES,MCD and Building & Town Planning departments of MCD/DDA and
obtaining approval for green building rating and other Statutory Authorities
(including Ministry of Environment/ DPCC) after getting the drawings approved from
the DSIIDC.
5.2.2
Civil and Architectural drawings keeping in view medical space allocations, equipment
placements, electrical & plumbing services. Structural drawings, structural design,
estimation, preparation of all related drawings, detailed calculations and BOQ etc.
5.2.3
Preparation of complete GFC drawing, showing elevations of all the 4 walls of each
& every room showing detail of all electrical, power, sanitary, fixtures, MGPS
points/ installations including height of such sockets/ installations from finished
floor level.
5.2.4
Preparation of drawings and designs sketches plans elevation, sections, perspective etc.
and all types of models as per requirement of DUAC but minimum models sufficient to
explain the scheme such as site plan and detail models of each typical building type etc.
to explain general planning and nature of the work with basic dimensions.
5.2.5
Preparation of Preliminary estimate of cost on area basis etc. supported with details of
rates adopted as per CPWD norms for obtaining A/A & E/S.
5.2.6
Modifying Drawings, above if necessary and obtaining DSIIDCs and Delhi Govt. final
approval to the same before submitting to local bodies.
5.2.7
5.2.8
Assisting main executing agency in preparation of PERT-CPM Charts for the total
project for ensuring timely completion of the work and review the progress all through
every fortnight & submitting a report to the CPM-in-charge.
5.2.9
Preparation of necessary tender documents and Market Rate Justification thereafter as per
CPWD norms.
5.2.10 Maintaining liaison with DSIIDC and local authority in connection with successful
completion of this project.
5.2.11 Preparation of the As Built Drawings at the completion of the project and providing
necessary hard and soft copies for record.
20
6.
This part contains the work required for micro space planning w.r.t. Medical
Furniture, Equipments, Medical and Non-Medical Services on the outlines of the
area Planned by the Architect and construction position / stage at site.
(a)
(b)
(c)
(d)
(e)
(f)
(i).
21
(ii).
(iii).
(iv).
(v)
Preparing the detailed technical specifications and Bill of Quantities for tendering.
Preparing the area wise flow requirements and the pipe sizing designs based on the
flow expectancy so worked out in line with the international design standards as
per HTM of NHS U.K.
(vi)
Laundry/ CSSD
Preparing the detailed technical specifications and Bill of Quantities for tendering
either on contract basis (out sourced) or our own.
Preparing the area wise flow of the utilities.
Planning the high side equipment based on the estimated load of the hospital.
Assist in evaluation of vendors and technical negotiations.
(vii)
Kitchen :
Shall be planned keeping in view a staff, students and IPD patients
Preparing the detailed technical specifications and Bill of Quantities for tendering.
Preparing the flow of the utilities for staff students on IPD Separately.
Planning the equipment and infrastructure based on the estimated load of the
hospital.
It may not be reserved rigidly for use of particular deptt. and it should be of such a
character so that it may be easy for all surgeon and Nurses to use them without
familiarizing themselves every time with a new set of conditions.
The table be positioned in such a way so that pipes services lead from floor and
there should not be any overhead beam or loose pipe / cables etc. trailing on the
floor.
The flooring should be advised of such nature which should be easily washable,
non-staining, impervious and moderately electro conductive.
He shall also :Preparing the detailed technical specifications and Bill of Quantities for tendering.
Preparing the area wise flow of the utilities.
The Consultant shall also take care of all necessary required facilities for surgeons
and all attending staff when they are in OTs for long hours. Moreover as the
complex operations can be for teaching purpose also he shall make other provision
outside the O.T. for usability of such students/ faculty without interfering
operation. Provision shall also be taken care of Arrangements for video recording
of operations shall also be taken care during planning.
23
(ix).
LABORATORY SERVICES
The Consultant shall provide all help to the architect specially in solving difficult
problems by planning pathology Deptt. Which could undertake required no. of
routine test for out patient and inpatient. He shall plan:The exact services and general functions required under clinical pathology,
microbiology, haematology, clinical physiology etc. etc. for this he shall
Determine the services to be provided.
Determine space requirement for personnel and equipment in the administrative,
technical and auxiliary areas.
(x).
Blood Bank
Preparing the detailed space and equipment planning.
Preparing the area wise furniture and utilities layout.
Ensuring compliance to the mandatory requirements for the blood bank.
(xi).
Radiology/ Laboratory
Preparing the detailed space and equipment planning.
Preparing the area wise furniture and utilities layout.
(xii).
Planning the location for disturbance free working and preparing the detailed
space and equipment layout for access , autopsy room, body store, trolley bay
office cum Pathology room, General/Chemical store etc.
Shall also keep in mind that this mortuary can also be for teaching purpose.
(xiv).
Pharmacy Services
Shall be planned keeping in view Outsourcing Supplies and sale Principle.
Preparing the detailed space and storage planning.
Preparing the area wise infrastructural and utilities layout with inward receiving/
inspection and issue counters.
Preparing the area wise infrastructural and utilities layout with facilities including
wash rooms and lockers.
House Keeping Functions: Evolving Integrated Plan for House Keeping Functions.
24
Planning and advise to architect ambulance services in a such a way so that it may
enter emergency area through separate and hindrance free route. And relatives and
attendants of such patients may be planned to kept at distance from the emergency
treatment area.
(xx). Security Services: within Covered Areas on discriminatory basis & for open
areas.
7
STRUCTURAL STABILITY
The consultant shall give Certification regarding Structural stability of the structures,
duly signed by an Engineer holding a Masters degree in Structural Engg.
EARTHQUAKE RESISTANT:
The consultant shall ensure that the building has been designed as earthquake resistant
building.
QUALITY OF WATER
Water is one of the critical utilities in a hospital yet it is often taken for granted. Hospitals
require copious supply of water. Design of water supply and sanitation system for a
hospital is a complex task that calls for the expertise of competent, experienced and
specialist engineers. Since most of the services lines are concealed, faulty design and
installation may lead to disastrous results that may be difficult to rectify later. Moreover
the defective installation would affect not only the functioning of the hospital but also its
hygienic conditions.
25
The design of water supply and sanitary should also take future requirement keeping in
view the delicacy of services, a good MEP consultant thus been emphasized.
The Hospital may require following type of quality of water for Hospital use therefore its
quality and quantity may be taken with perfection during planning the scheme:-
RAW WATER
The main source of water in this hospital may be Bore-wells as well as DJB water. This
water shall be stored as such for firefighting purposes.
The water throughout the Hospital shall be filtered to remove all biologic and chemical
contaminants.
DRINKING WATER
The Hospital shall provide water in its premises conforming to BIS 10500:1991.
It is proposed that some quality of water be provided for catering services and for
ablution in various wash rooms and wash basins
RO WATER
The Hospital requires RO water in the following areas and functions. Adequate RO water
treatment facilities shall be provided.
All ICU beds for Renal Dialysis
Laboratory
Blood Bank
Sterile and Distilled Water Generators
10
Arrangements shall be made for water harvesting as per current legislation and
incorporated in storm water drainage system.
Arrangements shall be made for recycling of wastewater after suitable treatment.
All wastewater from kitchen shall be brought to a Grease Trap unit before its disposal to
first manhole of the building.
28
11
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
29
12
S.
No.
SCHEDULE OF COMPLETION:
Time schedule for the work shall be broadly as under:Item/ Stage
Stage-I:1
Conceptual and master planning
2
Submission of drawings to
statutory authorities
3
Approval of drawings from
statutory authorities
4
Approval of PE and release of
E/S by Delhi Govt.
Stage-II:1
Detailed
estimation
of
composite work, calling of
tender and award of work
2
Approval to detailed estimates
other than composite work
3
Preparation
of
working
drawings and issuance of GFC
Stage-III:1
Construction and supervision &
calling of tenders of other works
i/c E&M and their GFCs
2
Completion of all E&M works
3
Handing over of building
Stage-IV:1
Preparation & submission of
completion drawings to local
bodies.
2
Obtaining
of
completion/
occupancy certificate
Time for
completion of
activity/ activities
stage wise
Over lapping
period
Cumulati
ve time
activity
6 months
Nil
6 months
9 months
12 months
34 months
43 months
45 months
48 months
30
Stage-II (B1):i. 2 sets of detailed tender document submitted for every sub-head of work i.e. Civil,
Electrical, Electronic and Mechanical etc.-etc. along with maintenance module
whichever is required under the contract
ii. 2 sets of submitted draft NITs of every sub-head of work.
Stage-II (B2):i. 2 sets of approved detailed estimate and NITs along with the drawings on the
basis of which the estimate has been approved duly bounded with good quality of
binding material for every sub-head of work considered under this sub-head.
Stage-II (B3):i. 6 sets of Architectural GFC drawings for floor plans, sections, elevations duly
signed by the Senior/ Main Architect Consultant and Hospital Consultant
(specially on floor plans).
ii. 6 sets of structural GFC drawing duly signed by Senior/ Main Architect
Consultant and structural consultant of the project. Additional 2 sets of drawings
shall be provided to Dept. which shall have been vetted by IIT, Delhi or any other
IIT.
iii. 6 sets of every services/ part of work considered under this head of schedule of
payment. These drawings shall be duly signed by Senior/ Main Architect
Consultant of the project along with the individual service consultant against
which the GFC is being issued.
iv. The drawing of electrical, drainage, water supply (cold/ hot, steam and all other
types of water) shall be shown on the drawings on the walls of each and every
room of the Hospital premises wherever they are required on the basis of approved
conceptual templates drawings.
v. GFC of electrical wiring/ pipe conduiting drawing shall be provided considering
the requisite electrical load factor under the particular area like radiology, OTs,
super specialty services, diagnostic/ pathological services, dermatology, autoclaves, CSSD, laundry, kitchen, AHU rooms etc.-etc. so that the electrical
conduiting and cable of required load can be placed and provide accordingly
during the construction stage only and no demolition and dismantling take place
later on.
32
Stage-III (C1 to C6):i. Inspection reports of visits made by Architect Consultant, Hospital Consultant,
MEP Consultant, HVAC Consultant, Electrical Consultant, MGPS Consultant,
Horticulture Consultant etc.-etc.
ii. A fortnightly report of the Architect Consultant on the quality of work and
whether the work is being executed as per the GFC drawings or not.
iii. Architect Consultant/ theirs sub-consultant shall inspect the work/ attend the
meetings at site as and when a written or telephonic communication is conveyed to
Architect consultant/ theirs sub-consultant.
iv. Check and approve the shop drawings submitted by the contractor.
v. Providing of defect list, if any, on the works carried out under activity C1 to C6.
Stage-III (D1 & D2):i. Draft replies of queries, if any raised by any agency i.e. third party quality control
agency, CTE, Accounts audit, DHS , Finance Dept. of Delhi Govt., planning
division of DSIIDC, RTI, by any statutory authorities related to this work
pertaining to planning and designing.
ii. Checking of inventory forwarded by DSIIDC so as to hand over the building to
client.
Stage-IV (E1 & E2):i. Submission of super imposed drawings on GFC with as built drawing submitted by
the different contracting agencies, who have executed the work of services/ bulk
services with different colors including submission of 6 such sets.
ii. Intimating the changes from GFC to the services drawing including providing the
detailed data on such changes.
iii. Submission of 6 sets of final completion drawings of building & services after
submitting the same to MCD and other statutory authorities for obtaining
completion certificate from competent authorities of the area and occupancy
certificate.
iv. Submission of original occupancy certificate and NOCs obtained from different
statutory authorities.
Stage-IV (E3):i. Submission of revised estimate, if required amalgamating all extra, substitute,
deviation and any other items with proper justification so as to work out the
revised estimate for approval of competent authority.
ii. Quarterly inspection of building and submission of inspection report if any defects
are apparent during the maintenance period.
33
14.
i.
In case the Architect Consultant completes all the works defined in stages of
payment schedule ahead of schedule completion time a bonus @ 1% (one
percent) of the fees payable in respective stage per month computed on per day
basis shall be payable to the Architect subject to a maximum limit of 5% (five
percent) of the fees payable in that stage. The amount of bonus shall only be
payable if all the stages of work done are achieved in a scheduled time frame as
defined under schedule of completion under clause-12. The payment on account of
Bonus shall only be paid along with the final bill after completion of the work.
Please note the bonus shall not be payable if any stage of work defined in the
schedule of completion stage is prolonged or if the complete work is prolonged
after stipulated date of completion and on grant of extension of time to the
Architect Consultant on whatever reason/ ground with or without levy on any
compensation, he shall have no claim. The competent authority on award of bonus
shall be Managing Director, DSIIDC.
ii.
If the consultant fails to maintain the required progress or to complete the work as
per Time Schedule defined, a penalty for delay of work @ 1.5% per month of
delay to be computed on per day basis shall be made from his due payment.
However the total amount of penalty/ compensation for delay to be paid on this
account shall not exceed 10% of his quoted amount. The competent authority for
levy of penalty on account of delayed completion shall be Project Director (H.
A penalty of Rs. 5,000/- per day for each day of delay shall be levied if the
consultant fails to provide timeline chart in the shape of PERT chart within 7 days
of issue of commencement letter by DSIIDC. The PERT chart shall also be
required to amend and submit in the event if the time allowed for the activity has
been lapsed. The competent authority for levy of penalty on account of late
submission of PERT shall be Project Director (H).
iii.
iv.
A penalty of Rs. 10,000/- per default shall be levied in case the Architect
Consultant or theirs head of sub-consultant firm fails to attend the meeting of
DHS/ DSIIDC/ any committee/ nodal officer appointed by DHS and intimation of
this when conveyed to them either by written/ telephonic/ through internet or SMS
communication. Reaching late in the meetings more than 15 minutes shall be
treated as absent. The competent authority for levy of penalty on default shall be
Director (W).
34
v.
A penalty of Rs. 5,000/- per default shall be levied in case the Assistant Architect
or Assistant Sub-consultant fails to attend the meeting of DHS/ DSIIDC at office
or site intimation of which when conveyed to them either by written/ telephonic/
through internet or SMS communication. Reaching late in the meetings more than
15 minutes shall be treated as absent. The competent authority for levy of penalty
on default shall be Director (W).
vi.
Failure to get vet the structural drawings from IIT within 10 days of its submission
shall be liable for a penalty of Rs. 2,000/- per day subject to a maximum Rs.
10,000/- for each time default. For this the structural Consultant/ Architect
Consultant shall tie-up for discussion & pacification with third party structural
sub-consultant appointed by DSIIDC. The competent authority for levy of penalty
on default shall be Chief Project Manager (CD-XV).
vii.
Architect Consultant shall have to reply/ amend the proposal on receipt of any
query/ observation to his submitted proposal from any statutory authorities within
7 days of its receipt. Failure to submit, a penalty of Rs. 10,000/- per day shall be
levied. The competent authority for levy of penalty on default shall be Director
(W).
viii.
If the Architect Consultant fails to fulfill his obligations or fails to provide the
information the same shall be attended by the dept. from any other source and
penalty of Rs. 50,000/- to such default shall be levied in addition to the actual cost
incurred to obtain such service by the dept. from any other source. The competent
authority for levy of penalty on default shall be Director (W).
ix.
The Architect consultant shall submit a copy of agreement for engagement of subconsultant for this work as defined in the tender document within 30 days of issue
of commencement letter and shall keep on informing the dept. for their regular
payment made/ due so that ultimate work of department should not suffer. In the
event of any stage if the sub-consultant proves for his balance payment on this
work and raised the demand from the dept., then department shall be at liberty to
take appropriate decision in this regard for smooth and early completion of work
including financial or any other relief, the decision of Director (W) in this regard
shall be final and binding on the Architect Consultant.
35
CONTRACT FEATURES
15.
16.
i.
ii.
iii.
iv.
17
Award of Contact:
The Contract will be awarded after successful negotiations, if required, with the
successful consultant if required.
Upon successful completion of the negotiations, the Engineer-in-charge will inform the
successful bidder about the intention to award the work through a Letter of Intent with a
request to deposit Performance Guarantee as described under relevant clause of tender
document.
Upon successful submission of Performance Guarantee by bidder, letter of
commencement to start the work shall be issued by the Engineer-in-charge.
Remuneration received by consultant as per the contract will be subject to tax deductions
at source at the rate as applicable at that point of time
Formal agreement will be drawn by the Chief Project Manager, CD- XV
ADDITION AND ALTERATION
DSIIDC shall have the right to make changes, additions, `modifications or deletions in
the design and drawing of any part of the work. However for the modification or
alteration which does not affect the entire design planning etc. no amount will be payable.
If it is found after call of tender that the acceptable tender is not within the amount
sanctioned, then the Consultants shall if so desired by the employer take steps to carry out
necessary modification in the design and specification to see that tendered cost does not
exceed. The Consultants shall not be paid anything extra for such modifications. If the
employer is convinced that the trend of market rates is such that work can not be done
within the amount of approved estimate, the Consultants shall submit a revised estimate
expeditiously for obtaining revised approval.
The Consultants shall not make any deviation, alterations, additions to or omission from
the work shown / described and awarded to the Consultant except through and with prior
approval of the Engineer-in-Charge in writing.
If it is revealed after call of tender that the plans are required to approve from any other
statutory body not mentioned in this tender document or as per current practice, then the
consultant shall have to get approval/vet the plans from the statutory bodies. The
Consultants shall not be paid anything extra for such approval. The cost of such works
shall deemed to be included in the scope of this tender document.
TERMINATION
That this agreement may be terminated at any time by DSIIDC upon giving one month
notice to the consultant and in the event of such termination, the Consultants shall be
entitled to all such fee for the services rendered and liable to refund the excess payment,
if any made to him over and above than what is due in terms of this agreement on the
date of termination and the employer may make full use of all or any of the drawings
prepared by the Consultants.
36
18
ARBITRATION
In the event of any dispute between the parties hereto arising out of or in any way
touching or concerning this agreement (except those the decision where of is otherwise
herein before provided for), disputes or differences shall be referred for adjudication
through arbitration by a sole arbitrator appointed by the Chief Engineer, DSIIDC, in
charge of the work or if there be no Chief Engineer, the Administrative head of the
DSIIDC. If the arbitrator so appointed is unable or unwilling to act or resigns his
appointment or vacates his office due to any reason whatsoever, another sole arbitrator
shall be appointed in the manner aforesaid. Such person shall be entitled to proceed with
the reference from the stage at which it was left by his predecessor.
It is a term of this contract that the party invoking arbitration shall give a list of disputes
with amounts claimed in respect of each such dispute along with the notice for
appointment of arbitrator and giving reference to the rejection by the Chief Engineer of
the appeal.
It is also a term of this contract that no person, other than a person appointed by such
Chief Engineer DSIIDC or the administrative head of the DSIIDC, as aforesaid, should
act as arbitrator and if for any reason that is not possible, the matter shall not be referred
to arbitration at all.
It is also a term of this contract that if the consultant does not make any demand for
appointment of arbitrator in respect of any claims in writing as aforesaid within 120 days
of receiving the intimation from the Engineer-in-charge that the final bill is ready for
payment, the claim of the consultant shall be deemed to have been waived and absolutely
barred and the DSIIDC shall be discharged and released of all liabilities under the
contract in respect of these claims.
The arbitration shall be conducted in accordance with the provisions of the Arbitration
and Conciliation Act, 1996 (26 of 1996) or any statutory modifications or re-enactment
thereof and the rules made there under and for the time being in force shall apply to the
arbitration proceeding under this clause.
It is also a term of this contract that the arbitrator shall adjudicate on only such disputes
as are referred to him by the appointing authority and give separate award against each
dispute and claim referred to him and in all cases where the total amount of the claims by
any party exceeds Rs. 1,00,000/-, the arbitrator shall give reasons for the award.
It is also a term of the contract that if any fees are payable to the arbitrator, these shall be
paid equally by both the parties.
It is also a term of the contract that the arbitrator shall be deemed to have entered on the
reference on the date he issues notice to both the parties calling them to submit their
statement of claims and counter statement of claims. The venue of the arbitration shall be
such place as may be fixed by the arbitrator in his sole discretion. The fees, if any, of the
arbitrator shall, if required to be paid before the award is made and published, be paid
half and half by each of the parties. The cost of the reference and of the award (including
the fees, if any, of the arbitrator) shall be in the discretion of the arbitrator who may
direct to any by whom and in what manner, such costs or any part thereof shall be paid
and fix or settle the amount of costs to be so paid.
37
19.
20.
i.
ii.
iii.
21.
TIME SCHEDULE
Period of completion of this work shall be 48 months.
The date of start of this work shall be reckoned from 21st day of issue of letter of
acceptance or issue of commencement letter whichever is later.
22.
ABANDONMENT OF WORK
That if the Consultants abandons the work for any reasons whatsoever or becomes
incapacitated from acting as Consultants as aforesaid, the employer may make full use of
all or any of the drawings prepared by the Consultants and that the Consultants shall be
38
liable to pay such damages as may be assessed by the Employer subject to a maximum of
10% (ten percent) of the total fee payable to the Consultants under this agreement.
Provided, however, that in the event of the termination of the agreement being under
proper notice as provided in the clause hereinafter, the Consultants shall be entitled to all
such fee for the services rendered and liable to refund any excess payment made to him
over/and above which is due to him in accordance with the terms of this agreement, for
the service rendered by him till the date of termination of the agreement.
23.
GUARANTEE
The Consultants shall agree to re-design at his own cost any portion of his engineering
design work, which due to his failure to use a reasonable degree of design skill, shall be
found defective within two years from the date of start of regular use of the portion of
work affected.
DSIIDC shall grant right of access to the Consultants of these portions of the work
claimed to be defective for inspection.
DSIIDC may make good the loss by recovery from the dues of the Consultants in case of
failure to comply with the above clause.
24.
i.
ii.
iii.
DSIIDC without any prejudice to its right against the consultant in respect of any delay
by notice in writing absolutely may determine the contract in any of the following cases:If the Consultant being a firm/company shall pass a resolution or the court shall make any
order that the firm / company shall be wound up or if a receiver or a manager on behalf
of the creditor shall be appointed or if circumstances shall arise which entitle the court or
creditor to appoint a receiver or a manager or which entitled the court to make up a
winding order.
If the consultant is in breach of any of terms of this agreement.
When the consultant has made himself liable for action under any of the clauses aforesaid
the Employer shall have powers to determine or rescind the agreement with any of the
modality/ modalities as under:a. To engage another consultants to carry out the balance work debiting the
consultant the excess amount if any so spent for balance work.
b. To recover the penalty amount as elaborated under the clause-15, Incentives &
Penalties.
c. To forfeit the Performance Guarantee in full.
39
25.
i.
GENERAL
TEAM LEADER
Team leader shall be from the team of Architect and will be a leader of Design team and
a key figure in a Hospital project. The main function of an Architect shall be to translate
the clinical and Administration need into architectural and engineering realities. His
responsibilities include among other things for orientation of building, adopting building
design to construction contracts and functional requirements like utilities, electrical and
mechanical installation. The Architect should recognize the need and working association
with Hospital consultant who shall collaborates with the Architect on one hand and the
client/ DHS on the other hand. The team leader shall be responsible for development
planning, project planning, functional briefs, detailed design engineering with association
of associated sub-consultant, project coordination and work implementation,
documentation for full commissioning and handing over.
ii.
HOSPITAL CONSULTANT
For planning hospital building the role of hospital consultant/firm is very important so as
to recognize the importance of establishing traffic pattern for movement of physician
hospital personals, Physicians, patients, visitors, medicines and equipment space planning
and efficient transportation of food, linen drugs and other supplies and also requires and
specific attention to special services like out patients, incentive care, obstetrics, operating
rooms, medical and surgical specialties and to such concepts as infection control, disaster
planning etc. to deliver and a hospital consultant/ firm shall be very important to
employ/engage until the hospital project completed.
With this background the hospital consultant brings to the project his knowledge of
locating departments, rooms, utilities, equipments and services in a manner that ensure
better care of patient and the smooth functioning of the hospital. The requirement of
hospital consulting firm is emphasized in this document because even the minor defect in
designing can make operation of the hospital inefficient as in that case they require more
man power and subsequently increase the cost of maintenance and such hospital cost
more to the patients because they get less health care services for the money they pay.
One more aspect for a good hospital consultant/firm is stressed because long range plan
of health needs and delivery system are important factors in the building scope and future
requirements, therefore the facilities master plan has been emphasizes to develop before
the department locations are decided or fixed. In fact architect of a hospital do not
understand the complicated nature and work of modern health care facilities and the
increasingly complex kind of services they are called upon to render which can be taken
care by a good hospital consultant/firm.
The hospital consultants functions and responsibilities are defined broadly under here:Preliminary survey, Feasibility and other studies, Development of a long large plan,
Preparation of master plan for the facility, Financial feasibility, Equipment planning and
selection, Inspection, Function as owners representative at the construction site and on
40
41
26.
Name of work:-
O.P.D.
S.
No.
DESCRIPTION
NOS.
APPROX.
CARPET
AREA
PROVIDED
FOR EACH IS
SQFT.
TOTAL
1
1
1
1
2320
190
340
200
2320
190
340
200
3050
1
2
1
1
2
1
210
120
325
255
490
100
210
240
325
255
980
100
2110
1
2
3
1
1
1
2
100
150
350
275
90
355
375
100
300
1050
275
90
355
750
2920
1
1
2
2
1
745
250
195
360
95
745
250
390
720
95
1
2
3
4
1
2
3
4
5
6
1
2
3
4
5
6
7
1
2
3
4
5
GROUND FLOOR
Main entrance Hall CUM Gen, Waiting
Enquiry Tel. Ex.
General Registration
Security
TOTAL
ORTHOPAEDIC DEPARTMENT
Consultant
Examination
Treatment (O.T.)
Plaster Room- Hot & Cold Water
Waiting
Registration Counter
TOTAL
RADIOLOGY DEPARTMENT
Registration Counter
Radiologist
X-Ray Room/ Dark Room, Film Store etc.
Barium-Mcal
A.H.U.
Ultra-Sound
Waiting
TOTAL
PHYSIOTHERAPY
Exercise Hall
Examination Room
Consultant
Waiting
Registration Counter
42
1
2
1
2
3
4
1
2
3
4
5
1
2
3
4
5
6
7
8
1
2
3
4
5
6
1
2
3
A.H.U.
TOTAL
OCCUPATIONAL THERAPY
Occupational therapist room
Occupational therapy
TOTAL
SAMPLE COLLECTION ROOM
Sample Collection
Storage
Waiting
Registration Counter 1 for lab
200
200
2400
1
1
225
520
225
520
745
1
1
1
1
420
190
360
95
420
190
360
95
1065
1
1
1
2
1
95
285
130
170
90
95
285
130
340
90
940
1
1
2
1
1
1
1
1
90
160
120
95
210
360
225
90
90
160
240
95
210
360
225
90
1470
1
1
2
1
1
1
95
200
120
360
250
400
95
200
240
360
250
400
1545
1
1
6
410
85
200
410
85
1200
43
4
5
6
7
1
2
3
4
5
6
1
2
3
4
5
6
1
2
3
4
5
6
7
1
2
3
4
5
6
7
8
9
10
Examination
Waiting
Registration Counter
Toilet
TOTAL
DENTAL
Registration Counter
Consultant
Hall
Waiting
Dark Room
Conference Room
TOTAL
O.P.D. Second Floor
EYES
Registration
Consultants
Refraction room
Waiting
Minor O.T.
Optomist
TOTAL
GENERAL SURGERY
Regstration Counter
PAC Room
Waiting
Examination
Consultant
Minor O.T. + Scrub Up
H.O.D.
TOTAL
MEDICINE
Consultant
Examination
Waiting
Registration Counter
Injection Counter
P.F.T. Room
E.C.O.Room
Dressing Room
E.C.G. Room
Speech Therapy Room
9
3
3
1
120
360
95
150
1080
1080
285
150
4290
1
2
1
1
1
1
95
110
400
280
80
150
95
220
400
280
80
150
1225
1
2
1
1
1
1
95
170
135
280
255
135
95
340
135
280
255
135
1240
1
1
1
4
2
1
1
95
95
280
100
220
435
220
95
95
280
400
440
435
220
1965
2
6
2
1
1
1
1
1
1
1
200
100
360
95
95
250
300
70
200
200
400
600
720
95
95
250
300
70
200
200
44
1
2
3
4
1
2
3
4
5
6
7
1
2
3
4
1
2
3
1
2
3
4
5
6
7
8
9
TOTAL
PHSYCHIATRY
Registration/ Office (Counter)
Waiting
Examination
Consultant
TOTAL
E.N.T.
Consultanat
Examination
Audiometry
Minor O.T. + Scrub up
Waiting
Control Room
Registration Counter
TOTAL
O.P.D. Third Floor
ACCOUNTS
Account Officers
Officer Room
Deputy medical Superintending
Personal Assistant
TOTAL
COMPUTER CENTRE
Computer Centre
Officer In Charge
Store Room
TOTAL
ADMINISTRATIVE BLOCK
Medical Record Room
Meeting Room
Document Room
Medical Superintendent
P.A.
Consultant
General Administrative Office
Conference Hall
Store
TOTAL
O.P.D. Fourth Floor
Registration Counter
2930
1
1
2
1
95
280
110
175
95
280
220
175
770
2
2
1
1
1
1
2
200
100
125
300
360
75
95
400
200
125
300
360
75
190
1650
1
1
1
1
1550
580
445
160
1550
580
445
160
2735
1
1
1
1200
375
70
1200
375
70
1645
1
1
1
1
1
16
1
1
1
1200
750
100
600
175
100
575
2300
70
1200
750
100
600
175
1600
575
2300
70
7370
120
120
45
1
2
3
1
2
3
4
5
6
1
2
3
4
5
6
7
8
9
10
1
2
3
4
5
6
7
8
1
2
3
4
Waiting
TOTAL
LIBRARY
Library
Librarians Room
Lecture Room
TOTAL
GENERAL CLINIC
Doctor's Rest Room
Doctor's Room
Waiting
Consultant
Waiting
Registration Counter
TOTAL
I.C.U
Intensive Care unit
Doctor's Room
Nurse Station
Store
Consultant
Technician's Room
Nurse's Room
Wash Room
Change Room
Trolley Stand Space
TOTAL
C.C.U.
C.C.U.
Nurse Station
Doctor's Room
A.H.U.
Waste Collection Room
Consultanat
Store
Trolley Stand Space
TOTAL
O.P.D. Fifth Floor
Doctor's Room
Utility
Nurses Station
Post Operational Ward
1885
1885
2005
1
1
1
2400
400
700
2400
400
700
3500
1
2
1
3
1
1
435
460
360
200
310
120
435
920
360
600
310
120
2745
1
1
1
2
1
1
1
1
2
1
1050
200
175
150
255
290
185
50
30
150
1050
200
175
300
255
290
185
50
60
150
2715
1
1
1
1
1
1
1
1
645
180
175
100
145
255
220
260
645
180
175
100
145
255
220
260
1980
2
1
1
1
600
120
190
1400
1200
120
190
1400
46
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
Instruments Store
Autoclave
Preparation & Utility
Scrub up Area
Operational theatre with Anesthesia
A.H.U.
Pre-Operative Ward
Nurses Station Pre-operative
Anesthesist Room
Technicians Room
Nursing Ordely
Sisters Rest Room
Store
Doctor's Lounge
Doctor's Changing
Nurse's Changing
Technician's Changing
Waste Collection Room
4th Class Changing
Waiting
TOTAL
WARD BLOCK GROUND FLOOR
CASUALITY
Entrance Hall
Waiting
Registration
Police
X-Ray/ dark Room
Observation
E.C.G. Room
Nurses Station
Fire Control Room
Nurses Orderly Duty Room
CMO attached toilet
Casuality Ward Medicine
Casuality Ward Surgery
Nurse Rest Room attach Toilet
Store
Doctor's Rest Room attach Toilet
P.O.P.
Sister in-charge Room
Auto Clave
2
3
3
3
6
2
1
1
2
1
1
1
3
1
2
2
2
1
2
1
85
200
175
175
580
250
660
160
100
250
180
250
200
725
100
80
80
115
80
400
170
600
525
525
3480
500
660
160
200
250
180
250
600
725
200
160
160
115
160
400
12930
1
2
1
1
1
1
1
2
1
1
1
1
1
1
1
2
1
1
1
420
1100
100
100
250
700
95
200
200
120
170
450
265
200
100
130
240
200
100
420
2200
100
100
250
700
95
400
200
120
170
450
265
200
100
260
240
200
100
47
20
21
22
23
24
25
26
27
28
29
30
31
32
33
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
Scrub up
Nurse change room
Technician room
Doctor Change room
Pharmacy
Casuality Ward General/ Triage Area
Toilets
Dressing Room
E.O.T.
Anesthesia
Class IV Change
C.T.Scan
Console Room
Emergency Ultra Sound
TOTAL
WARD BLOCK FIRST FLOOR
MATERNITY
Post Natal Ward
Clean Labour Room/ Rescues-Room
O.T.
Autoclave
Scrub up
Nurses Duty Room
Doctor's Rest Room attach toilet
Nurse Change Room
Nurses Station
Anti-natal ward
Eclampsic Room
Technician Change Room
Store
Toilet
Doctor's Change
Gropu D staff
Lab
Labour Room
Receiving Room attached toielt
First stage attached toilet
M.T.P. Room
Recovery Room attach Toilet
Labour Room attached Toilet
Pre-Operative Room
V.I.P. Labour Room
1
2
1
2
1
1
4
1
1
1
1
1
1
1
100
50
50
50
1150
1000
130
110
500
170
50
535
105
180
100
100
50
100
1150
1000
520
110
500
170
50
535
105
180
11240
1
1
1
1
1
1
1
1
3
1
1
1
2
1
1
1
1
1
1
1
1
1
1
1
1
660
430
490
125
125
190
250
80
125
850
550
80
125
130
80
110
150
500
415
395
200
360
415
150
150
660
430
490
125
125
190
250
80
375
850
550
80
250
130
80
110
150
500
415
395
200
360
415
150
150
48
26
1
2
3
4
5
6
7
1
2
3
1
2
3
4
5
6
7
8
9
1
2
3
4
5
6
7
1
2
Resussination room
TOTAL
BLOOD BANK
Registration
Waiting
Doctor's Duty Room
Blood Donars
Laboratory
Blood Storage
Compressor
TOTAL
LABORATORY
HEMT.LAB
Bio Chemical Lab
Consultanat & Store
TOTAL
WARD BLOCK : SECOND FLOOR
Gynecology Ward
Store
Six bed Ward
Doctor's Room attach Toilet
Nurses Rest Room attach Toilet
Pantry
Utility
Nurse Room
Nurse Station
Toilet
TOTAL
MATERNITY
Toilet
Office/ Record
Histology Lab/ Serology Bact. Lab
Pathology
Waiting
Consultant
V.C.T.C. Centre attached Toilet
TOTAL
WARD BLOCK : SECOND FLOOR
PEADIATYRICS WARD
Store
Six bedded ward
90
90
7600
1
1
1
1
1
1
1
100
240
220
400
220
200
100
100
240
220
400
220
200
100
1480
1
1
2
340
450
105
340
450
210
1000
1
3
1
1
1
1
1
1
1
165
450
260
260
100
90
80
150
500
165
1350
260
260
100
90
80
150
500
2955
1
1
1
1
1
1
1
500
310
355
125
115
130
1150
500
310
355
125
115
130
1150
2685
1
4
100
450
100
1800
49
3
4
5
6
7
8
9
10
11
12
1
2
3
4
5
6
7
8
9
10
11
12
13
Utility
Pantry
Nurse's Room att. Toilet
Nurses Station
Sister Room with attached toilets
Doctors Rest Room with attached Toilet
Waiting
Picu Ward
Isolated Ward
Doctor's duty Room
TOTAL
NICU
Nurse Station & Common toilet
Nurse/ Sister Room
Feeding
Neo- Natal I.C.U.
Store
Nursery/ Observation
Lab
Slope Sink
Group D
Doctor's Lounge & toilet
Gymansium/ Recreation & Toilet
Toilet
Doctors Room att. Toilet
TOTAL
1
1
1
1
1
1
1
1
1
2
90
100
80
150
260
260
300
620
300
150
90
100
80
150
260
260
300
620
300
300
4360
2
1
1
1
2
1
1
1
1
1
1
2
2
250
65
60
430
50
1140
150
35
110
1120
1120
100
180
500
65
60
430
100
1140
150
35
110
1120
1120
200
360
5390
4
2
1
2
8
2
2
2
2
1
1
2
100
250
100
180
480
160
80
90
90
220
220
275
400
500
100
360
3840
320
160
180
180
220
220
550
GENERAL WARD
Consultant Offices
Office
Registration
Anesthetist Attached Toilet
Six Bedded Ward
Nurse Station
Nurses Room
Utility
Pantry
Nurses Rest Room Attached toilet
Sister in-charge Attached Toilet
Doctor's Room Attached Toilet
50
13
14
15
16
1
2
3
4
5
6
7
8
9
10
11
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
Waiting
Store
Consultant Room
Toilet
TOTAL
WARD BLOCK : SEVENTH FLOOR
A.H.U.
Room attached toilet & veranda
Store
Waiting
Nurse's Rest Room with attached toilets
Pantry
Utility
Nurses Room
Nurse's Station
Doctor Rest Room with attached toilet
Room
Consultant Room
TOTAL
1
2
4
2
450
165
100
130
450
330
400
260
8470
2
20
2
1
1
2
2
2
2
1
2
4
240
260
150
450
200
85
90
90
170
200
200
100
480
5200
300
450
200
170
180
180
340
200
400
400
8500
1
1
1
1
1
1
1
1560
100
200
500
2050
760
400
1560
100
200
500
2050
760
400
5570
1
1
1
1
1
1
450
500
2000
800
400
480
450
500
2000
800
400
480
4630
1
1
1
420
400
450
420
400
450
51
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
1
2
1
1
1
235
650
400
300
1350
235
1300
400
300
1350
4855
1
1
1
1
1
1
1
1
1
1
200
200
360
400
250
250
220
400
400
400
200
200
360
400
250
250
220
400
400
400
3080
52
DISTRIBUTION OF BEDS
O.P.D.
S. No.
DESCRIPTION
GROUND FLOOR
CASUALTY WARD
Casualty ward medicine
Casualty ward Surgery
Casualty ward General triage area
Observation room
Temp. Beds
6 Beds
4 Beds
10 Beds
6 Beds
FIRST FLOOR
MATERNITY WARD
Recovery room
Receiving room
Septic room
Eclampsic room
Anti Natal ward
4 Beds
4 Beds
4 Beds
4 Beds
10 Beds
SECOND FLOOR
GYNAECOLOGY
WARD
MATERNITY WARD
4 rooms X 6 Beds ward
3 post natal ward X 6 beds ward
+
24 Beds
18 Beds
THIRD FLOOR
PIT WARD+NICU WARD+PICU WARD
4 rooms x 6 Beds ward
PICU ward
Neonatal ICU
Nursery
Isolation Ward
24 Beds
6 Beds
4 Beds
12 Beds
2 Beds
Regular Beds
48 Beds
48 Beds
FLOOR
74 Beds
20 Beds
20 Beds
204 Beds
53
55
SECOND FLOOR.
This floor consist of Gynaecology ward and maternity ward.
Maternity ward consists of 18 beds of post natal ward.
Gynecology ward consists of 24 beds of gyno-patients.
V.C.T.C. Centre is provided with attached toilet.
THIRD FLOOR
This floor consists of Picu/ Nicu & Pits ward.
At Nicu ward there is a nursery & neo natal I.C.U.
At Picu there is a ward of 6 beds.
Store is provided.
Sister Room is provided in place of Nurses Rest Room.
Isolation Ward & Doctor Duty Room is provided in place of Six bed ward.
FOURTH, FIFTH FLOOR
These floor is for male and female general ward.
8 Rooms with 6 beds in each room= 48 beds provided at fourth floor (for female).
8 Rooms with 6 beds in each room = 48 beds provided at fifth floor (for male).
SIXTH & SEVENTH FLOOR
20 rooms of single sitter room is provided at each floor (these are private wards).
Passage for the refuse area on fifth sixth & seventh floor provided.
SERVICE BLOCK
M.R.I. is provided at ground floor in place of laundry.
Laundry shifted at IInd floor.
Medical gases (many fold room) is provided at ground floor.
CENTRAL STORES
4-6 rooms, with each room of at least 1000 sq.ft., to be provided with basement area,
Recommended plans enclosed.
56
ACCEPTANCE
The above tender ( as modified by you as mentioned in the letters mentioned hereunder ) is
accepted by me for and on behalf of the M.D., DSIIDC for a sum of Rs.
(Rupees.
)
The letters referred to below shall form part of the this contract Agreement:i)
ii)
iii)
Signature
Dated
Designation
57
ANNEXURE-I
On non judicial stamp paper of Rs 50/- duly certified by Public Notary
AFFIDAVITE/UNDERTAKING
I / We have read and understood the instructions and the terms and conditions contained
in the document. I/ we do hereby declare that the information furnished in the application and in
the supplementary sheets from page to page is correct to the best of my/our knowledge
and belief. It is certified that we have not been blacklisted by any Organization of Government
of India including CVC. I / We have neither failed to perform on any agreement nor been
expelled from any project or agreement nor have any agreement terminated for breach during the
last seven years. I/ We further undertake and confirm that eligible similar work(s) has/have
not been got executed through another consultant/ firm(s) on back to back basis. Further that,
if such a violation comes to the notice of Department, then I/we shall be debarred for
tendering in DSIIDC in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer- in-Charge shall be free to forfeit the
entire amount of Earnest Money Deposit/Performance Guarantee. The undersigned is fully
authorized to sign and submit this document on behalf of the Organization. We authorize _____
to approach individuals, employers, firms and Corporations to verify our competence and general
reputation.
Signature
__________________
Name
__________________
Designation
__________________
Address
__________________
__________________
Seal
Place :_____________
Date : _____________
58
ANNEXURE-II
powers exercisable by the DSIIDC against the said Architect/ Consultant (s), and to for bear or
enforce any of the terms and conditions relating to the said agreement, and we shall not be
relieved from our liability by reason of any such variation or extension being granted to the said
Architect/ Consultant (s) or for any forbearance, act of omission on the part of the DSIIDC or
any indulgence by the DSIIDC to the said Architect/ Consultant (s) or by any such matter or
thing whatsoever which under the law relating to sureties would, but for this provision, have
effect of so relieving us.
6. This Guarantee will not be discharged due to the change in the constitution of the Bank or
the Architect/ Consultant (s).
7. We ..lastly undertake not to revoke this Guarantee except
(indicate the name of the Bank) with the previous consent of the DSIIDC in writing.
8. This Guarantee shall be valid up to unless extended on demand by the
DSIIDC. Notwithstanding anything mentioned above, our liability against this Guarantee is
restricted to Rs .. (Rupees .only), and unless a claim
in writing is lodged with us within six months of the date of expiry or extended date of expiry of
this Guarantee all our liabilities
under this Guarantee shall stand discharged.
Dated the .day of. For ...
60
ANNEXURE-III
AFFIDAVIT
I/We have submitted a Bank Guarantee for the work .............................................
............................................................................................................................................
(Name of work)
Agreement No. ......................................................................... dated ......................... from
...................................................................................................................................
.......................................................................................................................................
61
FORM-A1
PARTICULARS IN RESPECT OF WORK COMPLETED/EXECUTED
(DURING LAST 7 YEARS)
(1)
Name of the
work
(2)
Short
description
of work
executed
(3)
Name and
address of
owner/client
Value of
work
executed
In INR
In USD
(4)
(5)
Land Area
of the
Project
(6)
Built up
Area of
the
Project
(7)
Date of
commen
cement
Date of
completi
on
Any other
relevant
informatio
n
(8)
(9)
(10)
1
2
3
4
Note:i.
Consultant shall also submit the certificate of satisfactory completion of the work from
the respective client which should have all the information i.e. from column (2) to
column (10) of above given table along with the copy of award letter/ work order.
ii.
Details enclosed without completion certificate issued by the competent authority shall be
treated as Nil experience
Certified that above information is correct.
Signature of Consultant
62
FORM-A2
PARTICULARS IN REPSECT OF WORK IN HAND/ONGOING WORKS
(ONLY SIMILAR PROJECTS)
Sl.
No.
Name of the
work
Short
description
of work
executed
Name and
address of
owner/client
Value of
work
executed
In INR
In USD
Land Area of
the Project
Built up
Area of
the
Project
Date of
commence
ment
Date of
complet
ion
Any other
relevant
information
1
2
3
4
Note:i.
Consultant shall also submit the award letter / work order from the respective clients
Signature of Consultant
63
FORM-B
DETAILS OF PROFESSIONALS/ PERSONALS WITH ARCHITECT CONSULTANT
S.
No.
Desgn.
Total
Number
Number
available for
the work(s)
this work
4
Name
Qualification
(Please furnish
proof of
qualification
6
Professional
experience and
details of work
carried out
7
How these
would be
involved in
this work
8
Remarks
Note:i.
For the field of the lead Architect in-house facility is must. For rest of the filed the
consultant Architect shall associate sub-Consultant and willingness of the sub-consultant
including MOU shall require to attach and no change will be allowed without the
permission of Chief Engineer. Credentials of the associated sub-consultants and theirs
supporting staff dully signed by the sub-consultant and their staff willingness to work on
this project are required to submit by the applicant.
ii.
Each page of the CV shall be signed by the individual and authorized representative of
the sub-consulting firm.
Signature of Person
64
FORM-C1
WILLINGNESS CERTIFICATE OF CONCERNED ASSOCIATE CONSULTANT
To,
The Chief Project Manager
Const. Div-XV, DSIIDC
T.C. Building, Wazirpur Indl. Area
Delhi-110052
Sub:- Willingness certificate to provide consultancy services for comprehensive integrated
planning for construction of 200 bedded Hosp[ital at Hasthsal- Vikaspuri
S/H:- Consultancy for * .. . .(mention name of the service)
Dear sir,
I/We hereby give my/ our willingness to work as sub-consultant/ associate consultant
with M/s for providing consultancy in the field of
for above mentioned work. MOU executed between us and M/s
on specially for the above said work is enclosed hereunder.
In the event if this work is not awarded to M/s in that case my/
our consent and MOU may be treated as null & void.
I/We will employ full time technically qualified professional as required for the work.
65
FORM-C2
DETAILS OF CONSULTANTS ASSOCIATED WITH THE MAIN CONSULTANT/
ARCHITECT
S.
No.
1
2
3
4
5
6
7
8
9
10
Professional
Name &
Experience
Address of of similar
Consultants
work
handled
Important
similar
work
Handled
Since
When
Associated
Architect Consultant.
Hospital Consultant
PHE, Plumbing and Sewerage
Consultant/ firm(s)
Electrical works Consultant/ Firm
Fire Consultant/ Firm
HVAC Consultant/ Firm
Green Building Consultant/ Firm
MGPS Consultant/ Firm
Environmental Engineer /Consulting
Firm
Structural Engineering consulting firm
11
12
Note:For field of the lead Architect in house facility is must for rest of the field if in house
i.
facility is not available, that consultant Architect has to associate for such field, &
willingness/MOU shall required to be attached.
ii.
Consultant shall also submit the award letter / work order from the respective clients.
iii. Name & Address of the consulting firm/ consultant should include its office address,
telephone no. including mobile no. of the head consultant, the registration details of subconsultant.
The bidder must enclose the consent letter/ copy of MOU made with different subiv.
consultant to serve on this project. The offers received without consent letter/ MOU, Nil
marks shall be awarded in evaluation of key personals/ professions.
v.
After award of work, no sub-consultant listed in offer shall be changed by the Architect
consultant/ consulting firm without the written permission of Engineer-in-charge.
Certified that above information is correct.
Signature of Consultant
66
FORM- C3
LIST OF TECHNICAL STAFF
THIS SHALL BE PROVIDED BY THE SUB- CONSULTING FIRM
S.No Particular
Experience in
similar projects only
Region Language
of
spoken
project
executed
FINANCIAL TURNOVER
FORM D
Financial year
2010 2011
2009 2010
2008 2009
Note : Consultant shall submit proof in support of the Financial turnover ( Balance Sheet /
CA Certificate /TDS etc )
Signature of Consultant
68
FORM E
S.No.
Name of Organization
Category /
Classification if any
Date of Empanelment
Signature of Consultant
69
FORM-F1
COMPETITIONS WON AND AWARDS CONFERRED
(International / National Awards)
S.No.
Name of Organization
Year
Competition
Awards
of Award
/ conferred
Remarks
Signature of Consultant
70
FORM-F2
COMPETITIONS WON AND AWARDS CONFERRED
(Others Awards / Appreciation etc. )
S.No.
Name of Organization
Year
Competition
Awards
of Award
/ conferred
Remarks
Signature of Consultant
71
FORM G
PARTICULARS OF LITIGATION / ARBITRATION CASES
S.No.
Period of
Litigation
Outcome of
Arbitration
Remarks
Signature of Consultant
72
73