You are on page 1of 34

Tender Document for Empanelment of professional Architect cum - consultant

Gandhinage Urban Development Authority


Ground Floor, Block No. 9, Udhyog Bhawan, Sector -11, Gandhinagar, 382011
Phone / Fax : 079-23249017-18, Website : www.guda.gujarat.gov.in

Contents
Introduction .............................................................................................................................................. 3 Part 1 Tender Information ........................................................................................................................ 4
Section 1. : Instructions to the Applicants ......................................................................................................... 4 Section 2: Technical & Financial Proposal Format and Content : ....................................................................... 7 Section 3 : Eligibility Criteria:- ........................................................................................................................... 10 Section 4: Proposal Evaluation:- ....................................................................................................................... 13 Section 5 : Availability of Professional staff/ experts :- .................................................................................... 14 Section 6 : Conclusion of the Negotiations : ..................................................................................................... 15

Appendix - A......................................................................................................................................... 16 Part 2: Technical Proposal - Standard Forms ........................................................................................ 17


Form EMD ......................................................................................................................................................... 18 Form Tech-1 : Technical Proposal Submission Form ....................................................................................... 19 Form Tech-2 Consultants Organization And Experience ................................................................................. 20 A-Consultants Organization ......................................................................................................................... 20 B - Consultants Experience .......................................................................................................................... 21 Form Tech-3 A: Team Composition And Task Assignments ............................................................................. 28 Form Tech-3 B: Team Composition And Task Assignments (Proposed Key Personnel for GUDA assignments) .......................................................................................................................................................................... 29 Form Tech-4 Curriculam Vitae (CV) for Proposed Key Professional Staff for GUDA Assignments ................... 30 Form Tech 5: Details of Outstanding Projects .................................................................................................. 31

Part 3 Financial Proposal- Standard Forms ........................................................................................... 32


Form Fin-1 Financial Proposal Submission Form .............................................................................................. 33 Form Fin-2 Summary Of Costs .......................................................................................................................... 34

Introduction
Gandhinagar Urban Development Authority (GUDA) has been constituted under the Gujarat Town Planning and Urban Development Act, 1976. In March 1996, The Government of Gujarat notified GUDA covering 39 nucleus villages of Gandhinagar spread over an area of 387.6 sq. km. The prime objective of GUDAs formation was to carry out the sustained planned development of the area falling outside the periphery of Capital city. As a part of its main functions, GUDA has developed 23 Town Planning Schemes to upgrade the existing infrastructure and to facilitate a scenario of planned and regulated growth. The area is already experiencing a period of fast development. GUDA regards this initiative of empanelment of architects and consultants for various development projects in its jurisdiction as an effort to facilitate vitality while retaining the character of the city. These activities might include: lake development and conservation, landscape designing and architecture projects, developing social infrastructure like :o community centers o libraries o neighborhood centers o primary schools o health centers o housing for urban poor/ EWS housing etc. GUDA expects these projects to be designed in a public oriented manner which completely depicts the Aghvi Olakh and architecture of Gujarat. To materialize this vision GUDA has decided to create a pool of reputed architectural firms by undertaking this exercise of empanelment.

Authorized Signatory

Part 1 Tender Information


Section 1. : Instructions to the Applicants
1.1 Intending applicants are required to submit their bio-data giving details about their organization, experience, technical personnels in their organization, spare capacity, proven competence to handle major works, in house computer aided design facilities etc. in the enclosed performa 1.2 As the time is the essence of a contract, the ability and the competence of the applicant to render required services in the specified time period will be a significant factor to decide the selection of consultant-cum-architects for the empanelment. 1.3 The application shall be signed by the person/s on behalf of the organization having necessary Authorization/ Power of Attorney to do so. Each page of the application shall be signed by the authorized signatory. (copy of Power of Attorney / Authorization shall be furnished along with the application) 1.4 While filling up the application with regard to the list of works completed and or on hand, applicants shall only include those works which individually cost as per pre qualification criteria mentioned in the form. 1.5 The application shall have to engage the services of well qualified specialists of consultants pertaining to structural, electrical, sanitary, drainage, water supply, horticulture, landscaping etc wherever necessary. 1.6 The team should have qualified professionals and technically sound people on board. It is one of the very important selection criteria from their organization. Please mention it in the given space for organization structure. 1.7 Services to be rendered from the stage of conceptualization till commissioning of projects by consultant/brief scope of the consultant cum architects is as under: a.) To discuss the present requirements and prepare conceptual drawings and have consultations with the client department, making revisions till client approves the design. b.) To prepare base map based on contours of the area. c.) To prepare preliminary estimates. d.) To prepare detailed drawings for all the items and for all spaces involved in project.
4
Authorized Signatory

e.) To prepare working drawings. f.) To draw detailed estimates, specifications related to tender items etc. g.) Periodic monitoring of quality and physical progress of work as per standards set by government and reporting to GUDA h.) To help our organization for the procurement of the material and maintain the time line 1.8 Applications containing false and / or incomplete information are liable for rejection. At any point of time before, during or after the development, designing, implementation, execution, operation, monitoring phase of project If the client finds out that any detail or information submitted by the consultant is false or wrong then the Client would be discarded / disqualified from the panel and the consultant would not be allowed to work further. 1.9 Selected architects shall require executing an agreement with Performa as in when directed to do so by GUDA. 1.10 Conditional tenders would be rejected without giving any further clarifications. 1.11 The Authority / Chief Executive Authority, GUDA shall have full powers to accept the tender in total or in partial, or denial of tender without showing any reason. 1.12 Any matter / Question in regard to interpret any part or condition of the tender, OR any matter regarding definition of any term/s of the tender, the Chief Executive Authority, GUDA shall be the sole and final Authority to do so and the bidder Agency is fully liable to it. 1.13 The Tender form is available from office address of GUDA during office hours between 4th November 2010 to 24th November 2010 by paying tender fees of Rs. 500/-. 1.14 The Tender form can be downloaded from authoritys website : www.guda.gujarat.gov.in for which tender fees shall be paid in form of separate DD payable in favour of Gandhinagar Urban Development Authority along with submission of tender. 1.15 Last Date for Submission of Tender : 24th November 2010. GUDA in the prescribed

Authorized Signatory

1.16 Tender Proposal along with the supporting documents should reach to GUDA office in sealed cover on or before last date of submission. Authority is not liable or responsible for any postal delay. Application received after last date will be disqualified. 1.17 The prescribed tender form duly signed by Authorized signatory shall be returned to Authority alongwith the tender proposal. Bidder should not modify, alter, change or delete any part of the prescribed document even in case of grammatical or language errors. Any clarification to tender document should be obtained from the designated officer of GUDA only. I/We have read the various terms and conditions and the same are acceptable to me/us.

Place : Date:

Signature of the applicant with full address

Authorized Signatory

Section 2: Technical & Financial Proposal Format and Content :


2.1 E.M.D. : The Bidder ( Consultant) shall pay Earnest Money Deposit of Rs. 10,000/- along with the tender proposal in form of Demand Draft in Favour of Gandhinagar Urban Development Authority payable at Gandhinagar. The Demand draft must be issued on or after the date of tender. The EMD shall be the part of Technical bid, hence the DD should be submitted in Technical Bid cover. 2.2 Consultants are required to submit a Technical Proposal (TP), in the format of the Technical Proposal. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non- responsive. The Technical Proposal shall provide the information indicated in the following paras from (a) to (m) using the attached Standard Forms (Part 2). a) A brief description of the Consultants organization and an outline of recent experience of the Consultants and, in the case of joint venture, for each partner, on assignments of a similar nature is required in Form TECH-2 of Part 2. For each assignment, the outline should indicate the names of Sub-Consultants/ Professional staff who participated, duration of the assignment, contract amount, and Consultants involvement. Information should be provided only for those assignments for which the Consultant was legally contracted by the client as a corporation or as one of the major firms within a joint venture. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultants associates, but can be claimed by the Professional staff themselves in their CVs .Consultants should be prepared to substantiate the claimed experience if so requested by the Client. b) In case of a joint venture application the lead consultant cannot form another joint venture with any other firm or an individual and submit another application. c) Any joint venture partner firm cannot submit another application in individual capacity. d) The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form TECH-3 of Part 2). e) CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-4 of Part 2).
7
Authorized Signatory

f) The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive.
g) The Financial Proposal shall be prepared using the attached Standard Forms (Part 3). The financial proposal of the consultant should be based on lump sum % basis of the total project cost..

h) The original proposal (Technical Proposal and Financial Proposal) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the format of TECH-1 of Part 2 and FIN-1 of Part 3. i) An authorized representative of the Consultants shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been dully authorized to sign. The signed technical and financial Proposals shall be marked ORIGINAL. j) The original and One copy with soft copy of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL. The Financial Proposal shall be placed in a separate sealed envelope and clearly marked FINANCIAL PROPOSAL. The envelopes containing Technical and financial proposal shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, reference number and be clearly marked DO NOT OPEN, EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED, BEFORE [time and date of the submission deadline indicated in the Advertisement]. The Client shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection k) The Technical Proposal shall be marked ORIGINAL or COPY as appropriate. The Proposal shall be sent to the addresses referred above in two copies with one soft copy. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs.

Authorized Signatory

l) The Proposals must be sent to the address/addresses indicate in the Tender form and received by the Client no later than the time and the date indicated in the Tender form, or any extension to this date, any proposal received by the Client after the deadline for submission shall be returned unopened. m) The Client shall open the Technical Proposal as indicated in the advertisement. The Financial Proposal shall remain unopened and securely stored.

Authorized Signatory

Section 3 : Eligibility Criteria:3.1 The firm applying should be a member of Indian Council of Architecture. A Copy of membership certificate must be enclosed with the proposal 3.2 Years of Experience:a) The consultant firm should have Minimum 5 years of experience i.e. the firm applying should have been established minimum five years ago from the date of issue of tender & continuously engaged in the field of Architectural Planning / Designing. 3.3 Project Cost:a) Consultant should have complete minimum 5 assignments of cost more than Rs. 25 Lakhs and lesser than or equal to Rs. 75 lakhs. b) The Consultant should have Minimum 5 assignments of cost more than Rs. 75 Lakhs

3.4 Government Projects:a) Minimum 2 assignments where Government (either of State, Centre or a Union Territory) has been the client and the consultant has directly dealt with government in capacity of a lead consultant and not as a sub consultant. 3.5 Project Locations outside India:a) Projects undertaken at foreign locations outside India would be preferred

3.6 Key professional staff:- The key professional staff proposed by consultant for GUDA assignments may include the following expertsa) Team Leader: I. II. III. Masters level degree in the field of architecture or engineering. Minimum experience of handling 5 projects in a capacity of Team Leader. The projects and the designation held in these projects are to be mentioned in CV, Form TECH 1 and TECH 3 IV.
10

Total work experience of minimum 10 years.


Authorized Signatory

b)

Infrastructure Expert: I. Masters level degree in relevant field like engineering, architecture, management etc. II. III. Minimum experience of handling 5 projects in a capacity of Infrastructure Expert. The projects and the designation held in these projects are to be mentioned in CV, Form TECH 1 and TECH 3 IV. Total work experience of minimum 5 years.

c)

Landscape Expert: I. Masters level degree in relevant field like engineering, architecture, management etc. II. III. Minimum experience of handling 5 projects in a capacity of Landscape Expert. The projects and the designation held in these projects are to be mentioned in CV, Form TECH 1 and TECH 3 IV. Total work experience of minimum 5 years.

d)

Environment Expert: I. Masters level degree in relevant field like engineering, architecture, management etc. II. III. Minimum experience of handling 5 projects in a capacity of Environment Expert. The projects and the designation held in these projects are to be mentioned in CV, Form TECH 1 and TECH 3 IV. Total work experience of minimum 5 years.

e)

Hydrology Expert: I. II. Degree in relevant field Minimum experience of handling 5 projects in a capacity of Hydrology Expert.
Authorized Signatory

11

III.

The projects and the designation held in these projects are to be mentioned in CV, Form TECH 1 and TECH 3

IV. f)

Total work experience of minimum 5 years.

Survey Expert: I. Bachelor level degree in relevant field like survey, engineering, architecture, management etc. II. III. Minimum experience of handling 5 projects in a capacity of Survey Expert. The projects and the designation held in these projects are to be mentioned in CV, Form TECH 1 and TECH 3 IV. Total work experience of minimum 5 years.

12

Authorized Signatory

Section 4: Proposal Evaluation:4.1 From the time the Proposals are opened to the time the Contract is awarded, the Consultants should not contact the Client on any matter related to its Technical and/or Financial Proposal. Any effort by Consultants to influence the Client in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants Proposal. 4.2 The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub criteria, and point system is specified in Appendix A. Each responsive Proposal will be given a technical score . A Proposal shall be rejected at this stage if it does not respond to important aspects of the Assignment, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Appendix A. 4.3 After the technical evaluation is completed the Client shall inform the Consultants who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Consultants whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the Assignment and TOR, that their Financial Proposals will remain unopened. The Client will simultaneously notify Consultants that have secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. 4.4 Financial Proposals shall be opened in the presence of the Consultants representatives who choose to attend. 4.5 The Financial Proposal will be evaluated based on the lump sum % of total project costs to be charged by consultant.

13

Authorized Signatory

Section 5 : Availability of Professional staff/ experts :5.1 Having selected the Consultant on the basis of, among other things, an evaluation of proposed Professional staff, the Client expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the Client will require assurances that the Professional staff will be actually available. The Client will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Consultant may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Consultant within the period of time specified in the letter of invitation to negotiate.

14

Authorized Signatory

Section 6 : Conclusion of the Negotiations :


6.1. Negotiations will conclude with a review of the draft Contract. To complete negotiations the Client and the Consultant will initial the agreed Contract. If negotiations fail, the Client will invite the Consultant whose Proposal received the second highest score to negotiate a Contract. After completing negotiations the Client shall award the Contract to the selected Consultant. 6.2. The Consultant is expected to commence the assignment on the date and at the location as directed by the Authority.

15

Authorized Signatory

Appendix - A Criteria, sub-criteria, and points system for the evaluation of Technical Proposals are: 1. Specific experience of the Consultants relevant to the assignment: [55 points] I. II. III. IV.
1

Total number of years of experience Project cost Government projects1 Projects location outside India

(15 points) (20 points) (10 points) (10 points)

NOTE: The word Government Project would mean that the Government has been the client and

the organization is directly dealing with government. In these projects the organization should not have been the sub consultant to another organization working on a government project.

2.

Key professional Staff proposed for assignment of GUDA, their qualification and competence: I. II. III. IV. V. VI. Team Leader Infrastructure Expert Landscape Expert Environmental Expert Hydrology Expert Survey Expert (10 points) (5 points) (5 points) (5 points) (5 points) (5 points)

3. Details of outstanding projects 3. Total Points

(10 points) (100 points)

3. above marks are the maximum for each Qualification. The individual marking for each The qualification will be done on the basis of minimum Eligibility as mention in Section : 3. 3. However failure to any minimum criteria will turned the application to rejection. The minimum technical score required to pass is: 60 Points.

16

Authorized Signatory

Part 2: Technical Proposal - Standard Forms


EMD TECH-1 TECH-2 TECH-3 TECH-4 TECH-5 Details of Earnest Money Deposits Technical Proposal Submission Form Consultants Organization and Experience Team Composition and Task Assignments Curriculum Vitae (CV) for Proposed Professional Staff Details of Outstanding Project

17

Authorized Signatory

Form EMD
Name of Consultant : ___________________________________________________________ Address of Consultant : __________________________________________________________ __________________________________________________________ EMD Amount : RS. 10,000/- ( Rupees Ten Thousand only ) in favour of : GANDHINAGAR URBANDEVELOPMENT AUTHORITY Demand Draft No. : ______________________________________ Date of DD Drawn on : ______________________________________ : ________________________________________________________________

18

Authorized Signatory

Form Tech-1 : Technical Proposal Submission Form


[Location, Date] To: [Name and address of Client] Dear Sirs: We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Tender Notice dated [Insert Date] We are hereby submitting our Proposal, which includes this Primary and Technical Proposal (Hard Copy), sealed under a separate envelope and a Financial Proposal (Online). We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Consultant] We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. If negotiations are held during the period of validity of the Proposal, i.e., within 90 days from the last date of submission of tender we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated by the Authority. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

19

Authorized Signatory

Form Tech-2 Consultants Organization And Experience


A-Consultants Organization
[Provide here a brief (two pages) description of the background and organization of your firm/entity and each associate for this assignment.] In case of Joint Venture application details of each Joint Venture firm should be provided.

20

Authorized Signatory

B - Consultants Experience
[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the major companies within an association, for carrying out consulting services similar to the ones requested under this assignment..] 1. Firms Name: 2. Indian Council of Architecture Registration No. 3. Year of Establishment of Firm: 4. Total Number of Years of Experience: a) Total Number of Projects undertaken for Government: ______________ I. II. III. Total Number of Projects undertaken consultant:___________________ Total number of Projects undertaken venture/partnership:________________ Total number of Projects undertaken consultant:____________________ for for for Government Government Government as as as a a a lead joint sub

b) Bifurcation of cost of projects undertaken for Government: Sr. No. Project Cost 1 2 3 4 5 6 7 Total Less than 1 crore 1 crore to 5 crores 5 crores to 10 crores 10 crores to 20 crores 20 crores to 50 crores 50 crores to 100 crores Above 100 crores Total Number of projects in range of project cost

21

Authorized Signatory

c) Detail of each project to be given in the format below: Assignment 1 1. Assignment name: 2. Country: 3. Location within country: 4. Name of Client: Address: 5. Approx. value of the contract (in Indian Rupees): 6. Approx. value of the services provided by your firm under the contract (in Indian Rupees): 7. Duration of assignment (months): 8. Name of associated Consultants, if any: 9. No. of professional staff-months provided by associated Consultants: 10. Total No. of staff-months of the assignment: 11. Name of senior Key professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Leader): 12. Narrative description of Project 13. Description of actual services Team Assignment 2 Assignment

provided by your staff within the assignment:

22

Authorized Signatory

d) Total Number of projects undertaken for Private organizations (India):_____________ I. Total Number of Projects undertaken for Private organizations (India) as a lead consultant: II. Total number of Projects undertaken for Private organizations (India) as a joint venture/partnership: III. Total number of Projects undertaken for Private organizations (India) as a sub consultant: e) Bifurcation of cost of projects undertaken for Private Organizations (India): Sr. No. Project Cost 1 2 3 4 5 6 7 Total Less than 1 crore 1 crore to 5 crores 5 crores to 10 crores 10 crores to 20 crores 20 crores to 50 crores 50 crores to 100 crores Above 100 crores Total Number of projects in range of project cost

23

Authorized Signatory

f) Detail of each project to be given in the format below: Assignment 1 1. Assignment name: 2. Country: 3. Location within country: 4. Name of Client: Address: 5. Approx. value of the contract (in Indian Rupees): 6. Approx. value of the services Assignment 2 Assignment

provided by your firm under the contract (in Indian Rupees): 7. Duration of assignment (months): 8. Name of associated Consultants, if any: 9. No. of professional staff-months provided by associated Consultants: 10. Total No. of staff-months of the assignment: 11. Name of senior Key professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader): 12. Narrative description of Project 13. Description of actual services

provided by your staff within the assignment:

24

Authorized Signatory

g) Total number of projects undertaken in foreign locations/outside India:___________________ I. Total Number of Projects undertaken for Private organizations (India) as a lead consultant: II. Total number of Projects undertaken for Private organizations (India) as a joint venture/partnership: III. Total number of Projects undertaken for Private organizations (India) as a sub consultant: h) Bifurcation of cost of projects undertaken for foreign locations/outside (India): Sr. No. Project Cost 1 2 3 4 5 6 7 Total Less than 1 crore 1 crore to 5 crores 5 crores to 10 crores 10 crores to 20 crores 20 crores to 50 crores 50 crores to 100 crores Above 100 crores Total Number of projects in range of project cost

25

Authorized Signatory

i) Detail of each project to be given in the format below: Assignment 1 1. Assignment name: 2. Country: 3. Location within country: 4. Name of Client: Address: 5. Approx. value of the contract (in Indian Rupees): 6. Approx. value of the services Assignment 2 Assignment

provided by your firm under the contract (in Indian Rupees): 7. Duration of assignment (months): 8. Name of associated Consultants, if any: 9. No. of professional staff-months provided by associated Consultants: 10. Total No. of staff-months of the assignment: 11. Name of senior Key professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader): 12. Narrative description of Project 13. Description of actual services

provided by your staff within the assignment:

26

Authorized Signatory

j) Summary Sheet Sr. No. Project Cost Total Number of projects for Government 1 2 3 4 5 6 Less than 1 crore 1 crore to 5 crores 5 crores to 10 crores 10 crores to 20 crores 20 crores to 50 crores 50 crores crores 7 Total Above 100 crores to 100 Total Number of projects for Private Organizations (India) Total Number of projects foreign locations/ outside India

Firms Name: Firms Seal: Name of Authorized Person and its Designation: Signature of Authority:

27

Authorized Signatory

Form Tech-3 A: Team Composition And Task Assignments


Sr. No. Professional staff: Years of Qualification/ s Years of No. of projects worked on during the association as a permanent employee/ partner with organization Experience association with organization as permanent employee/ partners Position assigned Task assigned Name of Staff 1 2 Team Leader Infrastructure Expert 3 Landscape Expert 4 Environment Expert 5 Hydrology Expert 6 7 Survey Expert Others Please specify There is no upper limit to the number of members of team. If more team members are there then kindly use the table above. Government Projects India in Private projects in India Foreign projects

28

Authorized Signatory

Form Tech-3 B: Team Composition And Task Assignments (Proposed Key Personnel for GUDA assignments)
Column 1 Sr. No. Column 1 Name of the Professional staff proposed for GUDA assignment as a: Column 2 Column 3 Name of all the projects as mentioned in Columns 2

Number of Projects

Team Leader: (NAME OF THE STAFF MEMBER)

Number of projects handled as leader:_____________

team

Infrastructure

Expert:

Number of projects handled as Infrastructure Expert :_____________

(NAME OF THE STAFF MEMBER)

Landscape

Expert:

Number of projects handled as Expert:_____________

Landscape

(NAME OF THE STAFF MEMBER)

Environment

Expert:

Number of projects handled as Environment Expert:_____________

(NAME OF THE STAFF MEMBER)

Hydrology

Expert:

Number of projects handled as Expert:_____________

Hydrology

(NAME OF THE STAFF MEMBER)

Survey Expert

Number of projects handled as Expert:_____________

Survey

29

Authorized Signatory

Form Tech-4 Curriculam Vitae (CV) for Proposed Key Professional Staff for GUDA Assignments
Proposed Position [only one candidate shall be nominated for each position]: Number of projects handled as [insert proposed position]: Name of Projects handled as [insert proposed position]: 1. 2. 3. 4. 5. Name of Firm [Insert name of firm proposing the staff]: Name of Staff [Insert full name]: Date of Birth: Nationality: Education [Indicate college/university and other specialized education of staff member, giving names of institutions, degrees obtained, and dates of obtainment]: Total Number of Years of Experience: Membership of Professional Associations: Other Training [Indicate significant training since degrees under 5 - Education were obtained]: Countries of Work Experience: [List countries where staff has worked in the last ten years]: Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]: Certification :
30

Authorized Signatory

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes myself, my qualifications, and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged. [Signature of staff member or authorized representative of the staff] Day/Month/Year Full name of authorized representative

Form Tech 5: Details of Outstanding Projects


The details of two outstanding projects are to be provided by the consultant explain the client needs, the objective of project, project cost, the time line of project, the issues, the input of consultant, any innovative method used and why the consultant considered the particular project to be outstanding. It would be preferred if a presentation of these outstanding projects could be included in the Compact Disc containing the proposal. It will be evaluated by a committee of senior officers of GUDA.

31

Authorized Signatory

Part 3 Financial Proposal- Standard Forms


FIN:1 FIN:2 Financial Proposal Submission Form Summary of Costs

32

Authorized Signatory

Form Fin-1 Financial Proposal Submission Form


[Location, Date] To: [Name and address of Client] Dear Sirs: We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in words and figures]. This amount is exclusive of the local taxes, which shall be identified during negotiations and shall be added to the above amount. Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. 90 days from the last date of submission of tender We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely,

Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address: Amounts mentioned above must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN-2.

33

Authorized Signatory

Form Fin-2 Summary Of Costs


Item Costs

Total Costs of Financial Proposal

________% of total project cost

Cost in % terms should be shown in words and figures. .

Indicate the total costs, net of local taxes, to be paid by the Client.

34

Authorized Signatory

You might also like