Sunday, October 29, 2006
Other national level institutes in the making (NIPER, IIPH)
are making
five Indian Institute of Public Health
http://www.hsph.harvard.edu/now/may26/
http://www.procor.org/discussion/displaymsg.asp?ref=2549&cate=ProCOR+Dialogue
http://www.asph.org/fridayletter/article_view.cfm?fl_index=1407&fle_index=3507
http://www.medindia.net/news/view_news_main.asp?x=8988
http://www.hsph.harvard.edu/pgda/Gupta%20EXECUTIVE%20SUMMARY%20of%20PHFI.pdf#search=%22Public%20health%20foundation%20of%20India%22
http://pib.nic.in/release/release.asp?relid=21005
(first of the five in Mohali, Punjab)
===============================================
National Institute of Pharmaceutical Education and Research
http://pib.nic.in/release/release.asp?relid=18700
http://pib.nic.in/release/release.asp?relid=19376
(Proposed in Hyderabad, Ahmedabad, Kolkata, and Hajipur/Patna. Already exists in Chandigarh/Mohali)
GUIDELINES AND INSTRUCTIONS FOR PARTICIPATING IN ARCHITECTURAL DESIGN COMPETITION
Competition
Dossier No: ------
GUIDELINES AND INSTRUCTIONS
FOR
PARTICIPATING IN ARCHITECTURAL
DESIGN COMPETITION
PROPOSED CONSTRUCTION OF AIIMS LIKE APEX HEALTHCARE INSTITUTES
AT BHOPAL, BHUBANESWAR, JODHPUR, PATNA, RAIPUR & RISHIKESH
CONTENTS
Page
Chapter-1 Preamble
Chapter-2 Competition Regulations
Chapter-3 Architectural Programme
Chapter-4 The Site
Chapter-5 Submission & Assessment
Chapter-6 Annexures:
A. Identification Form
B. Submission Form
Chapter – 1 PREAMBLE …
The Six AIIMS like Apex Healthcare Institutes are state-of-the-art multi-speciality / Super-speciality facilities with captive hospital of 850 beds, medical college with an annual intake of 100 undergraduate and P.G / Post Doctoral courses in various speciality / super-speciality disciplines as per Medical Council of India norms, attendant requisite infrastructure, hostels and housing complexes.
The built up area of each institute will be approximately 1,10,000 sq. m. and the estimated cost for construction of each institute is Rs.200 crores (approx.) including all services & development works etc. The cost of Medical equipments/furniture has been estimated at Rs.108 crores (approx).
Chapter – 2 COMPETITION REGULATIONS…
Design Competition
2.1 Invitation
Ministry of Health & Family Welfare (MoHFW), Government of India has decided to hold a competition and invite Architects / Architectural Firms for providing a single prototype architectural concept and architectural design for setting up of Six Apex Healthcare Institutes in India. For this purpose MOHFW had invited global architects/architectural firms to submit Expression of Interests (EOI) for the prototype architectural concept & architectural design. The qualifying requirements for the same are as under:
- Architects/Architectural firms shall be of repute with a demonstratable tract record of rendering architectural concept/design services for a project of the magnitude envisaged.
- Architects/Architectural firms must have experience in design of state-of-art healthcare institutions incorporating relevant and latest emerging features in the healthcare field.
- Architects/Architectural firms should have designed a minimum of two (2) integrated multi-speciality state-of-art hospital projects of 500-bed capacity or more commissioned during the last seven years.
- Architects/Architectural firms that follow the eligibility criteria laid down by the Council of Architecture (India) are eligible to participate in the competition. The onus of the Architects/Architectural firm’s eligibility as per the Council of Architecture (India) guidelines shall rest with the firm itself.
- Foreign Architects/Architectural firm shall have an Indian Associate.
- Objective
The objective of the competition is to have a single prototype architectural concept and architectural designs. The selected single architectural concept and architectural designs shall be finalized to act as basic prototype for all the six institutes.
- Eligibility
Firms short-listed by Ministry of Health & Family Welfare (MoHFW), Government of India based on the Expression of Interest (EOI) qualification norms and Terms & Conditions stipulated in the EOI, are eligible to participate in this competition. The term “Architect’ will mean any person who at the time of this application is registered with the Council of Architecture, India under the Architects Act, 1972. In the Expression of Interest (EOI) invited by MoHFW, it has been amply clarified that global firms have to be associated with the Indian Architectural firm. It shall be the responsibility of the firm/Consortia and in their interests to ensure that the firm/Consortia complies with the conditions laid down by the Council of Architecture, India for their eligibility for competing in a limited competition. If at any stage the information submitted is found to be incorrect, then MoHFW holds the right to reject / cancel any design submitted by the said firm for the purpose of the competition.
MOHFW is in the process of selecting a Project Consultant separately which is underway. Firms/Consortia of firms selected as Project Consultant will be ineligible for selection for architectural Concept/Design.
- Approval of Conditions
This competition will be conducted in accordance with the architectural competition guidelines of the Council of Architecture, India which also apply in case of points, which have not been specifically covered by these conditions.
A copy of the competition conditions has been filed with the Council of Architecture, India.
- Persons / Firms Ineligible
No member of the Board of Assessors shall take part either directly or indirectly in the competition nor be entrusted either directly or indirectly with the work connected with the design. No member or employee of the MoHFW or its associated Public sector Undertakings / Government bodies viz., Central Design Bureau, CPWD, HSCC etc. shall be eligible to compete or assist a competitor.
- Board of Assessors
- The following members have been appointed on the Board of Assessors on the conduct of the competition, adjudicate on the designs submitted and make the award.
- Chairman, Secretary (H&FW)
- Director, AIIMS or his nominee
- Prof. (Dr.) K. K. Talwar; (Director, PGIMER) or his nominee
- Director General CPWD
- Sh. S. R. Subramanyan; Chief Engg (Retd), CPWD
- Prof. Prem Chaudhury (Architect); Council of Architecture, India
- Prof. S. D Sharma (Architect); Council of Architecture, India
- Director, TERI or his nominee
- Emerging competition and Registration
The conditions for the competition including the registration are available to the pre-qualified architects/architectural firms free of cost from the office of Executive Director (PG-II); HSCC (India) Limited; E- 6 (A); Sector – 1; Noida- 201301 (U.P) or downloaded from http://www.hsccltd.co.in or http://www.mohfw.nic.in.
- Board of Assessors/Jury
The Jury consisting of Board of Assessors has been constituted by Project Management Committee, Ministry of Health & Family Welfare, Government of India. The jury will advise on the conduct of the competition, adjudicate on the designs/specifications submitted and make necessary recommendations.
- Participation prizes
The prizes would be awarded as under:
a. First prize - Rs.25,00,000.00
b. Second prize - Rs.10,00,000.00
c. Participatorymoney- Rs. 5,00,000.00
to other competitors
The Participation fee will be paid to only those participants who secure minimum marks set by jury.
- Financial Bid
No financial bids are to be submitted. However, the client reserves the right to ask the 1st prize winner to develop his design concept further. The extent of this work and the fees shall be mutually agreed to.
- Anonymity
Anonymity will be strictly observed at all stages of the competition, by the competitors, the Board of Assessors/Jury, MoHFW, Government of India and by all those concerned with the competition.
- Pre-competition Conference
A pre-competition conference will be held after two weeks of issue of competition Dossier at Nirman Bhawan, MoHFW, as per time schedule given in para 2.22. Answer to the queries of participants will be provided in this conference as far as possible. Participants can also send enquiries in advance to Executive Director, HSCC (I) Limited as per the time schedule stated in para 2.22. Explanatory memoranda dealing with the questions submitted will be dispatched to the concerned competitors within a week thereafter.
- Instructions for submission of designs
PACKET-1: This should include all drawings/broad specifications accompanying documents, reports, photographs, time schedule, sketches, budgetary cost estimates and CD’s as detailed out in Chapter-5 with a six-digit identification number, which can be the competitors choice on the top right hand. No other symbol or motto should be placed on any part of the competition entry.
PACKET-2: Forms for joint venture agreement with signatures of lead members/or the lead member of the principal.
PACKET-3: This will contain packet –1 in a plain brown paper and sealed. It should bear the six digit identification number on top right hand corner of the packet.
PACKET- 4: All models if any, must be well packed separately in wooden boxes, properly sealed with the same six – digit identification number on the top right corner of each wooden boxes.
PACKET – 5: The identification form (enclosed as Annexure – A) will be signed by the competitors or joint competitors and enclosed in a sealed white envelope. Each competitor must be prepared to satisfy the Board of Assessors that he/she is the bona fide author of the design he/she has submitted. Competition proposals should be delivered by hand only at HSCC (I) Limited; E-6-A, Sector – 1, NOIDA – 201301 as per time schedule given in para 2.20.
- Insurance of Competition Design
Each competitor is responsible for insuring his/her entry against loss, damage or non-delivery up to the time of its receipt by the department.
- Judging Procedure
- MOHFW will place a secretariat at the disposal of the Board of Assessor/Jury to minute their meetings and record their decisions.
- Deliberations of the Board of Assessors/Jury will be secret. No member of the Board or technical Advisor or any staff of MOHFW, HSCC etc. may disclose any details of the competitions, deliberations or decisions. The decision of the Board of Assessors/Jury is final and binding on MOHFW and competitors.
- The judging of the entries are likely to take place immediately after the submission.
- MOHFW would announce the award of competition within a reasonable time after judging has been completed.
- Disqualification
The board of assessors shall have the right to disqualify entries on account of the following reasons:
a). If received after the last date and time of submission.
b). If the competitor disregards any of the terms & conditions of the competition.
c). If the competitor attempts to influence any member of the Board of Assessors and/or discloses his/her identity.
The decision of the Board of Assessors in the mater of disqualification shall be final and binding on the competitor.
- Termination of the Competition
Against all expectations entertained by MoHFW, Govt. of India if none of the participants could be declared by the Assessors as the winner of the competition, the competition will be regarded as null and void.
- Announcement of Award and Exhibition
Since there are no separate prizes, the Jury may select one or more firms whose designs are found suitable & acceptable. The award of the Jury will be declared and communicated as soon as possible after the last date for accepting entries.
- Returning of Entries
Within two month after closing of the exhibition, all entries except the designs awarded can be collected by the competitors from the department at their own cost within three months from the close of the exhibition. After that department will dispose off the entries at will.
- Copy rights & Rights of Ownership
The MoHFW, Govt. of India retains all rights of ownership of the drawings/designs including the reports, models etc., of the selected designs as its property. Copy right of all designs including the designs winning the first will be that of the respective authors.
- Settlement of Disputes
The decision of the Board of Assessors shall be final & binding on competitors. In the event of dispute not related to the judging procedure or the award of the Board of Assessors the settlement will be done by sole arbitration of MoHFW, Govt. of India or by the arbitrator appointed by them without recourse to the legal authorities.
- Time Schedule
1. | Dispatch of competition Dossier | 19.07.06 |
2. | Pre-competition conference Time: 11:00 A.M (Indian Standard Time) Address: 249 A-Wing; Committee Room Nirman Bhawan; New Delhi – 110011 | 31.07.06 |
3. | Last date for receipt of queries by Executive Director (PG-II), HSCC (I) Limited; E-6 (A); Sector-1 NOIDA – 201301; Facsimile: 0120 – 2542447 | 14.08.06 |
4. | Last date of submission of Proposals/Designs. Time: 03:00 P.M (Indian Standard Time) Address: Executive Director (PG-II), HSCC (I) Limited; E-6 (A); Sector-1; NOIDA – 201301 | 18.09.06 |
- Additional Information:
- The stated requirements in this document are only informative and minimum and the MoHFW, Govt. of India reserves the right to call for any other additional information required for proper execution of work.
- MoHFW, GOI reserves the right to :
- Postpone and/or extend the date of receipt of or to withdraw the competition notice without assigning any reason thereof, entirely at the discretion of the MoHFW. In such an event, consultants shall not be entitled to any compensation in any form whatsoever.
- Reject or accept proposals; and
- Cancel the competition process and reject all or any of the proposal and will not be bound to accept lowest or any proposal or to give any reasons for the decision in consultation with the Design Evaluation Committee (DEC).
- This competition brochure is non-transferable.
- In case, the last date for submission & opening of documents is declared as a public holiday, the next official working day shall be deemed as last date of submission and opening of proposals without any change in time schedule. No separate notice to this effect shall be issued.
Chapter – 3 Architectural programme …
- Introduction
The Six AIIMS like Apex Healthcare Institutes are state-of-the-art multi-speciality / Super-speciality facilities with captive hospital, medical college with an annual intake of 100 undergraduate and P.G / Doctoral courses in various speciality / super-speciality disciplines as per Medical Council of India norms, attendant requisite infrastructure, hostels and housing complexes.
3.2 General Instructions
For general features and major components of the building please see the Architect’s Brief in the attached Annex – I. The Architects’ brief is an indicative document identifying the extent of issues and needs that need to be addressed in the development of Hospital Planning.
- Scope of work for Architect/Architectural Firms: -
Provide a single prototype Architectural Concept & Architectural designs including the following:
- Space requirements
- Service requirements (Area wise), Structural systems etc.
- Space programme
- Master plan indicating the site zoning and the buildings location.
- Conceptual building plans (Floor plans) containing the following:
- Sections & elevations
- Equipment / Furniture layout
- 3D view/model and blow-ups of critical areas/computer walk throughs etc.
- Internal & external finishing details with area chart
- Budgetary cost estimates – Component wise.
The presentation has to be self-explanatory and in the form of an interactive CD of a maximum duration of 15 minutes.
The selected single architectural concept and architectural designs shall be finalized to act as basic prototype for all the six institutes.
Chapter – 4 THE SITE …
- A site layout plan of proposed site at Jodhpur is included. The competitors have to develop their proposal on this plan.
- The site outline plan of other five sites are also enclosed. Competitors have to provide indicative drawing showing how other concept would be accommodated on other sites.
- All sites are largely flat.
CHAPTER –5 SUBMISSION & ASSESSMENT …
- Design Criteria
The competitors may consider among other things, the following criteria:
- Creation of an inspiring environment conducive to patient-care and be user friendly.
- Responsiveness to environment and local climate.
- Effective use of scarce resources.
- Effective segregation of patient, doctors & services movement systems.
- State of Art technology for speedy implementation of the facility.
- Effective movement to create sufficient green pedestrianised spaces.
- Effectiveness of overall circulation network and linkages.
- Innovative solutions for parking.
- Conservation and enhancement of on-site landscape elements.
- Quality and Social viability of indoor and outdoor spaces with references to the wide diversity of users expected at each Institute.
- Extent of innovations incorporated to minimize use of conventional sources of energy.
- Flexibility for additions, expansions and alternative use required to accommodate growth and wide institutional horizons in the decades ahead.
- Sustainable development & symbolic value of the total design concept.
- Energy-efficient, eco-friendly & a barrier – free environment.
LANDSCAPING
The submissions would include a plantation plan for the entire campus (to be prepared plantations), water bodies, mounds and green cover and soft development along with orientation of major buildings shall be used to ensure micro climatic improvements.
A concept note on these aspects is to be submitted.
SIGNAGES
A concept scheme for signage systems shall also form part of the submissions.
ENVIRONMENTAL SUSTAINABLITY
The design should incorporate strategies for environmental sustainability and specific aspects should consciously be addressed in the concept stage itself
- Climatic conditions and site planning
- Efficient water management and waste water treatment techniques.
- Solar design / Energy
- Use of building materials
- Use of appropriate building technologies and
- Efficiencies of energy systems.
- Intelligent Lighting Systems
- Intelligent Lifts / Elevators
The report should consciously address ideas on these issues and incorporate them in the design.
The Jury will consider the above criteria for assessment.
Submittals:
Prototype concept/design provided by the selected Architect/Architectural Firm shall contain the following:
- Space requirements
- Service requirements (Area wise), Structural systems etc.
- Space programme
- Master plan of the project indicating the site zoning and the buildings location.
- Conceptual building plans (Floor plans) containing the following:
- Funiture /equipment layout
- Section & elevations
- 3D view/model and blow-ups of critical areas/computer walk-throughs etc.
- Internal & external finishing details with area chart
- Budgetary cost estimates)
The entire design proposal shall also be submitted on CD. The presentation has to be self-explanatory and in the form of an interactive CD of a maximum duration of 15 minutes. Complete anonymity has to be maintained at all stages. All drawings submitted on CD shall be in “dwg” format, readable in Auto CAD Release 2004.
- Submission Requirement of Designs
- Report:
This should be a bound booklet of A-4 size with page number. The report should discuss the following:
- The Architects visualization of the project.
- The design proposal highlighting how it addresses the various issues discussed in the dossier and any other points which the consultants/architect has felt relevant to the design problem. Competitors may use sketches/3D views to explain design concepts and innovations.
- A diagram of the general functional arrangements as designed, showing the inter-linkages/distribution of activities at the different levels.
- A summary schedule of usable and gross areas expressed in the metric system.
- Drawings:
a) Layout Plan on 1:400 scale : This shall indicate layout of building and necessary infrastructure and area details as per MoHFW, GOI requirements along with sufficient corresponding sections.
b) Landscape plan on 1:400 scale : This shall indicate hard and soft areas, outdoor furniture, types of plantation, and other Landscaping element etc. along with corresponding sections.
c) Circulation Plan on 1:400 scale : This shall indicate details of vehicular and pedestrian movement, parking, access to the buildings/blocks along with corresponding sections.
d. i) Building Plan on 1:400 scale : This shall indicate Floor-wise building plans of all major blocks.
ii) For areas of OT, Diagnostics, Wards, Services and any other component considered essential, Plan at 1:200 scale are to be submitted
iii) Elevations and Sections typical to explain the salient elements of the scheme in 1:200 scale are to be submitted.
Conceptual details and sketches of Architectural form & feature shall also be highlighted.
5.2.3 Model : A model of the design scheme at a scale of 1:400 scale are expected from the competitors.
All drawings should be submitted in A-1 size excepting the layout plans which can be in A-0 size with the total number of drawings not exceeding 25 numbers.
Chapter – 6 annexures …
Annexure – “A”
Design Competition
Ministry of Health & Family Welfare
Government of India
Identification Form
Dossier No.:
Identification Form of the solitary competitor or team representative.
To be sealed in an envelope (21 cm x 10 cm)
Name of Firm :
Name of Architect (s):
Council of Architecture Registration No. :
(Along with renewal)
Address :
Telephone/Fax/e-mail :
Identification No……………………………………………………...
I/We, the undersigned, accept in full prior knowledge thereof, competition conditions contained with in the competition dossier.
Place and Date
Signature of the
Solitary Competitor or
Partner/Director of the Firm
Note : In the event of a team project, attach to this identification form the list of the members in the team along with full details of qualification, address and signatures.
Annexure – “B”
Design Competition
Ministry of Health & Family Welfare
Government of India
Submission Form
(To be attached to the cover of the report)
Drawings Nos.
Report Pages
CD Nos.
Model Nos.
Identification Envelope :
Identification Number :
I, the undersigned, am to state that the design proposals are personal work and the drawings are prepared under my overall supervision. I am prepared to satisfy the Board of Assessors about bona fide authorship of the design submission.
Place and date
Signature of the
Solitary Competitor
or Partner/Director of the
Firm
REQUEST FOR PROPOSAL (RFP) FOR PROVIDING COMPREHENSIVE CONSULTANCY SERVICES FOR SETTING UP OF SIX AIIMS LIKE APEX HEALTHCARE INSTITUTES
MINISTRY OF HEALTH & FAMILY WELFARE
GOVT. OF INDIA
THROUGH HSCC (INDIA) LTD.
REQUEST FOR PROPOSAL (RFP)
FOR PROVIDING COMPREHENSIVE CONSULTANCY SERVICES FOR SETTING UP OF SIX AIIMS LIKE APEX HEALTHCARE INSTITUTES
RFP DOCUMENT NO. HSCC/6 AIIMS/PC
DATE OF ISSUE: 15.06.06
LAST DATE & TIME OF SUBMISSION: 09TH AUG, 2006 (1500 HRS)
Request for Proposal (RFP) for appointment of PROJECT CONSULTANT for Providing Comprehensive Consultancy Services for Setting up of Six AIIMS like Apex Healthcare Institutes at Bhopal, Bhubaneswar, Raipur, Patna, Jodhpur and Rishikesh in the states of Madhya Pradesh, Orissa, Chattisgarh, Bihar, Rajasthan and Uttaranchal respectively.
Contents | |
| Pages |
Section 1 | |
Letter of Invitation | 2 - 22 |
Appendix 1: Formats for Technical Proposal | 26 - 41 |
Appendix 2: Formats for Financial Proposal | 42 - 53 |
| |
Section 2 (Terms of Reference) | |
Project background | 55 - 60 |
Role of Project Consultant | 60 - 63 |
Scope of Services | |
- Management/Administration Services | 66 - 79 |
- Architectural Services | 80 - 82 |
- Quantity Surveying Services | 83 - 85 |
- Civil & Structural Engineering Services | 86 - 88 |
- Electrical Engineering Services | 89 - 95 |
- IT Services | 95 - 98 |
- Mechanical Engineering Services | 98 - 101 |
- Project Management / Construction Supervision Services | 106 - 110 |
| |
Section 3 | |
Form of greement | 111 - 113 |
| |
Section 4 | |
General conditions of Agreement | 114 - 138 |
Reference No: …………………
Project Name: Setting up of Six AIIMS like Apex Healthcare Institutes at Bhopal, Bhubaneswar, Raipur, Patna, Jodhpur and Rishikesh in the states of Madhya Pradesh, Orissa, Chattisgarh, Bihar, Rajasthan and Uttaranchal respectively.
Name of the Ministry / Department: Ministry of Health & Family Welfare; Government of India
Title of Consulting Services: Comprehensive Consultancy Services
Section – 1: Letter of Invitation
LETTER OF INVITATION (LOI)
Subject: Letter of Invitation seeking Project Consultant for providing Comprehensive Consultancy Services in Setting up of Six AIIMS like Apex Healthcare Institutes at Bhopal, Bhubaneswar, Raipur, Patna, Jodhpur and Rishikesh in the states of Madhya Pradesh, Orissa, Chattisgarh, Bihar, Rajasthan and Uttaranchal respectively.
DEFINITIONS
For the purpose of this Request for Proposal, unless otherwise specified or repugnant to the subject or context, the following terms shall be deemed to have the following meanings:
(a) "CLIENT" shall mean the Ministry of Health & Family Welfare, Govt. of India or any authority set-up by the Ministry of Health & Family Welfare, Govt. of India for establishing and running the six institutes.
(b) “NODAL OFFICER” shall mean the representatives of "CLIENT" who are duly empowered and authorized to act for and on their behalf
(c) "PROJECT CONSULTANT / CONSULTANT" shall mean any entity or persons or associations of person who have been short-listed to submit their proposals that may provide or provides the Services to the Client under the Contract.
(d) “Contract” means the Contract signed by the Parties and all the attached documents, that is General Conditions of Contract and the Appendices.
(e) "PARTIES" shall mean CLIENT and PROJECT CONSULTANT, each one individually referred to as PARTY.
(f) “Day” means calendar day.
(g) “Government” means the Government of India.
(h) “LOI” (Section 1 of RFP) means the Letter of Invitation being sent by the Client to the short-listed Consultants, which provides short-listed Consultants with all information needed to prepare their proposals.
(i) “Proposal” means the Technical Proposal and the Financial Proposal.
(j) “RFP” means the Request for Proposal prepared by the Client for the Selection of Project Consultants.
(k) "Assignment / job” means the work to be performed by the Project Consultant pursuant to the Contract.
(l) “Terms of Reference” (TOR) means the document included in the RFP as Section 2 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Project Consultant, and expected results and deliverables of the Assignment/job.
(m) "AUTHORISED REPRESENTATIVE" shall mean the representatives of "CLIENT" and/or "PROJECT CONSULTANT" as the case may be who are duly empowered and authorized by their respective organisations to act for and on their behalf.
(n) "DATE OF ACCEPTANCE" shall mean the date on which CLIENT confirms written acceptance of PROJECT CONSULTANT’S SERVICES.
(o) "PROJECT" shall mean the Setting up of Six AIIMS like Apex Healthcare Institutes for which PROJECT CONSULTANT is to provide SERVICES in accordance with and as per the terms and conditions of this AGREEMENT.
(p) “PROJECT MANAGEMENT COMMITTEE (PMC)” shall mean the apex steering and monitoring body to oversee the implementation of the project.
1. INTRODUCTION
1.1 Your firm, along-with other firms who had earlier submitted their EOI, are hereby invited to submit a technical and financial proposal for providing comprehensive consulting services for Setting up of Six AIIMS like Apex Healthcare Institutes at Bhopal, Bhubaneswar, Raipur, Patna, Jodhpur and Rishikesh in the states of Madhya Pradesh, Orissa, Chattisgarh, Bihar, Rajasthan and Uttaranchal respectively. Your proposal could form the basis for future negotiations and ultimately an agreement between your firm and the Client.
1.2 To enable your firm, along-with other firms who had earlier submitted their EOI, to submit a more comprehensive proposal than previously requested for in our advertisement, the Terms of Reference (TOR), which outlines the role and scope of work of the Project Consultant is given in Section-2 (Terms of Reference). The TOR should be considered as the minimum requirement for performing the scope of the work. Ministry of Health & family Welfare, Government of India reserves the right to effect any additions or changes in the scope of the work as deemed necessary in the TOR during the period of the assignment.
1.3 To obtain first-hand information on the Assignment and on the local conditions, you are encouraged to visit the sites and also attend a pre-proposal conference to be held on 05.07.2006, at 11:00 AM at 249 A-Wing; Committee Room, Nirman Bhawan; New Delhi – 110011. You must fully inform yourself of local conditions and take them into account in preparing your proposal.
1.4 Please note that (i) the costs of preparing the proposal and of negotiating the contract, including visit(s) to the sites/client, are not reimbursable as a direct cost of the Assignment; and (ii) the Client is not bound to accept any of the proposals submitted and reserves the right to annul the selection process at any time prior to Contract award, without thereby incurring any liability to the Consultants.
1.5 Conflict of Interest
1.5.1 Client requires that Consultants provide professional, objective, and impartial advice and at all times hold the Client’s interests paramount, strictly avoid conflicts with other Assignment/jobs or their own corporate interests and act without any consideration for future work.
1.5.2 Without limitation on the generality of the foregoing, Consultants, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below:
Conflicting activities : (i) A firm that has been engaged by the Client to provide goods, works or Assignment/job other than consulting Assignment/job for a project, and any of its affiliates, shall be disqualified from providing consulting Assignment/job related to those goods, works or Assignment/job. Conversely, a firm hired to provide consulting Assignment/job for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or Assignment/job other than consulting Assignment/job resulting from or directly related to the firm’s consulting Assignment/job other than consulting Assignment/job are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery.
Conflicting Assignment/job; (ii) A consultant (including its Personnel and Sub-Consultants) or any of its affiliates shall not be hired for any Assignment / job that, by its nature, may be in conflict with another Assignment/job of the Consultant to be executed for the same or for another Client. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Client in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an Assignment/Job should not be hired for the Assignment/Job in question.
Conflicting relationships (iii) A Consultant (including its Personnel and Sub-Consultants) that has a business or family relationship with a member of the Client’s staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the Assignment/Job, (ii) the selection process for such Assignment./job, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Contract.
1.5.3 Consultant have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Client, or that may reasonably be perceived as having this effect. Any such disclosure shall be made as per the standard forms of technical proposal provided herewith. If the consultant fails to disclose said situations and if the Client comes to know any such situation at any time, it may lead to the disqualification of the Consultant during bidding process or the termination of its Contract during execution of assignment.
1.5.4 No agency or current employees of the Client shall work as Consultants under their own ministries, departments or agencies.
1.6 Unfair Advantage
If a short-listed Consultant could derive a competitive advantage from having provided consulting Assignment / job related to the Assignment/job in question and which is not defined as conflict of interest as per para 1.5 above, the Client shall make available to all short-listed Consultants together with this RFP all information that would in that respect give such Consultant any competitive advantage over competing Consultants.
1.7 Request for Proposal Stage
This stage will involve the preparation and lodgement of full, legally binding bids by Pre-qualified Bidders short-listed from EOI stage. The main steps in this stage are:
- Notification to Pre-qualified Bidders
- Issue of information Memoranda, Request for Proposal (RFP) and draft documentation
- Site visits & possible technical site inspections.
- Limited written question and answer process
- Pre-proposal Conference
- Pre-bid confirmation of acceptance of draft documentation
- Lodgement / Opening of Bids
- Presentation of Proposal
- Selection of Project Consultant
2. DOCUMENTS
2.1 To prepare a proposal, please use the attached formats (Appendix-1 & 2).
2.2 Bidders requiring a clarification of the Documents must notify the Client, in writing, not later than thirty (30) days before the proposal submission date. Any request for clarification in writing, or by cable, telex or tele fax shall be sent to the address indicated below. The Client shall respond by cable, telex or telefax to such requests and copies shall be sent to all the firms invited to submit their proposal. All correspondence shall be made in English in writing to.
Executive Director (PG-II)
HSCC (I) Ltd.
E- 6 (A), Sector – 1
NOIDA (U.P) – 201 301
Tel: 0120 – 2519784; Fax: 0120 – 2542447
The queries and the replies thereto shall then be available to all bidders in the form of an addendum, which shall be acknowledged in writing by the Bidders.
2.3 At any time before the submission of proposals, the Client may, for any reason, whether at its own initiative or in response to a clarification requested by an invited bidding firm, modify the Documents by amendment. The amendment shall be sent in writing or by cable or facsimile to all the firms invited to submit proposal and will be binding on them. The Client may at its discretion extend the deadline for the submission of proposals.
2.4 Earnest Money Deposit (EMD)
2.4.1 An EMD of INR Ten Lacs (Rs 1,000,000), in the form of Demand Draft / bank guarantee in favour of “HSCC (India) Limited; Block – E – 6 (A); Sector – 1; NOIDA; UP – 201 301” from any Scheduled Bank, must be submitted along-with the Proposal. No other mode/form of payment shall be acceptable.
2.4.2 Proposals not accompanied by EMD shall be rejected as non-responsive.
2.4.3 No interest shall be payable by the Client for the sum deposited as earnest money deposit
2.4.4 The EMD of the unsuccessful bidders would be returned back within one month of signing of the contract.
2.5 The EMD shall be forfeited by the Client in the following events:
2.5.1 If the proposal is withdrawn during the validity period or any extension agreed by the consultant thereof.
2.5.2 Of the Proposal is varied or modified in a manner not acceptable to the Client after opening of Proposal during the validity period or any extension thereof.
2.5.3 If the Consultant tries to influence the evaluation process
2.5.4 If the First ranked Consultant withdraws his proposal during negotiations (failure to arrive at consensus by both the parties shall not be construed as withdrawal of proposal by the Consultant).
2.6 Tender Document Fees
All Consultants are required to pay INR Ten Thousand only (Rs 10,000), towards Tender Document Fees in the form of Demand Draft from any Scheduled Bank drawn in favour of “HSCC (India) Limited” and payable at New Delhi. The Tender Document Fees is Non-Refundable.
Please note that the Proposal, which does not include the tender Document Fees, would be rejected as non-responsive.
3. PREPARATION OF PROPOSAL
The Proposal as well as all related correspondences exchanged by the Consultants and the Client, shall be written in English language, unless specified otherwise.
Technical Proposal
3.1 In preparing the technical proposal, you are expected to examine all terms and instructions included in the Documents. Failure to provide all requested information shall be at your own risk and may result in rejection of your proposal.
3.2 Your technical proposal should provide the following and any additional information, using the formats attached in Appendix-1. Submission of the wrong type of Technical Proposal will result in the Proposal being deemed non-responsive:
(i) Corporate Qualifications: Describe the firm’s (or the group of firms comprising one offer) specific corporate qualifications, i.e. its full range of capabilities, specific relevant experiences and the role of the firm in rendering the required services, qualified personnel and resources that will be brought to bear in undertaking this assignment. The bidder should demonstrate the relevant work experiences clearly indicating actual services rendered in setting up of world-class healthcare institutes. For each assignment, the outline should indicate, inter alia, the profiles of the staff provided, duration, contract amount and firm’s involvement, start date, completion dates etc.
Details of agreement between members of the consortium, binding all the members severally and jointly during the entire duration of the contract are to be provided. The MOU should be a detailed and valid agreement between the Consortium members defining clearly the role, responsibility and scope of work of each member along with nomination of leader for the purpose.
In the case of a Joint Venture or Consortium, all members of the Consortia as mentioned in the RFP shall be jointly and severally liable to the Client for all the Project Consultants’ obligations under this Contract.
(ii) Approach and Methodology: Submit a comprehensive description of the approach and methodology (work plan) that the bidder proposes to undertake the comprehensive project consultancy services. Please submit detailed Network (PERT / CPM / Specialised Management Software) to demonstrate the task involved and the accomplishment of the same within the designated time frame.
(iii) Assignment of Professional Team: The Firm/Consortia shall assign a Central team at New Delhi and a team for each of the sites. The Firm/Consortia shall present the composition of the proposed staff team, the tasks, which would be assigned to each of the sites, their timing and prior relevant experience. (Any alternate to key professional staff proposed should have equivalent or higher qualifications and experience).
A short-listed consultant may associate / realign with any of the short-listed consultants and/or short-listed individual expert at the time of submission of proposal. Under such circumstances each member of the Consortium shall be evaluated as per the qualification/ eligibility criteria set forth in Proposal Evaluation. The combined score of the each member of the association of consultant shall be taken into account for evaluation purpose. However, the lead member of the association of the consultant shall be the consultant who has been short-listed by the Client and Client shall deal with only the lead member for the purpose of this assignment. Besides, the Project Consultant / Consortia of Firms should fulfill the original Expression of Interest (EOI) qualifying norms as follows:
a. Project Consultant/Consortia of Firms shall be of National/International repute with a demonstratable track record of rendering Consultancy Services for a Project of the magnitude envisaged
b. Project Consultant/Consortia of Firms should have provided project consultancy services to atleast two projects of national/international level healthcare institutes with a minimum value of Rs.150 Crores each during the last seven years.
c. An international firm should have an Indian firm as one of its partners.
(iv) CV’s recently signed and dated by the proposed key professional staff (in original). Key information should include number of years with the firm, and degree of responsibility held in various assignments during the last seven (07) years.
(v) Estimates of the total time effort (person x months) to be provided to carry out the Assignment, supported by network diagrams showing the time proposed (person x months) for each professional staff member. All proposed personnel are expected to be available for the duration of the assignment and should submit their written confirmations indicating their availability.
(vi) In the event, due to any avoidable circumstances, it becomes inevitable to change the personnel assigned for the subject assignment, the same shall be done only with the written permission of the Client subject to the condition that the personnel so changed shall possess similar or better qualifications & work experience as were available with the personnel in position.
3.3 The technical proposal shall include all information as required and shall not include any financial information.
3.4 Financial Proposal
The financial proposal shall be submitted as per the “Formats for Financial Proposal” (Appendix – 2). The price shall be quoted as total all inclusive lumpsum price (inclusive of all taxes etc.) as per the following:
A. Providing Comprehensive Consultancy Services for setting up Six AIIMS like Apex Healthcare Institutes at Bhopal, Bhubaneswar, Patna, Raipur, Jodhpur & Rishikesh in the states of Madhya Pradesh, Orissa, Bihar, Chattisgarh, Rajasthan & Uttaranchal respectively except Project Management/Construction Supervision Services as per terms of Reference. In case the client so decides not to execute any site of the six sites stated above, there shall be pro-rata reduction per individual site of the quoted price in the case of reduction in the number.
B. Providing Project Management/Construction Supervision Services for setting up of Six AIIMS like Apex Healthcare Institutes as per terms of reference with the proviso for pro-rata reduction per individual site of the quoted price in the case of reduction in the number of construction of individual institutes.
The firm/Consortia should quote lumpsum for both the services as per TOR for all the six sites. The Total Price shall be the summation of Sr. No. A & B above in para 3.4.
Besides the total all inclusive lumpsum price including all taxes etc., breakup of prices as required under the formats is also to be furnished.
...
Rest at
http://mohfw.nic.in/Final%20%20RFP%20-%20PC.htm