PMC RFP Document PDF
PMC RFP Document PDF
Site Location: IIM RANCHI CAMPUS, at HEC area, near DAV Alok Public School, Ranchi (Jharkhand).
The bids through E-Tender are invited only from Central Government Public Sector Organizations
who are experienced in providing the Project Management Consultancy Services for similar projects.
E-Tender Processing Fee - Rs. 2950/- pay to “ITI LTD” Bangalore. Through e-payment gateway.
For participating in the e-Tendering process of IIM Ranchi, the contractor shall have to get them
registered on the site https://iim.euniwizard.com by making required payment through only online
payment mode so that they will get user ID and Password. This will enable them to access the
website, https://iim.euniwizard.com with the help of Digital Signature by which they can participate
in e-Tender of Indian Institute of Management (IIM), Ranchi. For this intending bidder may contact
following e-Wizard Helpdesk numbers.
1. E-Wizard Helpdesk
1st floor, M-23, Road No. - 25,
Near SBI Sri Krishna Nagar, Patna-800001.
Phone No.: 0612-2520545 or 9504661237, 9835871522, 9852764810, 9504486212
2. E-Wizard Helpdesk
A-41 Himalaya House 23, K G Marg
New Delhi -110001, Phone No. 011-49606060
The intending bidder must have valid Class-III (Signing + Encryption) Digital Signature to
submit the bid online. For this intending bidders may contact above mentioned helpdesk
numbers.
1
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
DISCLAIMER
This document has been prepared by Indian Institute of Management Ranchi, Jharkhand. The
information is provided only to Central Government Public Sector Organizations who are interested to
submit their bid for the selection of a Project Management Consultant (PMC) to provide “Project
Management Consultancy for the development of permanent campus (Phase - I Works) of IIM Ranchi
along with all Engineering services at IIM Ranchi Campus, HEC area, near DAV Alok Public School,
Ranchi, Jharkhand.”
The purpose of this Request for Proposal (RFP) document is to provide the bidders with the
information to assist the formulation of their proposal. This RFP document does not purport to contain
all the information that each bidder may require. This RFP document may not be appropriate for all
persons/parties and it is not possible for the Institute to consider the business / investment objectives,
financial situation and particular needs of each bidder who reads or uses this RFP document.
Each bidder should conduct its own investigations and analysis and should check the accuracy,
reliability and completeness of the information in this RFP document and wherever necessary obtain
independent advice from appropriate sources. The Institute makes no representation or warranty and
shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of the RFP document.
No reimbursement of cost of any type or on any account will be made to persons or entities submitting
their bid. The Bidder, at the Bidder's own responsibility, cost and risk, is encouraged to visit and
examine the Site of Works and its surroundings, approach road, soil conditions, investigation report,
existing works if any connected to the work, drawings connected to the work if/as available and obtain
all information that may be necessary for preparing the Bid and entering into a contract for PMC. The
costs of visiting the Site shall be at the Bidder's own expense.
It shall be deemed that the tenderer has visited the site/area and got fully acquainted with the working
conditions and other prevalent conditions and fluctuations thereto whether he actually visits the
site/area or not and has taken all the factors into account while quoting his rates and prices. The
Bidder, in preparing the bid, may rely on the Survey Report, Architectural Drawings and other details
referred to in the contract data, supplemented by any information available to the Bidder. The bidder is
expected, before quoting his rates, to go through the requirement of all inputs, specifications and
conditions of the RFP document.
2
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
INDEX
3
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
==PRESS NOTICE==
India Institute of Management Ranchi invites ‘Request For Proposal’ from eligible Central Government Public Sector
Organizations under two-bid system for “Providing Project Management Consultancy for the development of
permanent campus (Phase - I Works) of IIM Ranchi along with all Engineering services.” The RFP document and
other details are published in institute website www.iimranchi.ac.in, https://iim.euniwizard.com and CPPP
https://eprocure.gov.in/epublish/app. The e-tendering process will be carried out through M/s ITI Limited
(https:/iim.euniwizard.com). Amendments, if any, will be notified in the above websites.
The RFP document can be downloaded from 23.06.2018 (10.00 AM) onwards and the last date and time of
submission of online bid through https:/iim.euniwizard.com is 16th JULY 2018 upto 05:00 PM.
Professor-in-charge (Administration)
4
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
The bids through E-Tender (Request For Proposal) are invited only from Central Government Public
Sector Organizations, who are experienced in providing the Project Management Consultancy and
Engineering Services for similar projects, for Selection of PROJECT MANAGEMENT CONSULTANT (PMC)
to “Provide Project Management Consultancy for the development of permanent campus (Phase-I
Works) of IIM Ranchi along with all Engineering services.” Details of the tender may be seen as under:
Tender Notice No. : IIMR/Admin./Pur/RFP/PMC/2018-19/02 Dated: 21st June 2018
Name of Project/work : Project Management Consultancy for the development of permanent campus
(Phase-I Works) of IIM Ranchi along with all Engineering services.
Period of completion : Pre-construction stage : 06 months
: Construction stage : 24 months
: Operation & maintenance stage : 24 months
RFP fee / Bid Processing fee : Rs. 17,700.00 (including GST @ 18%) in the form of a Demand Draft (or) Banker’s
(non-refundable) Cheque issued by any Nationalized / Scheduled bank in India in favour of “Indian
Institute of Management, Ranchi” payable at Ranchi.
Bid Security / EMD : Rs. 20,00,000.00 (Rupees twenty lakhs only) in the form of a Demand Draft (or)
Banker’s Cheque (or) Bank Guarantee issued by any Nationalized / Scheduled
bank in India in favour of “Indian Institute of Management, Ranchi” payable at
Ranchi.
Bid validity period : 180 days from the bid submission date.
Bid document downloading : 23/06/2018 at 10.00 AM
start date and time
Bid document downloading : 16/07/2018 upto 5.00 PM
end date
Pre-bid meeting : On 03/07/2018 at 03.00 PM at Indian Institute of Management, Ranchi,
Suchana Bhawan, Audrey House campus, Ranchi, Jharkhand (India).
Opening of tender online : 17/07/2018 at 3.30 PM
(Technical Bid only)
Date of opening of Price Bid : Will be informed later after evaluation of Technical Bid.
Physical submission of RFP / : Instrument of RFP Fee & EMD shall be submitted in electronic format also
Bid Processing fee & Earnest through online (by scanning) while uploading the bid. However, for the purpose
Money Deposit of realization of instrument of RFP / Bid Processing fee and EMD, bidder shall
send the same in original through speed post / hand to hand delivery so as to
reach the office of IIM Ranchi during office hours on or before 16/07/2018 upto
5.00 PM.
Bidders who fail to furnish RFP fee & EMD, in original, within the stipulated
time as indicated above, will be outright rejected and their proposal shall not
be considered for further evaluation.
Registration Certificate, GST Registration, PAN Card etc. shall be scanned and
uploaded online only.
Terms & Conditions :
1. : Downloading of Tender Document
: Interested bidders can download the tender document free of cost from the
website within the specified period.
Bidders who wish to participate in the Tender will have to register on web
site: https://iim.euniwizard.com
2. : Digital Certificate
: Bidders who wish to participate in this Tender will have to procure/ should
have legally valid Digital Certificate as per Information Technology Act-2000
(Class-III) using which they can sign their electronic RFP.
Bidders who already have a valid Digital Certificate need not to procure a new
Digital Certificate.
3. : Pre-Bid Conference
: Pre-bid conference for this tender shall be conducted on the date shown
above at IIM Ranchi.
The Bidders shall obtain the certifications to the queries raised in the form of
Minutes of Meeting which will be uploaded by IIM Ranchi website. These
minutes shall be a part of Tender Document.
4. : Online Submission of Technical and Price Bid
: Bidder can prepare and edit their offers number of times before final
submission. Once finally submitted bidder cannot edit their offers submitted
in any case. No written or online request in this regard shall be granted.
Bidder shall submit their offer i.e. technical bid as well as price bid in
Electronic form on the above mentioned website latest by the submission
date as mentioned above after digitally signing the same.
Offers submitted without digitally signed will not be accepted.
Offers in physical form will not be accepted in any case.
5
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
5. : Opening of Tender
: Opening of Bid documents will be held on Date & time shown hereinbefore in
the office of IIM Ranchi.
Intending bidders or their representative, who wish to remain present at IIM
Ranchi premises at the time of tender opening, can do so.
The offline technical evaluation of the tenders received on or before last date
of submission would be done and results will be displayed on website.
After Successful completion of technical evaluation, price bid of only those
bidders shall be opened online who are found qualified.
6. : General Instruction
The RFP / Bid Processing fee will not be refunded under any circumstances.
Bids shall only be signed by Authorized Signatory.
EMD in the form specified in tender document only shall be accepted.
Tenders without tender fees, earnest money Deposit (EMD) and which do not
fulfill all or any of the conditions or submitted incomplete in any respect will
be rejected.
Conditional tenders shall not be accepted.
Bids shall be self-explanatory and self-content proposal. No reference to
external documents will be considered. Reference documents uploaded with
the bid will only be considered.
The bidders are advised to read carefully the Instructions to Bidder, Eligibility
criteria for qualification and all other relevant details contained in the tender
document (RFP).
Bid once submitted shall not be amended/ appended after the last date of
submission, unless in response to some queries or clarifications sought by IIM
Ranchi.
The e-tender notice shall form a part of tender document.
7. IIM Ranchi reserves the right to reject any or all the tenders without assigning any
reason whatsoever.
6
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
INFORMATION TO BIDDERS
1. INTRODUCTION
1.1. The Indian Institute of Management, Ranchi is an institute of national importance established in
2010 by the Government of India to provide quality management education in the country to cater to
the needs of corporate and non-corporate sectors and public systems. The Institute is operational
from July 2010 in a temporary campus in Suchana Bhawan, Audrey House Campus, Meur’s Road,
Ranchi.
For the establishment of a State of the Art permanent campus, the state government of Jharkhand
has allotted 60.04 acres land in HEC area, near DAV Alok School in Ranchi. The Government of India
would be allocating budgetary grants to develop the campus along with the required infrastructure.
The Institute has already established the contract with an architect for “Preparation of Master plan
and Comprehensive Architectural Design of Permanent Campus of IIM Ranchi (Phase-I works) at
HEC Area Ranchi, Jharkhand vide Tender No. IIM Ranchi/CD/01/Jan 2018 dated 11.01.2018. The scope
of services of Architect is given in Annexure – A & B. The scope of services of the Architect will not
form part of the scope of prospective PMC.
The Institute is inviting bids only from Central Government Public Sector Organizations for selection
of “Project Management Consultant” (hereinafter referred to as the PMC) to provide “Project
Management Consultancy for the development of permanent campus (Phase-I Works) of IIM Ranchi
along with all Engineering services at the above allotted land.”
1.2. The selected PMC shall aid and assist the Institute in the activities as detailed out in Scope of
Project Management Consultancy services. The brief details of the work is as below:-
Sr. No. Name of Work # Estimated Cost of
project (for which
PMC is sought)
1. To provide Project Management Consultancy for the development of Rs. 400.00 Crores
permanent campus (Phase-I Works) of IIM Ranchi along with all
Engineering services and allied works.
# The estimated value of project for which the PMC is sought is an
approximate value only and the actual cost of the works to be
carried out by the PMC is subject to variation depending upon the
requirement of the project for its completion in all respects. The
payment to the PMC will be in accordance with the scope of works
as stipulated in this RFP document and the lump-sum fee quoted by
PMC in the price bid.
1.3. IMPORTANT INFORMATION
For all Central Government Public Sector Organizations, the EMD will be Rs. 20.00 Lakhs (INR
Bid Security (EMD) Twenty Lakhs Only) in the form of a Demand Draft (or) Banker’s Cheque (or) Bank Guarantee
Amount in specified form issued by any Nationalized / Scheduled banks in India in favour of “Indian
Institute of Management, Ranchi” payable at Ranchi.
e-Tender / Bid Rs. 17,700.00 (including GST @ 18%), non-refundable, in the form of a Demand Draft (or)
Processing Fee Banker’s Cheque issued by any Nationalized / Scheduled bank in India in favour of “Indian
Institute of Management, Ranchi” payable at Ranchi.
The RFP document and other details can be obtained from the institute’s website
Download of RFP www.iimranchi.ac.in and https://iim.euniwizard.com. Amendments, if any will be notified in
Document the above websites. The RFP document can be downloaded by the bidders from 23/06/2018
at 10.00 AM to 16/07/2018 up to 05:00 PM.
Bidding will have to be done through M/s ITI Ltd. Portal: https://iim.euniwizard.com.
7
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
No queries raised beyond the stipulated date and time or any verbal/written queries raised
during the pre-bid meeting will be entertained.
The Queries sent through email within the stipulated date and time will only be taken up for
discussions during the pre-bid meeting.
The decisions/replies to the queries will be intimated during the conduct of pre-bid meeting
itself and the decision of the Competent Authority of the Institute will be final and binding
for all purposes.
The minutes of the pre-bid meeting will be published in the website of the Institute and the
same will become a part of the tender document and the contract agreement.
No query of any form will be entertained or agreed after the pre-bid meeting.
Last date & time of 16/07/2018 up to 05:00 PM
download of
Tender Document
Last date & time of 16/07/2018 up to 05:00 PM through online.
submission of RFP/
Bids (bid due date)
online only
Opening of tender 17/07/2018 at 03:30 PM through online.
online (Technical
Bid only)
Place and date of Last Date of submission of Bid Processing fee & EMD : 16/07/2018 up to 05:00 PM in hard
submission of Bid copy (physical form) in a sealed envelope subscribing the name of Work and Tender number
Processing fee & and to be submitted to the Administrative Officer, Purchase Department, Indian Institute of
EMD Management, Ranchi, Suchana Bhawan, Audrey House Campus, Ranchi, Jharkhand- 834008
The Special Instructions (for e-Tendering) supplements “Instructions to the Bidders,” as given in the
RFP Document hereinafter. Submission of online Bids is mandatory for this Tender.
The offer should be submitted through e-tendering mode in the M/s ITI Ltd. Portal
(https://iim.euniwizard.com) viz. Technical and Financial Bid. The Bids will be uploaded along with all
signed and scanned documents those are required for this particular tender.
8
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
For participating in this tender online, the following instructions need to be read carefully. These
instructions are supplemented with more detailed guidelines on the relevant screens of the e-
wizard portal.
iv) Registration: Intending bidders are requested to register themselves with M/s ITI Ltd. (if not
registered earlier) through https://iim.euniwizard.com for obtaining user ID, by paying a
registration fee, online tendering fee etc. through e-payment gateway. Bidders are also required to
obtain Digital Signature for participating in the e-tender.
For participating in the e-tendering process of IIM Ranchi, the bidders shall have to be registered
on the website https://iim.euniwizard.com by making required payment through online payment
mode so that they will get user ID and password. This will enable them to access the website,
https://iim.euniwizard.com with the help of Digital Signature by which they can participate in e-
Tender of Indian Institute of Management (IIM), Ranchi.
The intending bidder must have valid Class-III (Signing + Encryption) Digital Signature to submit the
bid online. For this intending bidders may contact the helpdesk numbers provided hereinbefore.
1.5.3. E-Tender / Bid Processing fee : Rs. 17,700.00 (including GST @ 18%) to be furnished in
the form of a demand draft / Banker’s cheque issued by one of the Nationalized / Scheduled
Banks in India in favour of “Indian Institute of Management Ranchi” payable at Ranchi. E-
Tender / Bid Processing fee will be non-refundable. Any bid not accompanied by the E-Tender /
Bid Processing fee shall be summarily rejected by the Institute as nonresponsive.
The Proposal shall be valid for a period of not less than 180 days from the Bid Submission Date.
The Institute may at its discretion, request bidders to extend the Bid Validity Period for a
specified period and also correspondingly the validity of the EMD.
9
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(b) Any bid not accompanied by the EMD of Rs. 20,00,000.00 (Rupees twenty lakhs only) shall be
summarily rejected by the Institute as nonresponsive.
(c) The EMD of unsuccessful bidders shall be discharged / returned without any interest not later
than thirty days after the expiration of the period of bid validity.
(d) The EMD of the successful bidder or preferred bidder shall be refunded within 15 days of
furnishing Performance Bank Guarantee in terms of RFP.
(e) The EMD shall be forfeited under the following conditions:
(i) If the bidder modifies or withdraws the proposal during the period of bid validity as
specified in this RFP and as extended by the Institute from time to time or before the issue
of the letter of award, whichever is later.
(ii) In the case of a preferred bidder fails to execute the consultancy agreement within the
stipulated time or any extension thereof given by the Institute.
(iii) If any information or document furnished by the bidder turns out to be misleading or false
in any form.
(iv) In case of forfeiture of earnest money as prescribed above, the bidder shall not be allowed
to participate in the retendering process of the same PMC.
(f) The validity of the EMD/BG will be forty five days beyond the validity period of bid.
The Bidders shall be responsible for all costs associated with the preparation of their Bids and
their participation in the Bid. The Institute will not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the Bidding Process.
10
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
held at Indian Institute of Management Ranchi, Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi on 03.07.2018 at 03.00 PM.
Interested Bidders shall intimate the Institute about their participation for Pre-Bid meeting
and send their queries prior to the Pre-bid meeting through email to
[email protected] or [email protected] before 29/06/2018 upto
10.00 AM (date & time).
No queries raised beyond the stipulated date and time or any verbal/written queries raised
during the pre-bid meeting will be entertained.
The Queries sent through email within the stipulated date and time will only be taken up for
discussions during the pre-bid meeting.
The decisions/replies to the queries will be intimated during the conduct of pre-bid meeting
itself and the decision of the Competent Authority of the Institute will be final and binding for
all purposes. No query of any form will be entertained or agreed after the pre-bid meeting.
The minutes of the pre-bid meeting will be published in the website of the Institute and the
same will become a part of the tender document and the contract agreement.
1.5.9.2. In order to afford the Bidders a reasonable time for taking an Addendum into account or for
any other reason, the Institute may, at its own discretion, extend the Bid Due Date.
(b) The Bidder does not provide, within the time specified by the Institute, the supplemental
information sought by the Institute for evaluation of the Bid. Such misrepresentation/
improper response shall lead to the disqualification of the Bidder. If such disqualification/
rejection occurs after the Bids have been opened and the Preferred Bidder gets
disqualified/rejected, then the Institute reserves the right to:
(i) Consider the remaining Bidders for further evaluation and award or
(ii) Take any such measure as may be deemed fit in the sole discretion of the Institute,
including annulment of the Bidding Process.
1.5.10.3. The Institute reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP or the Bidding Documents and the Bidder
shall, when so required by the Institute, make available all such information, evidence and
11
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
documents as may be necessary for such verification. Any such verification or lack of such
verification by the Institute shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of the Institute thereunder. A Bidder is eligible to submit
only one Bid.
1.5.11. The Bidder, in case of Bidding Company, should submit a Power of Attorney as per the
format authorizing the signatory of the Bid to commit the Bidder.
1.5.12. Bids in Joint Venture / Consortium will not be accepted.
1.5.13. Any condition or qualification or any other stipulation contained in the Bid which is
inconsistent with the terms of the Bidding Documents shall render the Bid liable to rejection
as a non-responsive Bid
1.6.1. The Bidder shall submit the Technical Bid in the formats specified in respect thereof keeping in
mind the evaluation criteria defined in the RFP document. The Technical Bid shall comprise the
following documents:
a) Form-1: Transmittal Letter
b) Form-2: Bidder’s Profile
c) Form-3: Technical capacity (Experience) of the Bidder to claim eligibility
d) Form-4: Project Datasheet to claim eligibility
e) Form-5: Affidavit for similar work experience
f) Form-6: Key Employee List
g) Form-7: CV of Key Employees
h) Form-8: Financial Capacity of the Bidder
i) Form-9: Format for Power of Attorney
j) Form-10: Bidders Affidavit
k) Form-11: Details of Technical Personnel to be deployed for the project
l) Form-12: Details of Disciplines for which Consultants are proposed to be appointed by the
bidder for this project
12
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
1.6.2. Financial bid: The financial proposal as per the attached format
About the consultancy Fees
a) The Consultancy fees shall be fixed and inclusive of all taxes and levies payable under
respective statutes except GST, which, as applicable, shall be paid by the Institute over and
above the fees. However, if any other further tax or levy is imposed by the Statute, after the
last stipulated date for the receipt of bid including extensions, if any, and the PMC thereupon
necessarily and properly pays such taxes/levies, the PMC shall be reimbursed the amount so
paid.
b) The Consultancy fees shall be deemed to include the cost of necessary subordinate staff and
all other expenditures, which the PMC may incur in the course of carrying out and rendering
duties and services agreed upon. The PMC shall not be entitled to any payment or
remuneration, over and above the fees.
c) All necessary statutory deductions as per laws of the Local Bodies / State Government
/ Government of India shall be effected from the bills payable to the PMC.
d) The Consultancy fees payable includes the fees payable by PMC to any other specialized
consultant employed by the PMC towards meeting its Scope of Project Management
consultancy Services.
e) The Fees payable to the Architect will be directly paid by the Institute (subject to due
verifications and advice by the PMC). Further, the fees payable to the Government / Local
Bodies for getting necessary approvals / sanctions, as envisaged in the scope of Architect, will
be separately borne by the Institute as per actual.
13
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
f) The PMC hereby agrees that fees to be paid will be in full discharge of functions to be
performed by them as per the Scope of Services.
g) All payments shall be made in Indian Currency.
1.7 SUBMISSION OF BID PROPOSAL
a) IIM Ranchi has decided to use process of e-tendering for inviting this tender and so the hard
copy of the Tender document will not be available for sale and only online submission of bids
will be acceptable.
b) The tender should be submitted online under Two Bid Systems i.e. “Technical Bid” and
“Financial Bid”.
c) Technical bid must contain the information as prescribed in tender document. The “Financial
Bid” must contain the fees for providing Services. The bidders are requested to upload all the
documents as required in the tender (RFP) to claim their eligibility.
Place of opening of Tender Bids: IIM Ranchi has adopted e-tendering process which offers facility
for “Online Tender Opening.” IIM Ranchi tender opening officers as well as authorized
representatives of bidders can attend Online Tender Opening Event from comfort of their offices.
However, authorized representatives of the bidder, if so desire, can attend the TOE at IIM Ranchi,
where Tender Opening Officers would be conducting Online Tender Opening Event (TOE).
14
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
1.9.3. The Institute reserves the right to seek clarifications or additional information / documents from
any bidder regarding its Technical Proposal. Such clarification(s) or additional information /
document(s) shall be provided within the time specified for the purpose. Any request and
response thereto shall be in writing. If the Bidder does not furnish the clarification(s) or additional
information / document(s) within the prescribed time, the Proposal shall be liable to be rejected.
In the case Proposal is not rejected, the Institute may proceed to evaluate the Technical Proposal
by construing the particulars requiring the clarification to the best of its understanding and the
Bidder shall be barred from subsequently questioning such interpretation of the Institute.
1.9.4. Bidder who meets the Eligibility Criteria shall be shortlisted as Qualified Bidders. The Institute
shall notify all the technically qualified (shortlisted bidders) bidders indicating the date, time and
venue for attending the opening of financial bids.
1.10.1. Evaluation committee shall open the financial bid in the presence of the bidders/their
authorized representative who choose to attend the opening process of the financial bid.
1.10.2. On opening of the financial bids the evaluation committee shall read out the financial bid to all
the bidders and ask to sign the compiled list of bidders.
1.10.3. If any discrepancy is found between the fees written in the figure and in words in the financial
bid, the fees written in words shall prevail. The evaluation committee shall correct error, if any
and sign the same.
1.10.4. On opening of financial bids and evaluation thereof the tenderers will be ranked accordingly to
their composite scores (Technical & Financial) as per clause no. 4.2 hereinafter and will be
listed in order of merit as H1, H2 and H3 and so on. The top scorer H1 would be eligible for
award of the work. No correspondence shall be entertained by the Institute from the
unsuccessful bidders.
1.10.5. Award of contract
i) After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the Institute to
the Preferred Bidder and the Preferred Bidder shall, within 7 (seven) days of the receipt of the
LOA, sign and return the duplicate copy of the LOA in acknowledgement thereof as a token of
acceptance. In the event the duplicate copy of the LOA duly signed by the Preferred Bidder is
not received by the stipulated date, the Institute may, unless it consents to extension of time
for submission thereof, forfeit the EMD of such bidder. The letter of award shall form a part of
the agreement.
ii) Within ten days from the date of issue of the letter of award the preferred bidder shall be
required to submit the performance guarantee and execute the agreement.
iii) The successful bidder shall also sign an integrity pact.
15
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(the Construction Period Performance Guarantee) at the time of signing of the Agreement. The
same shall be valid for a period of five years from the date of signing of the Agreement.
The performance guarantee shall be furnished within the time limit specified in the bid
document. If there are delays in executing the PMC work that are not condoned or accepted by
the Institute or if the PMC fails to perform the services in accordance with the Provisions of the
RFP, the Performance Guarantee shall be forfeited partially or fully depending upon the nature
of the default.
In this regard the decision of Director of the Institute or any other competent Authority of the
Institute to levy compensation and the amount of compensation levied is final and binding. The
Institute may also decide to deduct the compensation amount against any sum payable to the
PMC, under this agreement in this case.
The Construction Period Performance guarantee shall be refunded within 15 days of furnishing
of the O&M Period Performance Guarantee.
The O&M Period Performance Guarantee shall be provided pursuant to handing over of work
and obtaining occupancy certificate and other approvals as per scope of the services towards
Construction Period.
If the PMC fails to perform the Services in accordance with the Provisions of the RFP during
O&M period, the Performance Guarantee shall be forfeited partially or fully depending upon the
nature of the default.
In this regard the decision of Director of the Institute or any other competent Authority of the
Institute to levy compensation and the amount of compensation levied is final and binding. The
Institute may also decide to deduct the compensation amount against any sum payable to the
PMC, under this agreement in this case
The Bank Guarantee towards O&M Performance Guarantee, provided by the PMC shall be valid
and in full force till 6 months after the completion of the O&M period, i.e. two years and six
months. Both the Performance guarantees shall be provided by the selected bidder in the
format provided hereinafter in the RFP.
Both the Performance Bank Guarantees shall be periodically renewed by the PMC, so as to
remain valid and in full force throughout the period meant for.
The failure of PMC to comply with this provision shall constitute sufficient ground to terminate
the Agreement.
2. Definitions :
Unless context or consistency demands otherwise the following terms shall have the meaning
assigned to them as under:
16
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
2.1 Client/Owner/Institute shall mean Indian Institute of Management, Ranchi (IIM Ranchi)
and shall include their representatives, administrators and successors and permitted
assigns and hereinafter called as Client or Owner or Institute.
2.2 PMC shall mean the applicant, appointed as such pursuant to this selection process for
providing Project Management Consultancy and Engineering services for engineering, design,
construction and development of new campus for IIM Ranchi.
2.3 Request for proposal (RFP) means this document specifying the requirements, terms and
conditions, scope and other related particulars of selecting and employing a PMC for the new
campus development of IIM Ranchi.
2.4 Project Management Services (PMS) shall mean services to be rendered by PMC to IIM Ranchi
for its new campus development project.
2.5 Master Plan shall mean the overall architectural plan / site layout plan, but not limited to the
details of road networks, street lighting, water supply and drainage details, storm water
drainage, STP, WTP, building layouts, electrical layout, firefighting details, landscape plan, rain
water harvesting plan, horticulture works and building byelaws of statutory bodies for the new
campus development of IIM Ranchi.
2.6 Authorized Representative shall mean the representative of Project Management Consultant
(PMC).
2.7 Project shall mean “Project Management Consultancy for the development of permanent
campus (Phase-I Works) of IIM Ranchi along with all Engineering services and allied works.”
2.8 Services shall mean the comprehensive Engineering, Design and Project Management
Consultancy services to be rendered by the PMC.
2.10 Completion means when the building(s) / Structure(s) are complete in all respects along with
allied / associated services i.e. ready to occupy, making operational for utility and are finally
handed over to the Owner.
2.11 Architect shall mean the Agency appointed by the Owner to provide architectural services for
the campus development of IIM Ranchi with specified scope of work stated hereinafter.
2.12 Defect Liability Period shall mean the warranty period beyond the project completion.
3. ELIGIBILITY CRITERIA
To be eligible for being considered for selection as the PMC, a bidder should fulfill the following
conditions of minimum eligibility:
3.1. Technical Criteria:
3.1.1. The bidder/bidding organization should have experience of providing Project Management
Consultancy and engineering services of similar nature* for a minimum period of seven years
ending last day of the month previous to the one in which the bids are invited i.e. Eligibility
Period.
17
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
3.1.2. The intending bidder/bidding organization must have in its name as a prime contractor
experience of having satisfactorily completed the Project Management Consultancy Services of
similar nature* of project(s) during the Eligibility Period under single agreement as any of the
following:
i) Three similar completed works each costing not less than the amount equal to 40% of
the estimated cost put to tender i.e. Rs. 160 Crores
Or
ii) Two similar completed works each costing not less than the amount equal to 50% of
the estimated cost put to tender i.e. Rs. 200 Crores
Or
iii) One similar completed work costing not less than the amount equal to 80% of the
estimated cost put to tender i.e. Rs. 320 Crores.
3.1.3. The Institute intends to appoint a single entity for the assignment of providing Project
Management Consultancy and Engineering services. As such, the bidder should note
that the work will be awarded and executed only by the successful bidder and not by its
subsidiary or associate company etc.
3.1.4. *Similar nature of Project shall mean that the Project management consultant shall have
experience in providing PMC and Engineering Services for complete campus
development in any Central Universities / IIMs / IITs / NITs / AIIMS / Medical College or
University / Institutional Buildings / Central PSU Campus(es) / Central or State Govt.
Campus(es) consisting of multi-storied / high rise RCC/RCC Composite framed
structure, in (G+5) storied configuration or more, including Public Health Engineering,
firefighting works, Internal and external electrical works, Solar lighting, security
systems, GRIHA norms for achieving minimum three star rating, HVAC, lifts,
horticulture, roads, walkways, disabled friendly accessible features etc. and all other
works not mentioned herein but required for completion of the project in all respects.
The project should have been completed in India.
3.1.5 (a) The Bidder should have experienced in-house design team for civil, structural, MEP,
HVAC and GRIHA services. Further, the PMC should have a team of professionals
dedicated exclusively for this work of IIM Ranchi, headed by a team leader. The
team leader shall be responsible for overall supervision, coordination and
management of all the project assignments.
(b) The bidder, during the submission of bid should enclose the complete details of the
dedicated/exclusively earmarked team of professionals as indicated in Para 6.8 (iv) of
this document and also should enclose the CV/ bio-data of the professionals with the
technical bid of the document. If a person proposed for any position is not found
suitable by the institute; another CV shall be submitted and the same procedure shall
follow till a suitable person for the given position is approved.
(c) The proposal shall remain valid for a period not less than 180 days from the proposal
due date (proposal validity period). The institute reserves the right to reject any
proposal, which does not meet this requirement. The proposal validity period may
further be extended on mutual consent.
(d) The Earnest Money deposit (EMD) of Rs. 20.00 lakhs (Rupees twenty lakhs only) in
the specified form should be submitted in physical form to the tender inviting authority
before 16/07/2018. The EMD of the unsuccessful bidders will be returned after the
18
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
issue of LOA to the successful bidder. The EMD submitted by the successful bidder shall
be adjusted against the performance security/ performance guarantee and will be
retained by the institute.
(e) The EMD shall be forfeited in case of any information or document furnished by the
bidder turns out to be misleading or untrue in any material respect and if the successful
bidder fails to execute the consultancy agreement within the stipulated time or any
extension thereof provided by the institute.
The bidder shall submit balance sheet and profit and loss account for last five financial
years certified by Chartered Accountant. The turnover should be in the name of the
bidder.
Net-worth: The Bidder shall have a positive net worth as on 31.03.2017 as per the
audited account.
4.0 Evaluation Criteria:
The successful bidder will be selected based on “Quality and cost based selection (QCBS)”
method. The Agencies who fulfil the minimum eligibility requirements as per clause: 3 and sub-
clauses thereof shall be eligible to apply.
4.1 Technical bid
The duly constituted Tender Evaluation Committee shall evaluate the Technical Proposals on
the basis of their responsiveness to the Terms of Reference and by applying the evaluation
criteria bid shall be evaluated as under:
S. No. Criterion Evaluation Criteria
A. Organizational Strength 20 marks
19
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Consultant Approach and Methodology to perform the Marks to be allotted by Client’s evaluation
Consultancy assignment / job based on the Terms of committee/ team on the basis of presentation
Reference (TOR) made by the Bidders/Agencies on the following
parameters :
i. Understanding of the Terms of Reference :
3 marks
ii. Technical approach and methodology :
3 marks
iii. Work plan including PERT / CPM chart :
2 marks.
iv. Overall presentation and reply to the
queries : 2 marks
Total (A to F) : 100 Marks
a) The Technical Evaluation shall be carried out based on the documents submitted
by the bidder for technical bid.
b) The evaluated Bid will be given a Technical Score (TS). The minimum technical
score required to qualify technical evaluation is 60 Marks out of 100. A bid will be
considered unsuitable and will be rejected at this stage if it fails to achieve the
20
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
minimum technical score. CLIENT will notify bidders who fail to score the
minimum technical score about the same and the Financial Bids of such failed
bidders will not be opened.
The Client will notify the bidders who secure the minimum qualifying technical
score, indicating the date and time set for opening of the Financial Bids.
The Financial Bids will be considered only of those bidders who secure marks 60
and above in technical bid out of 100. The fees indicated in the Financial Bid shall
be deemed as final and reflecting the total fees of services and should be stated in
INR only. The fees quoted by the bidder shall be inclusive of all taxes, duties, levies
but excluding GST & GST Compensation Cess, if applicable, under the Applicable
Law of the land.
The payment of GST and GST Compensation Cess by service availer (i.e. Owner) to
bidder/contractor (if GST payable by bidder/contractor) would be made only on the
latter submitting a GST Bill/invoice in accordance with the provision of relevant GST
Act. Payment of GST & GST Compensation Cess is responsibility of bidder/contractor.
However, such duties, taxes, levies etc. which is notified after the last date of
submission of Bid and/or any increase over the rate existing on the last date of
submission of Bid shall be reimbursed by the company on production of
documentary evidence in support of payment actually made to the concerned
authorities. Input tax credit is to be availed by paying authority as per rule.
Similarly if there is any decrease in such duties, taxes and levies the same shall
become recoverable from the PMC.
If Owner fails to claim Input Tax Credit (ITC) on eligible Inputs, input services and
Capital Goods or the ITC claimed is disallowed due to failure on the part of
supplier/vendor of goods and services in incorporating the tax invoice issued to
Owner in its relevant returns under GST, payment of CGST & SGST or IGST, GST
(Compensation to State) Cess shown in tax invoice to the tax authorities, issue of
proper tax invoice or any other reason whatsoever, the applicable taxes & cess paid
based on such Tax invoice shall be recovered from the current bills or any other dues
of the PMC along with interest, if any.
ii) 20 % weightage will be considered for the fees quoted by the bidder in the
financial bid, this will be termed as Financial Score (FS).
Financial score of the proposals will be determined using the following formula:
FS = 100 x (FL/F) Where,
21
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
iii) For the purpose of calculation of Composite Score (S) for each bidder, the
weightage shall be 80 % for the Technical Score (TS) and 20% for Financial Score
(FS) of the respective applicants. The Composite Score shall be calculated using
the following formula:
S = TS x 0.80 + FS x 0.20
Tenderers will be ranked accordingly to their Composite Scores and will be listed
in the order of merit as H1, H2 and H3 and so on. The top scorer H1 would be
successful bidder i.e. eligible for award of work.
iv) However, in the event of tie at the top position between two or more bidders, the
preferred bidder shall be selected on the basis of more technical competence i.e. bidder
with more technical score (TS) shall be selected as preferred bidder. However, the
preferred bidder shall be required to match the lowest price bid among the bidders
forming the tie.
If the preferred bidder does not agree to match the lowest price bid among the bidders
forming the tie, the bidder having 2nd highest technical score (TS) will be considered for
award in the similar way with the lowest price bid among the bidders forming the tie.
5.1. General:
5.1.1. The Indian Institute of Management, Ranchi (referred to as “the Institute or IIM
Ranchi” hereinafter) seeks the services of reputed Central Government Public Sector
Organizations for providing the “Project Management Consultancy” services and act as
the “Project Management Consultant” handholding the entire activities involved for
development of the proposed permanent campus of the Institute. The total built-up
area is approx. 1, 15,800 Sqm. In Phase- 1, only 61800 sqm approx. built-up area under
various buildings of the Project shall be constructed in phased manner as given
hereinafter. The PMC is expected to extend all necessary support to the Institute in
managing the project, subject to the provisions of this Request for Proposal (referred
to as the “RFP” hereinafter) and other terms and conditions of the consultancy
agreement signed between the PMC and the Institute.
5.1.2. The IIM Ranchi Campus is proposed to be established in 60.04 acres of land in HEC
area, near DAV Alok Public School at Ranchi. (Referred to as “the Project site”
hereinafter).
5.1.3. The PMC will function under the supervision of as specific principles and guidelines as
set forth by the institute and shall assist and facilitate the Institute in its decision
making for development of new campus of IIM Ranchi.
5.1.4. The PMC shall be guided in its assignment by the prevailing codes, standards,
specifications, guidelines, manuals as required for planning, designing, construction
and operation & maintenance of the infrastructure facilities adopting the best
practices.
22
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
The Institute campus will be designed contextual with locale with modern, sustainable,
Energy Efficient buildings in accordance with standard and best practices / guidelines.
The campus under phase -1 works will have major buildings as specified below. Based on
the Institute requirement, any number of more building(s) can be added or deleted in
this list.
PHASE-WISE CONSTRUCTION OF BUILDINGS - Built up area wise:
SL. NAME OF BUILDING TOTAL TOTAL PHASE-I PHASE-II
NO. NO. BUILT UP BUILT UP BUILT
AREA AREA (NO. UP AREA
(IN SQM) & IN SQM) (NO. & IN
SQM)
1 Academic 4 6000 2 2
Blocks 3000 3000
2 Hostels 3 27000 2 1
18000 9000
3 Dining Hall for students 2 4000 1 1
2000 2000
4 Staff dining hall 1 2500 1 -
2500
5 Faculty Block 3 7500 2 1
5000 2500
6 Administrative Building 1 4000 1 -
4000
7 Library 1 6000 1 -
6000
8 Computer Lab 1 6000 1 -
6000
9 MDP Block 1 12000 - 1
12000
10 Seminar Hall 1 2000 1 -
2000
11 Commercial Centre and 1 2000 1 -
Dispensary 2000
12 Sub-station and Utilities 1 1000 500 500
13 Director’s Residence 1 300 1 -
300
14 Faculty Residence Block 4 16000 2 2
8000 8000
15 Staff Houses, A type Block 6 3000 3x500 each 3x500
1500 1500
16 Staff Houses, C type Block 2 2000 1 1
1000 1000
TOTAL 101300 61800 39500
NOTE: The exact scope of engineering works shall be vetted by the Architect before award of LOA to
the PMC. All buildings shall be sustainable, energy efficient, Green and space shall be used
optimally. Campus should be designed so as to leave enough space for future expansion.
5.2 Objectives :
The PMC shall function completely under the supervision as well as specific principles and
guidelines laid down by IIM Ranchi and rules, regulations and norms of HRD GOI. However, the
following objectives are to be achieved through PMC for new campus development of IIM
Ranchi:
23
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(ii) To review all activities associated with architect for correctness and completeness.
(iii) Obtain statutory approvals which are not covered in the scope of the Architect for
commencement of construction work and handing over of constructed facilities to the
Institute. Assist the Architect to obtain the statutory approvals under his agreement.
(iv) Bid process management on the guidelines approved by the Institute and submit clear
recommendations for approval and award of construction/other associated
works/services etc.
(vi) Monitoring of Operation and Maintenance of infrastructure facilities developed for the
institute for a period of 2 years after completion and handing over of the facilities to the
Institute.
a. After selection of PMC an AGREEMENT will be singed mutually with detailed terms and
conditions.
b. Subsequent to signing of the Agreement, the PMC shall take possession of all encumbrances
free site from the Owner and shall nominate a responsible Team Leader for execution of the
project under intimation to the Owner.
c. The planning, designing of the project shall be done by the PMC. The PMC shall prepare
detailed estimates, structural and service drawings required for execution of the project after
getting the concept and specification approved by the Owner. While detailing the scheme, PMC
shall provide only those requirements, decided mutually between the Owner & the PMC.
24
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
d. PMC shall prepare preliminary estimate of cost of the various items of work as required by
Client on CPWD plinth area rates (where ever applicable) enhanced by the cost index of the
area and market rate analysis for items which are not included in CPWD, Market rate Analysis
to be worked out as per standard methods and will submit to the owner for its approval.
e. PMC shall execute the works at estimated cost inclusive of agency charges for project
management and planning, designing consultancy services. In case at detailed design/
execution stage, if there is an increase in this anticipated cost, the Execution Agency shall
submit the details of the same with the supporting documents and technical/ administrative
justification to the Client.
f. PMC shall prepare the tender documents comprising the technical specification, BOQ, General
Terms and Conditions, Special Conditions etc. for inviting tenders as per CVC Guidelines.
g. The PMC shall invite open tenders for award of the work. However the same will be monitored
by the authorized representative of Client.
h. PMC shall be wholly responsible for any observations/ comments/ defects pointed out by
C.T.E/C.V.C/C.A.G in the planning & procedures of execution of this project.
i. PMC shall be fully responsible for the timely completion, the quality adherence and structural
safety of the construction.
j. Any defects discovered and brought to the notice of the PMC during the period aforesaid shall
be rectified by the contractor appointed by the PMC. PMC shall ensure that in the event of the
failure on the part of the contractor, the same may without prejudice to any other rights
available to it in law, be rectified by the PMC at the cost and expense of the Contractor.
k. The PMC shall, unless otherwise specified, be fully responsible for procurement of all materials
and services for the construction activity.
l. During the various stages of execution, PMC shall submit monthly progress reports with site
photographs.
m. PMC will submit Performance Guarantee @ 10% of the fees payable to PMC in the form of
Bank Guarantee before execution of agreement, which would be kept valid upto 1 year after
completion of the work i. e. upto the defect liability period.
n. PMC shall strictly adhere to quality norms as per specification for various works as per
standardization and engineering practices in India. PMC shall also ensure adherence of the
above stipulation by its contractor/ sub-contractor/ agencies engaged by them.
o. Extra items, deviation etc. if any beyond the scope of the approved design, drawing and
technical parameters shall be executed/ carried out with due written consent of Client.
p. The residential and office building should satisfy the silver standard of Green Building
Construction with Intelligent Building Management System, Energy Efficient and Barrier free
Buildings in accordance to norms prescribed and settled by the statutory authority and will
aspire to achieve a 3-4 star compatible green building vetted through the appraisal processes
as outlined by GRIHA. This should be incorporated in the tender document floated by PMC
with presumption that rates quoted by the executing agency includes the cost of the same and
no additional payment for same will be made.
25
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
q. The entire campus will have to be so planned, designed with all engineering needs and
executed that there is zero waste disposal outside the IIM premises. All the arrangements for
solid waste management, recycling of waste water & garbage waste by implementing latest
technology, sewage and waste water treatment and all such works not mentioned herein but
required for the zero waste disposal shall be within the scope of PMC.
r. The entire campus will have to be so planned, designed and executed that the campus remains
self-dependent for its energy needs by way of providing solar energy. All such works relating to
this will be within the scope of PMC, who will ensure that these works are incorporated in the
scope of the Contractor.
s. The PMC will engage domain experts for conceptualization, planning and designing of the
project based on the functional requirement of the project and prepare the concepts through
presentation, with rough cost estimate along with cost benefit analysis of the Green, Energy
Efficient and Intelligent features of the respective buildings. In case the Client is not satisfied
with the proposed concepts, it will have to be modified/re-structured and presented again for
Client’s approval. Upon approval of the concept by the Client, further works will be undertaken.
t. The PMC shall be required to submit all drawings / documents in soft copies also along with
hard copies thereof. Exact number of hard copies of individual drawings / documents will be
decided by the Institute and informed to the PMC after issue of LOA.
u. The scope of work delineated in this RFP are indicative only. The PMC shall be required to
perform all the activities of work required for successful completion of the project in all
respects, without any extra cost, even if these works are not specifically mentioned in this RFP.
a. The client shall demarcate and make available the site for individual structures free of all
encumbrances or charges.
b. The client shall exercise its responsibility as the Owner of the Project by signing the drawing
required for Statutory Authorities and also by giving necessary authorization to PMC to secure
approvals from local bodies of statutory authorities for the planning, construction as
contemplated in this agreement from time to time. However, the client shall help the PMC to
the extent of writing letters to local bodies regarding getting such approvals.
c. Authorized person/persons of client may inspect and check the ‘Construction Work’ from
time to time to see that the works are being constructed as per drawing & specifications as
provided in the approved project. If during the inspection, any defects or variation without the
written request/ consent of the client are found shall be rectified by the Execution agency at
their own cost.
d. Client shall release the funds/ payments against bills/request of PMC to ensure that the
progress of work should not hamper due to non-availability of fund.
e. Client shall make all the statutory payments to the local Government or any other statutory
body or bodies relating to the project.
f. The owner/client may hand over the site in phased manner. In case of delay in handing over
of any part of site for any reason whatsoever be, the client/owner will not be liable for any
compensation on this account.
26
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
5.3.1. The PMC will monitor, coordinate, manage, evaluate and administer all project processes
including activities of various participants in the Project in accordance with approved project
requirements, Specifications, Schedules, Budgets, Quality, Health Safety & Environment (HSE)
parameters. PMC shall ensure that all necessary documentation is collected, checked, suitably
communicated, filed and submitted to the Institute for record.
5.3.2. PMC shall supervise all the works, check and certify all measurements and bills and recommend
for their payment. PMC shall keep the Institute informed through a well-designed Management
Information System (MIS) on the physical & financial progress of the Project at regular intervals
or as directed by the Institute.
5.3.3. PMC shall ensure that all project activities are in accordance with the latest National Building
Codes (NBC), Indian Buildings Congress codes of practices, rules, regulations & norms of HRD,
Govt. of India and relevant provisions of any other codes / manuals / circulars, CPWD & other
Govt. of India guidelines, as required for planning, construction and operation and
maintenance of the constructed facilities.
5.3.4. To ensure implementation of all project processes, PMC shall liaise with and provide all
requisite information, support and assistance to the Institute, all appointed consultants
including their sub-consultants and all other individuals, agencies and organizations as may be
deemed fit by the Institute during the entire period of contract.
5.3.5. PMC shall be duty-bound to act on the directions of the Institute in all project matters but the
Institute shall in no manner whatsoever is bound to act on the advice of PMC in any matter
related to the project.
5.3.6. Besides regular site supervision by professionals posted at site, PMC shall depute, with prior
approval of the Institute, highly qualified and well experienced experts / professionals from
different disciplines for periodic monitoring, supervision and evaluation, on routine basis
during the entire period of contract, at their own cost and arrangement.
5.3.7. The status / designation / qualifications of the representative(s) of PMC who will be allowed to
deal / interact with the Institute and/or its representatives, the Architect, other consultants
and designated committees / groups etc. shall be the matter of discretion of the Institute; and
the decision of the Institute in this regard shall be final and binding on PMC.
5.3.8. PMC shall respond to the queries raised by the Institute within 7 days or lesser time considering
the nature of query and its impact on the project.
5.3.9 PMC may engage, at its own cost but with prior approval of the Institute, the specialized sub-
consultants, considered suitable, for the part of services which may require specific expertise
subject to the condition that the overall responsibility of performance under the contract shall
always lie with PMC only.
5.3.10. PMC shall be required to work in close coordination, provide requisite information and be
available for meetings with the Architect and other persons / organizations associated with the
planning, construction and operation and maintenance in all such matters as directed by the
Institute.
5.3.11. The decision of the Institute will remain final in all matters and PMC shall be bound to execute
such decisions to the satisfaction of the Institute.
27
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
a) PMC shall be required to organize, conduct, participate in and minute all meetings regarding
the project at any date, time and place as directed by the Institute throughout the project
period and prepare the minutes of meeting and issue the same after the approval of the
Institute.
b) The Institute expects PMC to conduct routine monitoring and coordination meetings on daily
and weekly basis at site / Institute to help all consultants, contractors, vendors and other
agencies in the process of demonstration, review, comments and the Institute inputs on the
work progress and to ensure monitoring of project implementation. The minutes of such
meeting needs to be supplied to the Institute.
c) PMC shall, without question or fail, provide knowledge transfer and handover, including
transfer and/or cessation and/or conveyance of physical possession and/or custody wherever
applicable, of all material or de-materialized project constituents, to the Institute and/or other
agencies appointed by the Institute, as and when desired by the Institute.
d) PMC shall provide full coordination including required administrative / secretarial support and
full assistance to the Institute and / or other agencies appointed by the Institute, in all project
related legal matters and other mandatory compliances including but not limited to
preparation and processing of responses to all audit authorities/ vigilance authorities/ RTI
questions and any others, handling all related communications and facilitating inspections by
such authorities, to the extent as and when desired by the Institute, throughout the entire
duration of the contract and without question or fail.
e) PMC shall brief the Institute in a timely manner and keep it fully informed on the status of
various stages of statutory, legal and other project related matters and compliances; and shall
bring to the Institute’s notice, well in advance, all consequent necessary actions required
keeping in mind the project milestones.
5.3.13. The Institute, at its sole discretion and without assigning any reasons whatsoever, reserves the
right to appoint any individual and/or organization as it may deem fit to render the whole or
part of services covered in this RFP, in the interest of timely and qualitative completion of
construction works at the risk and cost of the PMC.
b) The PMC will prepare a list of all applicable statutory approvals taken from statutory
authorities for both commencement of construction work of project and before hand over of
the facilities of the campus to the Institute along with the documents required to be submitted
for getting approvals, name and address of the concerned department, expected time required
to obtain approvals, statutory fee details and submit to the institute and take action to acquire
the approvals accordingly. All relevant drawings required to be submitted to the concerned
authorities for obtaining statutory clearances/approvals shall be supplied by the Architect.
28
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
The Institute will issue necessary official requests/letters wherever required. All the plans shall
have to be accepted by the Institute before submission for statutory approvals.
c) The PMC shall obtain approvals for Civil & Structural drawings, building plans and construction
clearance from Municipal Competent authorities and other local bodies - water supply
connection, electric supply connection, environment & pollution clearance, chief controller of
explosives, fire department, civil aviation department, building bye-laws, occupancy certificate,
NOC from lift inspector etc., as the case may be, with related to construction/completion.
d) All expenditure on this account along with third party quality inspection, vetting of civil and
structural engineering drawings, surveys etc. shall be borne by the PMC.
c. To arrange for the Vetting of civil and structural designs and drawings by IIT / NIT or any other
reputed Institute / Architect / SPA / Consultants with the prior approval of the Institute at the
cost to be borne by PMC;
d. Design of various civil, structural, mechanical, electrical and communication systems in-house
or may engage the well qualified specialist or consultants at its own cost with the approval of
the Institute for design/approval of following services: -
i. Mechanical works, ventilation systems, HVAC.
ii. Electrical (internal and external) HT/LT substations, power back up system, Solar
Energy etc.
iii. Building automation systems.
iv. Accessible features for persons with disabilities
v. Preparation of foundation plans; construction drawings etc.,
vi. Firefighting system.
vii. Security systems.
viii. Plumbing, sewage and sanitation, waste management system (PHE), Rain water
harvesting etc.
ix. Design of computer network cabling, telephone cabling and IT related all works.
x. Audio / video system, furniture planning for all type of buildings.
xi. Any other facility required for the smooth functioning of the Institute.
a. Based on the approved architectural drawings submitted by the Architect detailed estimate
of the Project shall be prepared by the PMC.
b. The detailed estimates will be based on the latest CPWD DSR (Delhi Schedule of Rates) as the
guidelines for the respective works and non-schedule items on the basis of market rates
supported with proper analysis of rates of labour and material as per CPWD/Govt. of India
norms. The PMC shall be fully responsible for the accuracy and sufficiency of the estimated
quantities and cost, the estimated time for completion, the detailed nomenclature of items
along with the specifications, tender drawings, and General and Specific conditions of the
29
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
contract. The PMC shall ascertain the overall correctness of the tender documents before those
are issued to tenderers. The tender documents will be approved by the Institute prior to
tendering process but the entire responsibility for the correctness and completeness of the
document rests with the PMC.
c. Preparation of bid documents i.e. bill of quantities, Contract Conditions for various works
etc., the selection of the Contractor for the execution of the project.
d. The bidding document shall be prepared with an objective to ensure implementation of the
project to specified standards with a fair degree of certainty relating to costs and time while
awarding the construction work to a construction agency.
e. Selection of the contractor will be based on open competitive tendering process.
30
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
a) Regularly interact with the Architect, Contractors and the Institute to resolve all issues related
to project execution before the construction and during the construction till handing over of
works.
b) Preparation and release of good for construction drawings to the satisfaction of the Institute
and to ensure that extra items are minimized.
c) Arrange for clarifications and/or resolution of conflicts pertaining to construction drawings,
specifications and engineering problems.
d) Approve or arrange to approve by the consultants, of suppliers and contractors drawings and
documents for equipment and services installations, as required.
e) Approve or arrange to approve by the consultants, of material samples, test reports and other
certifications and submittals by suppliers and contractors for conformance to drawings and
specifications, as required.
f) Carry out detailed checking and verification of the setting-out data for the work including lines,
levels and layout to ensure conformity with the approved drawings.
g) Carry out regular inspection of the Contractor’s equipment, plants, machineries, installations,
housing and medical facilities etc. and ensure they are adequate and are in accordance with
the terms and conditions of the Contract and Government’s instructions in this regard.
h) To check/supervise the quality of materials and/or work for approval or disapproval of the
same.
i) Suggest modifications / revisions in the contractor’s execution method, material sources etc.
j) Maintain records, working / as built drawings, test data, details of variations, correspondence
and diaries.
k) Check all concrete mix design proposed by the contractor wherever required and in due time
and suggest modifications in the mix design, laying methods, sampling and testing procedure
and quality control measures, to ensure required standard and consistency in quality at the
commencement of times.
l) PMC shall assist the Institute for the identification of areas for material storage, identification
of areas for plant & machinery required for the Project.
31
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
m) In case of any discrepancies, PMC shall bring the same to the notice of the Institute and the
Architect. PMC shall coordinate the inclusion of the necessary design and/or layout
modifications including services etc. on design drawings as per site requirements. PMC shall
seek the Institute’s approval for any such changes before implementation at site.
n) Inspect the works on substantial completion before handing over to Institute and report to
Institute on any outstanding work to be carried out by the contractor during the Defect Liability
Period.
5.5.3. Project Quality Assurance/Quality Control
a) PMC shall perform all duties of quality assurance of works and carry out comprehensive
technical supervision of the works to ensure conformity with approved designs, specifications
for materials and workmanship, adopted QA/QC and Health, Safety and Environment (HSE)
procedures, applicable relevant standards and codes and sound engineering practices.
b) PMC shall ensure suitable and sufficient tests on materials and equipment as required
including random checks for conformance with specific requirements of contract documents,
and document results of the tests. Besides, assessment and checking in the laboratory and the
scheduling, supervision and vetting of field tests carried out by the contractors. PMC may also
carry out independent tests as necessary, as and when desired by the Institute, for quality
assurance of the works at contractors own cost.
PMC shall maintain completed records of all test results including supplier’s material tests.
c) PMC shall review and approve the test results/certificates and wherever tests indicate lack of
conformance, it shall initiate action to secure conformance including additional tests as
considered necessary to establish quality of the work desired.
d) PMC shall note deficiencies in the contractor’s work, cause, corrections to be made, and check
the remedial work and facilitate to rectify the deficiencies as per approved methods / BIS
provisions. Moreover, PMC will not be discharged of their responsibility to get the defects
rectified.
e) PMC shall check that various products guarantees are available for sufficient period.
f) PMC shall conduct monthly technical quality audit in co-ordination with the Institute.
Review the contractor’s testing laboratory at the site, testing and manning facilities available
and assess their adequacy for proper and due execution of works. In case facilities are found to
be inadequate / deficient for the proposed works, the PMC shall suggest appropriate
augmentation of such facilities. However, in the meantime, the PMC can get the required test
done from the established / recognized laboratories or from such Technical Institutes which
have facilities at the expense of the contractor.
g) For the purposes of independent testing, wherever required, all materials/ equipment shall be
sent for testing / calibration to the Laboratories that are accredited by NABL (National
Accreditation Board for Testing & Calibration Laboratories).
5.5.4. Health, Safety and Environment Requirements
a) PMC shall ensure that while carrying out the works under the assignment the contractors, if
any, shall place due importance and regard to the overall aesthetics, ambience, topography
and eco-system of the site.
32
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
b) PMC shall also take due precautions to ensure all necessary compliances for Environmental and
Health & Safety requirements at site as well as at Contractors labour camps, if any, in the
project site. All statutory obligations with regard to engagement of labours as per labour law
etc., will be the sole responsibility of the PMC.
c) PMC shall ensure the highest standards of safety, security and health for all workers of all
contractors and other agencies and also all other persons entering the site in conformance
with legal provisions, codes, standards and good practices. PMC shall also conduct training /
orientation and briefing of all workers and visitors in this regard. Precautions shall be exercised
at all times by the contractor(s) for the protection of persons (including employees) and
property. The safety required or recommended by all applicable laws, codes, statutes and
regulations shall be observed by the contractor(s). In case of accidents, the PMC/contractor(s)
shall be responsible for compliance with all the requirements imposed by the Workmen's
Compensation Act or any other similar laws in force and the contractor shall indemnify the
Institute against any claim on this account. During execution of work any certificate or
instructions, however, shall in no way absolve the PMC/Contractors from his/their
responsibility, as an employer, as the Institute shall in no way be responsible for any claim. The
PMC / Contractors shall at all times exercises reasonable precautions for the safety of
employees in the performance of his/their duties and shall comply with all applicable
provisions of the safety laws drawn up by the State Govt. or Central Govt. or Municipalities and
other authorities in India. The PMC/contractors shall comply with the provision of the safety
hand book as approved and amended from time to time by the Government of India.
a) Recording of measurements (as per laid down procedures / standards / practices) for all items
of work done including extra items. PMC will be solely responsible for recording of
measurements with due accuracy / authenticity as per laid down norms / guidelines.
b) Hundred percent checking of measurements of work, certification of Consultant / Contractors
running account and final bills of the works, executed in accordance with the contract
conditions after ensuring deductions of statutory taxes.
c) Forwarding of above bills to the Institute for the purpose of release of payment after due
scrutiny/checking within the time frame as specified in the respective contract.
d) Co-ordinate with the Institute for timely release of payment for verifying bills, invoices and
payments.
e) Check and solicit rate analysis for extra items of work and forward the same for approval by the
Institute before execution of the same at site.
f) Prepare reconciliation statement of various materials received and consumed at work such as
steel, cement etc. brought to site and submit with monthly running account bill of
contractor(s).
g) Check the quantities exceeding the contract quantity and inform the cost implications to the
Institute.
h) Measurement Books (MB) will be maintained by the PMC and the same will be countersigned
by the authorized authority (ies) of the Institute.
33
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(i) Contracts and purchase orders along with record of all day-to- day correspondences and
meetings including contractual issues with all the Contractor
(ii) Progressive payment records.
(iii) Drawings and specifications, clarifications including all changes, deviations and
substitutions, which have been evaluated, estimated, negotiated, and/or accepted.
(iv) Maintain the logs for Bank Guarantees, Contracts, Contract Amendments, Change Notices,
incoming & outgoing correspondences, workmen compensation policies, PF Challans,
Labour license, Health and other Insurance policies, Contract Schedules, Back charges,
Invoices, etc. for all contractors.
b) PMC shall prepare monthly progressive payment estimates and facilitate and administer
systematic and reasonable progressive payments.
c) PMC shall review, appraise and administer claims for items of extra work or change in the
terms of the contracts. PMC shall negotiate with contractors to resolve claims, including
documentation of the rationale for resolution and submit relevant justification notes for any
eligible claims to the Institute for approval. PMC shall develop change orders / amendments to
incorporate the work covered by claims into the appropriate contract or purchase order after
the Institute’s approval.
d) PMC to manage all the Contractual issues with the Contractors in such a way that there is
minimal cost and time implication to the Institute.
e) PMC shall administer all requests for extension of time, if required, from the Contractors. PMC
shall negotiate an equitable adjustment in time and submit an approval note to the Institute
with detailed schedule analysis, cost impact, if any, for approval.
f) Preparation and processing of all project related legal matters and other mandatory
compliances.
Preparation and processing of reply to all audit authorities, RTI questions, if any.
Preparation and processing of reply, attending the hearings and settle the arbitration cases, if
any.
Preparation and processing of reply to settle the queries raised by CTE / vigilance authorities, if
any.
5.5.7. Progress of Work
a) Implement a system for monitoring the progress of work based on computer based project
management techniques.
b) Systematically check the progress of the works and order the initiation of the work which is
part of the Contract.
c) Maintain an up-to-date status of all construction activities against the original schedule for
timely completion of the works.
34
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
d) Shall investigate and initiate early actions with regard to the delays in the execution of works.
The Team Leader of the PMC Team shall explain in his monthly progress and special reports,
the reasons for delays and explain the actions to be taken / already taken to correct the
situation. All reports prepared by the PMC shall be objective and shall substantiate any event /
recommendation with factual data and information.
The Progress Reports shall contain the pertinent data and chart form and shall clearly bring out
the comparison between the projected and the actual work done.
d) Monitor the cost of the project and bring any variance in signed off costs and specification
immediately to the Institute‘s attention.
e) Maintain the hindrances register which shall record any hindrances caused to the progress of
the works, duration of such hindrance, date of clearance of such hindrances etc.
f) PMC shall inform the Institute about each such potential change in design and construction
from the approved drawings, plan of execution and construction quantities, which may have
cost or schedule impact, at least two (2) weeks in advance for identification of change with
detailed analysis for acceptance and propose a plan to mitigate the same; and for emergency
cases, PMC shall identify the change with analysis to the Institute for approval within 2 days.
g) On acceptance of the Institute, PMC shall prepare and submit a deviation report of identified
change / deviation in cost and schedule within 5 days of approval of change. The report shall
include, but not be limited to the following:
Reason for change, cost and schedule impact, cost analysis report, recovery schedule and
recommendations to reduce time and cost impact.
h) Monitor, report and Maintain a log of identified and approved changes and submit it to the
Institute on regular basis and as and when needed by the Institute.
b) PMC shall engage in verification of the physical construction and installation of the various
facilities and systems of the project towards or after completion in coordination with the
Architect and the Institute.
c) PMC shall arrange for, coordinate and verify the contractors or suppliers corrections,
modifications and adjustments, if any, to equipment and systems prior to final acceptance /
handing over of each facility or system to the satisfaction of the Institute.
35
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
d) PMC shall recommend the Institute's acceptance of facilities or systems from the contractors
for operation and use after arranging for sufficient training to the end users / operators at the
Institute for each facility or system as per the respective contracts.
e) PMC shall establish, effect and monitor a program for identifying and rectifying defects during
applicable Defects Liability Period including periodic monitoring and reporting. At the expiry of
the Defect Liability Period, PMC shall make a final inspection and list the defects to be rectified
prior to issue of final completion certificate.
f) PMC to solicit from the contractors to supply trade files, documents, test certificates,
performance warranties / guarantees, spare parts list, maintenance manuals, no claim
certificate and transmit the same to the Institute in both hard copies and electronic formats.
g) PMC to prepare the “as-built” drawings immediately on completion of each area. Reviewing,
verifying and approving the “as-built” drawings incorporating all necessary corrections to all
plans, drawings and other documents in coordination with Architect / Contractor and to the
satisfaction of the Institute
h) 10 sets of “as-built” drawings, besides digitized copies including all services; civil and structural
design & drawings, calculation sheets, detailed measurements etc. and explain deviations, if
any, from the original drawings and submit it to Institute for its reference and records.
d) Ensure that the constructed works and sites are cleaned and prepared for occupancy and use.
e) Recommend to the Institute to issue completion certificates after the contractors have
satisfactorily completed all work under the terms of their contracts and for final payment of
the bills of the Contractors.
f) Prepare and maintain the defect lists in consultation with Institute and ensure the rectification
of defects if any.
g) Monitor and ensure rectification of any defect with an objective to ensure commercial closing
of the project.
h) Solicit training from the contractors to the end users of the Institute on the use and operation
of various systems / facilities installed before handing over to the institute for future operation
and maintenance.
i) Assist the Institute to settle the Audit/CTE’s observations and arbitration cases etc., if any.
j) Provide all documents / reports / statements of facts / counter statements of facts for settling
Audit / CTE’s observations and arbitration cases etc. including attending the hearings details, if
any to the Institute.
5.5.11. The given scope of services is indicative and PMC will carry out all activities pertaining to
successful completion of the project, without any extra fees.
36
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
The Operations & Maintenance (O&M) encompasses all that broad spectrum of services
required to assure that the built environment will perform the functions for which a campus
facility was designed and constructed. Operations & maintenance typically include the day-to-
day activities necessary for the building and their supporting infrastructure, including utility
systems, roads, drainage structures and service area in a condition to be used to meet their
intended function during their life cycle.
The O&M activities include routine (preventive) and periodic (planned) maintenance and
corrective (repair) maintenance. Routine Maintenance consists of a series of time-based
maintenance requirements that provide a basis for planning, scheduling, and executing
scheduled maintenance. The objective of a comprehensive (Routine & Periodic) maintenance
program includes the following:
Reduce capital repairs, Reduce unscheduled shutdowns and repairs, extend equipment life,
thereby extending facility life, Realize life-cycle cost savings, and Provide safe, functional
systems and facilities that meet the design intent.
A well run O&M program conserves energy and water and be resource efficient, while meeting
the comfort, health, and safety requirements of the building occupants.
5.6.1. Role of PMC during Operation & Maintenance Services (O&M Services)
To meet the above objective, Institute intends that PMC should monitor the O&M Services for
a further period of two years (extendable for further two years on mutual consent) upon
completion and handing over of the facilities to the institute by deploying knowledgeable,
skilled and well trained manpower.
Therefore the Operation & Maintenance of Services of the constructed facilities shall be the
responsibility of the PMC as part of its O&M Services.
a) PMC shall prepare the O&M Services Manual for the Campus considering the indicative
O&M Services given below and submit the same for approval by the Institute.
b) Based on the approved O&M Services Manual for the Campus, the PMC shall prepare the
Cost Estimates for O&M cost with bifurcation for fixed expenses and variable expenses.
c) The PMC shall be responsible for selection, contract management and oversight of vendors
/ agencies for deploying a knowledgeable, skilled and well trained manpower services
through a competitive bidding process and placement of order and in finalizing the
contract with them with the approval of the Institute for 2 years of O&M period.
37
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
5.7. Reports
The PMC shall prepare the requisite reports and forward it to Institute for final decision and
will make a presentation on the report for discussion with the Institute as required. The PMC is
required to prepare and submit a monthly report that includes and describes, inter alia,
general progress to date; data and reports obtained and reviewed, conclusions to date, if any,
concerns about availability of, or access to, data, analyses, reports, questions regarding the
scope of works and related issues and so on during Pre-construction Stage.
All reports and documents prepared by the PMC shall be professional, precise and objective.
The report formats shall be finalized in Consultation with the Institute. The PMC shall provide
four copies/sets in electronic format each of the following reports to Institute.
b) Prepare and submit design brief illustrating the Institutes quantitative and qualitative
requirements.
c) Review Reports of various draft submissions made by Architect.
d) Draft Applications to obtain statutory clearances / approvals required from statutory
authorities for Planning and construction stage, as required.
e) Draft Bidding Document for selection of Contractor, tendering and Bid Evaluation Report. Draft
Contract Agreement to be entered between Institute and Contractor.
38
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(a) The Progress Report (Monthly and Quarterly) shall contain details of all meetings, decisions
taken therein, mobilization of resources (Consultants’ and the Contractors’), physical and
financial progress and the projected progress for the forthcoming periods. The Report shall
clearly bring out the delays, if any, reasons for such delay(s) and the recommendations for
corrective measures. The Report shall also contain the performance data for Contractor’s plant
and equipment. The broad scope of progress reporting is as given under: -
Projections
Monthly projections of percentage progress, physical & financial; and Monthly
projections for cash-flow.
Critical Activity
Report on the progress and status of critical activities; change of status from non/sub-
critical to critical activity due to slippage; statement on slippage and remedial actions
taken; and Effectiveness of the remedial action(s) taken in the previous month.
Review
Review the progress achieved in the previous month and revised schedule, if any; and
Review of any changes required in the schedule due to the reasons beyond the control of
the Contractor.
(b) The QA Document shall be evolved on the basis of the relevant NBC, CPWD and BIS
publications and recommendations contained in the widely used international practices on
quality of construction materials and completed works. The document shall contain all relevant
data formats for QA and QC and the acceptance criteria for materials and works. The document
shall also contain the methods for the analysis of quality control (QC) testing.
(c) The final report on Completion of works will summarize comprehensive verification report
of all the completed works by contractor, contractor’s payments, claims, variation, settlements
and commercial closing report. The report shall also comprise the brief of available campus
facilities with requisite details of:
Design/Construction Specifications
All relevant Correspondences and Submittal files
Facility wise Completion Reports
As-built Drawings
List of Materials used
Certified Tests and Reports
Civil/Sanitary
Mechanical/HVAC
Electrical
5.7.4. Operation & Maintenance Stage
(i) Operation & Maintenance Manual;
(ii) Monthly Progress Report by the 5th day of month;
39
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(iii) Quarterly Progress Report by the 10th day of the month of submission; and
(iv) O&M Manuals provide procedures to operate and maintain the campus facilities,
various systems and equipment installed to meet their intended function. It is
important to analyze and evaluate a facility from the system level, then develop
procedures to attain the most efficient systems integration, based on as-built
information and the Maintenance Program.
6. CONDITIONS OF CONTRACT
6.1. Governing Law and Jurisdiction
This agreement shall be construed and interpreted in accordance with and governed by the laws
of India, and the courts at Ranchi shall have exclusive jurisdiction over matters arising out of any
dispute pertaining to the RFP.
6.2. Notices
Any communication to be given by the PMC to the Institute or vice versa under or in connection
with the matters contemplated in the RFP shall be in writing and shall:
a) In the case of the PMC - be given by e-mail and by letter delivered by hand to the address
given and marked for attention of the PMC’s Representative or to such other person as the
PMC may from time to time designate by the proper intimation to the Institute;
b) In the case of the Institute - be given by e-mail and by letter delivered by hand and be
addressed to the Institute with a copy delivered to the Institute Representative or to such
other person as the Institute may from time to time designate by the proper intimation to
the PMC; and
c) Any notice or communication by one party to the other party, it shall be deemed to have
been delivered on
i. The actual date and time of delivery in the case of by post, and
ii. On the working days in the case of by e-mail.
During the performance of services hereunder, PMC at its own cost, shall take out, carry and
maintain insurance as applicable from the list below:
Workman’s compensation insurance, covering all employees of PMC for statutory benefits as set
out and required by local law in the area of operation or area in which PMC may become legally
obliged to pay the insurance benefits for personal injury or death against fire, theft, damages and
loss of all property owned by PMC at the construction site.
Group personnel accident insurance covering PMC’s employees. Any other insurance cover,
which may be required to be taken under the law or on any other account.
40
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
ii) The PMC shall, not later than termination or expiration of this Contract, deliver all
Consultancy Documents to the Institute, together with a detailed inventory thereof. The
PMC, its Sub-Consultants or a Third Party shall not use these Consultancy Documents for
purposes unrelated to this Contract without the prior written approval of the Institute.
ii. The Project Management Consultancy Team shall comprise of a Team of professionals headed
by the team Leader.
iii. Team leader and Project Manager shall be deployed within 15 days after issuing LOA by the
Institute whereas the other members of Project Management Team shall be deployed within
30 days after issuing LOA by the Institute, as required.
41
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
However, the exact composition of the team shall consist of any or all the above mentioned
functionaries depending on the requirement of the project. It could also consist of more/less
than the member of one type of functionaries, as decided by the Institute depending on the
requirement of the project. The deployment of the personnel (continuous or intermittent) at
site shall be done on approval of the Institute.
v) Maximum age for the personnel in the PMC shall be 55 years for Team Leader/Project
manager and 50 years for other members of the PMC team. The Institute shall have full
liberty to ask PMC to remove any official deployed for the work without attributing any
reason.
vii) The PMC shall comply with such directions for removal of the official within 15 (fifteen) days
of issue of written notice of replacement; the substitute if any desired by the Institute shall be
deployed within 15 days with the approval of the Institute.
viii) The bidder is required to submit the CVs of the members of the team prior to deployment
at site for approval. If the Institute feels that the CV of the person is not suitable for the
work then another CV of similar category shall be forwarded for consideration and
approval.
42
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
ix) PMC Local Office: To ensure proper performance of all activities of the project, the PMC
shall open a fully functional site office within a month of signing of Agreement at or near
the project site at their own cost till the completion of the project and shall have the
required dedicated personnel stationed there for interaction all the time. No site
personnel shall be transferred / withdrawn without the consent of the Institute. Similarly,
prior to induction of any new personnel on the project site the approval of the Institute
shall be obtained.
x) Sub-Consultants: The PMC may, with prior written approval of the Institute, engage
additional Sub-Consultants or substitute an existing Sub-Consultant as per the requirement
of works, at its own cost.
The Institute shall have the right to request PMC in writing to make any changes,
modifications, and/or additions within the design and broad scope to PMC’s scope of
services. The PMC shall on such written requests carry out the consequential work on
account of such changes / modifications or addendum etc. without any additional payment
from the Institute.
b) The Parties agree to use their best efforts for resolving all Disputes arising under or in respect
of this agreement promptly, equitably and in good faith, and further agree to provide each
other with reasonable access during normal business hours to all non- privileged records,
information and data pertaining to any Dispute.
6.11.3 Arbitration
a. Procedure
Any Dispute which is not resolved amicably within 30 days, the same shall be referred to the
Director of the Institute. There upon, the Director, shall appoint a sole arbitrator within
43
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
thirty days. The proceedings of the arbitrations shall be conducted as per Arbitration &
Conciliation Act 1996.
b. Place of Arbitration
The place of arbitration shall ordinarily be the Institute but by agreement of the Parties, the
arbitration hearings, if required, may be held elsewhere.
c. English Language
The request for arbitration, the answer to the request, the terms of reference, any written
submissions, any orders and awards shall be in English and, if oral hearings take place,
English shall be the language to be used in the hearings.
d. Enforcement of Award
The parties agree that decision or award resulting from arbitration shall be final and binding
upon the parties and shall be enforceable in accordance with the provision of the
Arbitration Act subject to the rights of the aggrieved parties to secure relief from any higher
forum.
The Institute, without any prejudice to its right against the PMC in respect of any delay may
absolutely terminate the contract, by three months' notice in writing, in any of the following
cases:
a) If the PMC being a firm shall pass a resolution or the courts shall make an order that the firm
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
manager which entitles the court to make up a winding order.
b) If the PMC commits a breach of any of the terms of the Agreement. If the PMC fails to
remedy any breach here of or any failure in the Performance of its obligation within 30 days
of receipt of notice.
When the PMC has made themselves liable for action under any of the clauses aforesaid,
the Institute shall have powers:
(i) To terminate this agreement.
(ii) To engage another PMC to carry out balance work at the risk and cost of the PMC
appointed through this Agreement for which original PMC shall not be allowed to
participate. In such eventuality, all the documents (reports / drawings / designs etc.)
submitted by the outgoing PMC shall be the property of the Institute.
c) If due to any contingency, whatsoever it may be, the Institute decides to curtail the scope of
work or totally abandon the work, payment to the PMC will be made up to the stage of
work executed by them up to the date of issue of the letter intimating about the Institute's
decision.
d) In the event of termination of agreement, due to reasons attributable to the PMC, the
performance guarantee shall be forfeited absolutely.
44
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
a) For the purposes of this contract, “Force Majeure" means an event which is beyond the
reasonable control of both parties and which makes parties’ performance of its obligations
hereunder impossible or so impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil disorder, earthquake, fire
explosion, storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial action are within the
power of the party invoking Force Majeure to prevent), confiscation or any other action by
government agencies.
(ii) any event which a diligent party could reasonably have been expected to both [a] take into
account at the time of the conclusion of this contract and [b] avoid or overcome in the carrying
out its obligations hereunder.
c) Force Majeure shall not include insufficiency of funds or failure to make any payment
required hereunder.
d) Both parties have to keep a record of such conditions which delay the work and the time
period for completion of the project will extend accordingly.
No Breach of Contract :
The failure of a party to fulfil any of its obligations hereunder shall not be considered to be a
breach of, or default under, this contract in so far as such inability arises from an event of Force
Majeure, provided that the party affected by such an event has taken all reasonable
precautions, due care and reasonable alternative measures, all with the objective of carrying
out the terms and conditions of this contract.
Measures to be taken :
A party affected by an event of Force Majeure shall take all reasonable measures to remove
such party's inability to fulfil its obligations hereunder with minimum of delay.
A party affected by an event of Force Majeure shall notify the other party of such event as soon
as possible and in any event not later than fourteen (14) days following the occurrence of such
event providing evidence of the nature and cause of such event and shall similarly give notice
of the restoration of normal conditions as soon possible.
The parties shall take all reasonable measures to minimize the consequences of any event of
Force Majeure.
45
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Any delay on schedule, in completing the project other than the delay purely attributable to
the Institute will be attributed to the PMC irrespective of the source of the delay. In cases of
such delay, compensation, as specified in Clause 6.14.3 will be levied.
Extension of time may be granted by the Institute, if reasonable and sufficient grounds as per
assessment of the Institute exist for the delay by PMC in fulfilling their obligations. No
financial claim of the PMC shall be entertained by the Institute attributable to such extension
except the extension of time if agreed. The extension of time, if granted, will also be without
prejudice to the right of the Institute to levy compensation from the PMC for the delay at a
later date. The validity of performance guarantee shall also be extended accordingly by the
PMC at his own cost.
6.14.4 Liquidated Damages
a) The time allowed for carrying out the work as specified shall strictly be observed by the
PMC and shall be the essence of the contract. The work shall, throughout the stipulated
period of contract, be processed with all diligence and in the event of failure of PMC to get
the work completed within the agreed time schedule, the PMC is liable to pay damages to
the Institute in case of delay in completion of the project beyond the time limit stipulated,
solely attributed to the PMC @ 0.25% (zero point two five percent) on fee for each week
of delay subject to maximum of 10% (ten percent) of the fee.
b) In addition to clause liquidated damages, PMC shall be liable to pay damages to the tune
of 2% (two percent) of the consultancy fee payable in case GRIHA star rating as decided by
the Institute is not achieved. The amount shall be deducted from each RA bill on pro-rata
basis and shall be released on submission of GRIHA star certification. The institute has
decided to achieve GRIHA 3 Star rating.
c) The decision of Director, of the Institute or any other competent Authority of the Institute
to levy compensation for delay and the amount of compensation levied is final and
binding and is completely excluded from preview of conciliation and arbitration. The
Institute may decide to deduct the Compensation amount against any sum payable to the
PMC, under this agreement.
46
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
other penal action may be taken by the Institute including debarring for a specified
period or with holding.
e) The following activities shall attract penalties which shall be deducted from the monthly
bill for consultancy services: -
47
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
The decision about the total percentage of such compensation to be levied (subject to the
maximum specified) shall be the sole discretion of the Director, IIM Ranchi and shall be final
and binding and excluded from the preview of conciliation and arbitration.
(i) 50% (Fifty percent) of the fees for construction phase shall be released on pro-rata linked
with the payment made to the contractor on quarterly basis.
(ii) 10% (Ten percent) of the fees for construction phase shall be released after settlement of
accounts, settlement of CTE / audit observation arbitration or any other observations,
handing over of work and obtaining occupancy certificate and other approvals as per
scope of the services of project management consultant.
c) During O&M Phase: 25% of the fees. Payment during O&M phase shall be as follows:
(i) Total time frame of O&M period shall be 24 months.
(ii) Payment shall be made on equal quarterly installment
6.16 PMC will seek prior approval of the Institute for the following:
i) Issuing / approving variation orders which have financial implications, except in emergency
situation as reasonably determined by the PMC.
ii) Approving rates for new items of work or for existing items of work which deviate in
quantities beyond the limits defined in the contract.
48
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
6.17 Indemnity
a) The PMC shall indemnify and hold harmless the institute and each of its representatives,
agents and employee against and from any claims, demands, damages or costs arising
from the act/acts, neglect or omission of the PMC, its representatives, agents and
employee including those causing death, injury or damage to property of any individual or
party.
b) The PMC shall also indemnify and hold harmless the institute and each of its
representatives, agents, partners and employee against and from any claims demands,
damages or costs arising from or at the instance of the staff, employee or workmen of any
of the agencies involved in the project including the PMC. Architects, construction
agencies or sub agents of any of such agencies including under the workmen’s
compensation act or any other statutory provisions.
7. TIME SCHEDULE:
Note: Defect liability period shall be 12 months from the date of handing over of the buildings, with
all allied services completed in all respects, to IIM Ranchi.
49
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 1
Transmittal Letter
From:
[Name of the Firm]
_________________________
_________________________
_________________________
To,
___________________________,
Indian Institute of Management, Ranchi,
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi – 834008, Jharkhand
Sincerely,
Signature:
Name & Designation of the authorized
Signatory:
Name of Firm:
Address:
50
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 2
Bidder’s Profile
Signature:
Name & Designation of the authorized
Signatory:
51
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 3
Technical Capacity (Experience) of the Bidder to claim eligibility
Note:
1. Detailed Information in respect of each Project is to be enclosed.
2. Successfully completion certificate of the project issued from the competent
authority/Engineer-in-charge to be enclosed for each project. Provisional Certificate issued in
this regard would also be eligible. In absence of such certificates, self-certification issued by
the Director of the bidding Company stating clearly the reason for non-issuance of the same
by the client, to the full satisfaction of the Institute, may be considered.
Signature:
Name & Designation of the authorized
Signatory:
Name of Firm:
Address:
52
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 4
Project Data Sheet to claim Eligibility
(Separate Form to be submitted for Eligible Project)
Note:
1. Certificate from the client to be enclosed for each project.
2. Provisional Certificate issued in this regard would also be eligible. In absence of such certificates,
self-certification issued by the Director of the bidding Company stating clearly the reason for non-
issuance of the same by the client, to the full satisfaction of the Institute, may be considered.
Signature:
Name & Designation of the authorized
Signatory:
Name of Firm:
Address:
53
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 5
AFFIDAVIT FOR SIMILAR WORK EXPERIENCE
To,
_____________________________,
Indian Institute of Management Ranchi,
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi – 834008 (Jharkhand)
I/We undertake and confirm that eligible similar works (s) has/ have not been got executed
through another PMC/ agency on back to back basis. Further that, if such a violation comes to
the notice of the Institute, then I/we shall be debarred for tendering in the IIM’s in future
forever. Also, if such a violation comes to the notice of the Institute before date of
commencement of services, the Institute shall be free to forfeit the entire amount of
Performance Guarantee.
Yours faithfully
54
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 6
KEY EMPLOYEES LIST
55
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 7
CURRICULUM VITAE (CV) OF KEY EMPLOYEE
(Not to exceed 3 pages)
8. Educational Qualifications
I/We certify that the above information is true to the best of my knowledge and belief and
nothing material has been concealed herein.
56
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 8
FINANCIAL CAPACITY OF THE BIDDER
Instructions:
The bidder shall attach copies of the balance sheet, financial statement and Annual Report for 5
(five) years as stated above. The financial statements shall include the following:
a. Bidder needs to fill the Annual Turnover for last five financial years;
b. Be audited by a statutory auditor;
c. Be completed, including all notes to the financial statements.
----------------------------------- -------------------------------------
(Signature of Statutory Auditor) (Signature of Authorized Signatory)
57
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 9
FORMAT FOR POWER OF ATTORNEY
AND, we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in
exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.
For ---------------------------
(Signature)
(Name, Title and Address)
Witnesses:
1. [Notarized]
Accepted
(Signature)
58
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 10
Bidder’s Affidavit
(To be swore on a non-judicial stamp paper of Rs.10/-)
3. That the above named bidder is eligible to submit the proposal as neither the bidder nor any of its
related entities have been de-barred/restrained/ blacklisted by any central Government/state
Govt. agency/ Autonomous body central Government/state Govt / public sector undertaking etc. in
last 5 years from last date of submission of bid, from providing PMC services of similar works.
DEPONENT
VERIFICATION
*I/we ____________________ the above named deponent do hereby verify that the contents of the
aforesaid are true and correct to the best of *my/our knowledge and belief and nothing is concealed
therefrom.
Verified at ______________ this _____________________ day of _______ 2018.
DEPONENT
59
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 11
60
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 12
DETAILS OF DISCIPLINES FOR WHICH CONSULTANTS ARE PROPOSED TO BE APPOINTED BY THE
BIDDER FOR THIS PROJECT
61
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 13
Format for Performance Security Bank Guarantee
(To be provided at the time of signing of Agreement)
In consideration of the Institute having offered to accept the terms and conditions of the proposed
agreement between……………………………….. and …………………………………… (hereinafter called “the said
PMC” name of the work
(hereinafter called “the said consultancy agreement”) having agreed to production of an irrevocable
bank guarantee for Rs-----(Rupees -----Only) as a security/ guarantee from the PMC for compliance of
his obligations in accordance with the terms and conditions in the said consultancy agreement.
1. We………………………………. (hereinafter referred to as the “Bank”) hereby undertake to
(indicate the name of the Bank) _________________________________
pay to the Indian Institute of Management Ranchi an amount not exceeding Rs.----
(Rupees------ only) on demand by the Indian Institute of Management Ranchi.
3. We, the said bank, further undertake to pay to the Indian Institute of Management Ranchi
any money so demanded not withstanding any dispute or disputes raised by the PMC in any suit
or proceeding pending before any Court or Tribunal relating thereto, our liability under this
present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for payment
thereunder, and the contractor(s) shall have no claim against us for making such payment.
5. We………………………………. further agree with the Indian Institute of Management Ranchi that
the (indicate the name of the Bank) _______________________ shall have the fullest liberty
without our consent, and without effecting in any manner our obligations hereunder, to vary
any of the terms and conditions of the said consultancy agreement or to extend time of
performance by the said PMC from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Indian Institute of Management Ranchi against the
62
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
said PMC, and to forbear or enforce any of the terms and conditions relating to the said
consultancy agreement, and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said PMC or for any forbearance, act of omission
on the part of the Indian Institute of Management Ranchi or any indulgence by the Indian
Institute of Management Ranchi to the said PMC 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 contractor(s).
63
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 14
FORMAT FOR EMD / BID SECURITY
1.1 That the Indian Institute of Management Ranchi may without affecting this guarantee grant time
or other indulgence to or negotiate further with the bidder in regard to the conditions contained in
the said bid and thereby modify these conditions or add thereto any further conditions as may be
mutually agreed upon between the Indian Institute of Management Ranchi and the bidder.
1.2 That the guarantee herein before contained shall not be affected by any change in the
constitution of our bank or in the constitution of the bidder.
1.3 That any account settled between the Indian Institute of Management Ranchi and the bidder
shall be conclusive evidence against us of the amount due hereunder and shall not be questioned by
us.
1.4 That this guarantee commences from the date hereof and shall remain in force till
__________ (date to be filled up).
1.5 That the expression ‘the bidder’ and ‘the bank’ herein used shall, unless such an interpretation is
repugnant to the subject or context, include their respective successors and assigns.
i. fails or refuses to furnish the required performance security as per bid condition.
ii. fails or refuses to enter into a contract within 10(ten)days of issue of letter of award by
the Indian Institute of Management Ranchi.
64
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
We undertake to pay to the Indian Institute of Management Ranchi up to the above amount upon
receipt of his first written demand, without the Institute having to substantiate his demand
provided that, in his demand the Institute will note that the amount claimed by him is due to him
owing to the occurrence of any one or more of the conditions (a), (b) mentioned above, specifying
the occurred condition or conditions.
Signature of ………………………….
Authorized official of the bank
65
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 15
FORM OF CONSULTANCY AGREEMENT
(TO BE USED AT THE TIME OF SIGNING OF AGREEMENT WITH PREFERRED BIDDER)
1.0 This agreement is made at Ranchi on the ---- day of --------- 2017 between Director, IIM Ranchi,
having its office at Indian Institute of Management Ranchi, Suchana Bhawan, Audrey House Campus,
Meur’s road Ranchi 834008 (hereinafter called “The Institute” which expression shall, unless
repugnant to the context or meaning thereof be deemed to mean and include its successors, legal
representatives and assigns) of the First Part.
And
Whereas Indian Institute of Management, Ranchi is desirous, to provide name of the work as per the
scope of consultancy services called the “The Consultancy services” and has accepted a tender
submitted by the _____________________ PMC to provide the said consultancy services. NOW THIS
CONSULTANCY AGREEMENT WITHNESSTH as follows.
In this consultancy agreement words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.
2.0 The following documents shall be deemed to form and be read and constructed as part of this
consultancy agreement viz.
i. NIT and Article of Agreement.
v. All the correspondence till award of this contact i.e. amendments, pre bid query replies
and any other document necessary to make the part of consultancy agreement.
66
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Indian Institute of Management Ranchi hereby covenants to pay the PMC in consideration of the
“The Consultancy services”, the total contract fee ____% of the project cost the fees stated in the
letter of award (LOA) subject to such additions thereto or deductions there from as may be made
under the provisions of the consultancy at the times and in the manner prescribed in this
consultancy agreement.
3.0 OBLIGATION OF THE PMC
The PMC shall ensure full compliance with tax laws of India with regard to this contract and shall be
solely responsible for the same. The PMC shall keep Indian Institute of Management Ranchi fully
indemnified against liability of tax, interest, penalty etc., of the PMC/ contractor(s) in respect
thereof, which may arise.
IN WITHNESS OF WEREOF the parties hereto have caused their respective common seals to be
hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first
above written.
For and on behalf of the PMC For and on behalf of the IIM Ranchi
Signature of the authorized official Signature of the authorized official
67
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 16
To,
_______________________________,
Indian Institute of Management Ranchi,
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi - 834008 (Jharkhand)
Dear Sir,
I/We agree that the Request for Proposal (RFP) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that the making of the bid shall be regarded as an unconditional and
absolute acceptance of this condition of the RFP.
I /We confirm acceptance and compliance with the Integrity Agreement in letter and spirit
and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when RFP is finally
accepted by Institute. I/We acknowledge and accept the duration of the Integrity
Agreement, which shall be in the line with Article I of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the RFP, Institute , shall have unqualified, absolute and
unfettered right to disqualify the Bidder and reject the RFP in accordance with terms and
conditions of the RFP.
Yours faithfully
68
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
INTEGRITY PACT
INTEGRITY AGREEMENT
This Integrity Agreement is made at __________ on this _____ day of _____ 2018.
BETWEEN
The Institute represented through Director IIM Ranchi, Suchana Bhawan, Audrey House, Ranchi,
(Hereinafter referred as the Institute, which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)
AND
Preamble
WHEREAS the INSTITUTE has floated the RFP (RFP No._________________) (hereinafter referred to
as “RFP/Bid”) and intends to award, under laid down procedure, contract for
______________________ (Name of work) hereinafter referred to as the “Contract”
AND WHEREAS the Institute values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/ transparency in its relation with PMC.
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and
conditions of which shall also be read as integral part and parcel of the Tender/Bid documents and
Contract between the parties.
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties
hereby agree as follows and this Pact witness as under.
69
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
(i) No employee of the Institute, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
(ii) The Institute will, during the Tender process, treat all Bidder(s) with equity and reason. The
Institute will, in particular, before and during the Tender process, provide to all Bidder(S) the same
information and will not provide to any Bidder(s) confidential/additional information through
which the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract
execution.
(iii) The Institute shall endeavor to exclude from the Tender process any person, whose conduct in
the past has been of biased nature.
(iv) If the Institute obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC)/ Prevention of Corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard,
the Institute will inform the Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.
II. The Bidders/PMC commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process
and during the Contract execution:
(i) The Bidder/ PMC will not, directly or through any other person or firm, offer, promise or give to
any of the Institute employees involved in the Tender process or execution of the Contract or to
any third person any material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.
(ii) The Bidder/ Institute will not enter with other Bidder into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to fee, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.
(iii) The Bidder/ PMC will not commit any offence under the relevant IPC/PC Act. Further the
Bidder/ PMC will not use improperly, (for the purpose of competition or personal gain), or pass on
to others, any information or documents provided by the Institute as part of the business
relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.
70
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
The Bidder/ PMC will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the Contract.
(iv) The Bidder/ PMC will not instigate third persons to commit offences outlined above or be an
accessory to such offences.
(v) The Bidder/ PMC will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of
obtaining unjust advantage by or causing damage to justified interest of others and/or to influence
the procurement process to the detriment of the Institute interests.
(vi) The Bidder/ PMC will not, directly or through any other person or firm use Coercive Practices
(means the act of obtaining something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential or actual injury may
befall upon a person, his/her reputation or property to influence their participation in the
tendering process).
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Institute under law or the Contract or
its established policies and laid down procedures, the Institute shall have the following rights in
case of breach of this Integrity Pact by the Bidder/ PMC and the Bidder/ PMC accepts and
undertakes to respect and uphold the Institute’s absolute right:
i. If the Bidder/ PMC either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his
reliability or credibility in question, the after Institute giving 14 days’ notice to the PMC shall have
powers to disqualify the Bidder(s)/ PMC from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/ PMC from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression
and determined by the Institute and such exclusion may be forever or for a limited period as
decided by the Institute.
ii. Forfeiture of EMD/ Performance Guarantee/ Security Deposit: If the Principal/Owner has
disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/ determined the Contract or has accrued the right to terminate/ determine the
Contract according to Article 3(1), the Institute, apart from exercising any legal rights that may
have accrued to the Institute, may in its considered opinion forfeit the entire amount of Earnest
Money.
iii. Criminal Liability: If Institute obtains knowledge of conduct of a Bidder or PMC, or of an
employee or a representative or an associate of Bidder or PMC which constitutes corruption within
the meaning of IPC Act, or if the Institute has substantive suspicion in this regard, the Institute will
inform the same to law enforcing agencies for further investigation.
I. The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
71
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.
II. If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/holiday listing of the Bidder/ PMC
as deemed fit by the Institute.
III. If the Bidder/ PMC can prove that he has resorted/ recouped the damage caused by him and
has installed a suitable corruption prevention system, the Institute may, at its own discretion,
revoke the exclusion prematurely.
II. The Institute will enter into Pacts on identical terms as this one with all Bidder/ PMC and
Contractors.
III. The Institute will disqualify Bidder/s, who do not submit, the duly signed Pact between the
Employer and the Bidder, along with the Tender or violate its provisions at any stage of the Tender
process, from the Tender process.
If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority of the Institute .
Article 7: Other Provisions
I. This Pact is subject to Indian law, place of performance and jurisdiction is the office of Director
IIM Ranchi, who has floated the Tender.
II. Changes and supplements need to be made in writing. Side agreements have not been made.
III. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.
IV. It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement/Pact, any action taken by the Institute in
accordance with this Integrity Agreement/Pact or interpretation thereof shall not be subject to
arbitration.
72
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and
date first above mentioned in the presence of following witnesses:
------------------------------------------------------- -----------------------------------------------------
(For and on behalf of Institute) (For and on behalf of Bidder)
Witnesses:
Place:
Date:
73
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Form - 17
Site Location: IIM RANCHI CAMPUS, at HEC area, near DAV Alok Public School, Ranchi,
Jharkhand”.
Name of the Bidder:
Note: Above fees is excluding GST. GST shall be paid to the agency as per actuals.
Place: ------------------------------
Date: Signature of Bidder / Authorized Signatory
74
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Annexure - A
Scope of Comprehensive Architectural Services
The role of Architect will be to provide the Architectural Services for (Phase-I works) for the
campus as per the scope of services covered in this section. The scope of work of PMC shall not
include these services to be provided by the Architect.
The broad scope of Services of Architect (Phase -1 works) covers the following:
a) Topographical survey of the proposed site- The Architect will prepare the Specifications
and requirement for carrying out Topographical survey and the Survey of all existing
services and other constraints existing in and around the site. Thereafter the work will be
got executed by the Architect and the report will be utilized for planning and designing of
the overall scheme.
The responsibility of the completeness and correctness of the survey will lie with the
Architect
b) Site evaluation, Study of existing land use in and around the project area, analysis of
architectural character, socio-cultural aspects & heritage of the region.
d) Ascertain the Institute’s requirements, examine site constraint & potential and prepare a
design brief for Institute’s approval.
e) Preliminary proposal with design philosophy (zoning, micro-planning, phasing, etc.) for
development and their impact on immediate environs.
h) Conceptual design of services and their inner connectivity, preliminary designs, and
specifications.
i) Urban design including volumetric study and urban form recommendations including
pedestrian / vehicular movement and parking.
k) Final concept design and drawings, technical specifications including finishes of individual
buildings and services (both external and internal).
75
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
l) Green Building Design - All the design and detailing of the campus shall be with GRIHA-
3 Star Rating. Relevant Specification and initial assessment report shall be submitted by
the Architect and the detailed simulation and documentation shall be done by the PMC
to obtain GRIHA- 3 Star Rating. Nothing extra shall be paid to the architect on this
account.
m) Architectural planning should be barrier free and accessible for DAP as per the
prevailing norms of Govt. of India/CPWD.
1.2.1 The Architect shall be required to provide the following as part of his services:
1.2.1.1 Preparation of Architectural control guidelines / checklist & preparation of drawings of
individual buildings and overall master-plan of the campus and their approval from the
statutory bodies by complying all the applicable norms / codes / guidelines /regulations/
bye-laws / statutes of local as well as Central Govt. Bodies.
1.2.1.2 Prepare report on site evaluation and analysis with basic approach to circulation, activity
distribution and interconnectivity and external linkages including preliminary estimate of
project cost based on allowable F.A.R.
1.2.1.3 Furnish report on measures required to be taken to mitigate the adverse impact, if any, of
the proposed development on its immediate environs.
1.2.1.4 Conceptual & final design, specifications, estimates of Acoustic treatment of Modern class
rooms, auditorium and other large sized rooms (wherever applicable).
1.2.1.5 Conceptual & final design, specifications, estimates of Non-conventional use of energy
(wherever applicable).
1.2.1.6 Conceptual & final design, specifications of Rain water harvesting of the entire site along
with its approval from the concerned bodies (if any).
1.2.1.7 Recycling of waste water, its appraisal, suitability study & preparation of final
design/schemes along with specifications & estimates.
1.2.1.8 Conceptual & detailed design of solid waste management system.
1.2.1.9 Periodic supervision for ensuring smooth progress and adherence to design concept during
execution of work (up to 25 architect visits)
Preparation of master plan of the campus showing circulation pattern, zoning of various
land uses and relevant details, development strategy. It may be noted that the
requirements of various building/ structures have been projected for phase-I only but
master plan and all the external services will be designed for whole of the project in total
plot of 60.04 acres.
The Architect shall get the approval of the conceptual scheme from the Institute both
through presentations, physical models, computer walkthrough etc. Comments and
suggestions or alternate proposal of the Institute shall be evaluated and suitably
incorporated till the concept design is accepted and frozen.
76
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
a) Ascertain the Institute requirements and examination of site constraints and potential
for individual buildings, external and internal systems/ services, and preparation of a
brief for the Institute’s review/ recommendations and Institute’s approval including
conceptual/ control designs/ drawings/ documents and incorporating required changes,
if any.
c) Submission of the concept design and make presentation of the entire scheme.
d) Modifications in the concept plan taking into account the comments, suggestions of
the Institute and submitting the same to the Institute for approval.
e) Submission of the final concept design along with models, photograph, 3D-walk
through, bird’s perspective and human eye views of public areas and circulation areas
and other important features etc. The cost of such models, photographs, etc. shall be
borne by the Architect.
It may be noted that the requirements of various building/structures have been projected
for phase-I only but master plan and all the external services will be designed for whole of
the project in total plot of 60.04 acres.
c) Preparation of drawings showing the common facilities for circulation, parking open
spaces and external Architectural form as per the approved drawings.
d) Preparation of final architectural drawings including all floor plans, sections and elevations
for all buildings.
77
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
Conceptual plan for Structural, Mechanical and Electrical work/ services - HVAC, Internal &
External Electrification, Substation, DG Set, LT & HT Cabling and Networks, Lifts and
escalators , Machine rooms, Lift and escalators shall be designed in accordance with DAP
and old age person to make the campus barrier free. Fire Fighting, water and sewerage
network and Traffic Analysis etc. so that there is no major deviation in the detailed
drawing.
Preparation of necessary details and drawings showing landscape, street furniture and
graphic signage including site appraisal and suitability, site- planning, land form and
78
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
grading, surface drainage design and water management, open space design-roads,
parking hard & soft areas, walls, gates
a. fences, design, plant structure and features, garden furniture design, illumination
design, graphic design and signage, co-ordination of external services, periodic inspection
& evaluation of construction works as per final designs and specifications
2.7 During Implementation Stage: Architect shall confirm whether the Detailed Engineering
Drawings / Good for construction drawings prepared by other agencies are broadly in
accordance with the Concept & Final design.
PMC shall review and issue of certified detailed architectural design and drawing as per
final design and comments of Architect to ensure the compliance and conformity.
Site visits of Architect required prior to the construction stage shall be deemed to be
included in the lump-sum fee of the Architect.
The Architect having adequate qualifications and experience of at least 10 years of work
will make periodical site visit as and when required during the entire period of
construction, for resolution of conflicts/ coordination and to ensure that work is being
carried out as per approved drawings. The mandatory number of site visits of Architect
shall be 25 numbers during the construction phase.
The expenses for site visits shall be included in the lump sum fee of the consultancy
services of the Architect and nothing extra shall be payable on this account.
Beyond 25 numbers of visit, if some of the Experts are called by the institute for fulfilment
of all the Contractual obligations by the Architect, the Architect shall provide such services
beyond 25 numbers of visit, if some of the experts are called by the Institute for fulfilment
of all the contractual obligations by the Architect, the Architect shall provide such services
in accordance with the terms and rates stipulated herein below.
The charges shall be paid for additional experts @ of INR 5,000/- per day per person. The
charges for to & fro fare will be reimbursed by the Institute at actual. Charges for lodging
& boarding at actual subject to ceiling of INR 3,000/- per day per person will be
reimbursed by the Institute and the local transportation shall be arranged by the institute.
A deduction of INR 15,000/- would be made per visit on the Architect for non-deployment
of the persons as required by the Institute during the 25 visits as stated above.
Occupation certificates, wherever necessary from the local bodies after completion of
work and inspection by Municipal / Fire Electrical Inspectors will be obtained by
PMC/Contractor and supply the same to the Institute. Any fee payable to local bodies for
issue of completion certificate, shall be borne by the employer. However, Institute may
call upon Architect for advice
PMC/Contractor shall prepare completion drawings (as built drawings), plans elevations
and cross sections etc. indicating the details of the building and all internal and external
79
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
services as completed in hard (10 sets) and soft (2 sets) copies as indicated by the
Institute.
After the above are completed, Architect shall submit their Completion report, recording
his approval or comments if any, to be attended by PMC / Contractor during rectification
period.
Assist the employer in Arbitration / Litigation case that may arise out of the contract
entered into, in respect of above project, regarding clarifications / interpretations, supply
of drawings, designs, specifications as and when required. The architect’s role will be
limited to these clarifications only and unless specifically required by Arbitrator / Court.
These will be reimbursed on above basis.
The above scope of services of the Architect is indicative in nature. The Architect shall
have to provide all the services not specifically excluded but required for successful
implementation of the project.
80
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
ANNEXURE – B
81
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
MASTER PLAN
82
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
83
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
CONTOUR PLAN
PROPOSED MASTER
PLAN
84
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
85
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
FLOOR PLANS
& ELEVATIONS
86
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
87
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
88
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
89
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
90
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
91
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
92
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
93
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
94
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
95
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
96
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
97
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
98
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
99
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
100
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
101
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
102
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
103
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
104
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
105
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
106
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
107
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
108
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
109
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
110
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
111
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
112