,1',5$ *$1'+, 1$7,21$/ 75,%$/ 81,9(56,7< /$/385 $0$5.$17 ... · ,1',5$ *$1'+, 1$7,21$/ 75,%$/...

20
INDIRA GANDHI NATIONAL TRIBAL UNIVERSITY LALPUR, AMARKANTAK, DISTRICT ANUPPUR (M.P.)-484887 EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF PROJECT MANAGEMENT CONSULTANTS FOR REPAIR & MAINTENANCE WORKS AT IGNTU EOI No. IGNTU/RO/2020/132 Date: 22/12/2020. REGISTRAR INDIRA GANDHI NATIONAL TRIBAL UNIVERSITY AMARKANTAK (M.P.) 484887

Upload: others

Post on 01-Feb-2021

18 views

Category:

Documents


0 download

TRANSCRIPT

  • INDIRA GANDHI NATIONAL TRIBAL UNIVERSITY LALPUR, AMARKANTAK,

    DISTRICT ANUPPUR (M.P.)-484887

    EXPRESSION OF INTEREST (EOI) FOR EMPANELMENT OF PROJECT MANAGEMENT CONSULTANTS FOR REPAIR & MAINTENANCE WORKS AT

    IGNTU

    EOI No. IGNTU/RO/2020/132 Date: 22/12/2020.

    REGISTRAR INDIRA GANDHI NATIONAL TRIBAL UNIVERSITY

    AMARKANTAK (M.P.) 484887

  • Page 2 of 20

    EXPRESSION OF INTEREST FOR EMPANELMENT OF PROJECT MANAGEMENT CONSULTANT FOR REPAIR & MAINTENANCE

    WORKS AT IGNTU

    EOI No. IGNTU/RO/2020/132 Date: 2 2 /12/2020

    Indira Gandhi National Tribal University (IGNTU) a Centrally funded National

    University invites Expression of Interest (EOI) from reputed consultants/ firms for “Empanelment of Project Management Consultants (PMC)” for undertaking repair & maintenance works at IGNTU, Amarkantak (M.P.).

    S.No. Description Dates / Remarks

    01 Name of Work

    Empanelment of Project Management Consultants (PMC) for undertaking following works :-

    1. Repair & maintenance of Sone Hostel, Narmada Hostel and Horticulture Development Activities

    2. Repair & maintenance of Model Tribal School Residence,

    3. Repair & maintenance of Type III, IV Qtrs & Dome (Admin building)

    4. Repair & maintenance of Campus internal Roads

    5. Renovation & maintenance of Canal.

    02 Estimated Cost of the Works

    1. Repair & maintenance of Sone Hostel, Narmada Hostel and Horticulture Development Activities (Estimated amount Rs. 71.1 Lakhs)

    2. Repair & maintenance of Model Tribal School Residence (Estimated Amount Rs. 70.50 Lakhs)

    3. Repair & maintenance of Type III, IV Qtrs & Dome (Admin building) (Estimated Amount Rs. 70.50 Lakhs)

    4. Repair & maintenance of Campus internal Roads (Estimated Amount Rs. 71.5 Lakhs)

    5. Renovation & maintenance of Canal. (Estimated Amount Rs. 71.00 Lakhs)

    03 Duration of work 03 Months from the date of issue of LOI

    04

    Tender Cost To be deposited online NEFT/RTGS to bank account details as mentioned in “Annexure A”.

    Rs. 10,000/- (Ten Thousand Rupees)

  • 05

    Earnest Money DepositTo be deposited online NEFT/RTGS to bank account details as mentioned in “Annexure A”.

    06 Last Date of Submission

    07 Address for Speed Post / Registered Post

    08 Opening of Technical Bids

    09 Opening of Financial Bids

    1.1 DEFINITIONS:In the Agreement, the following expression shall, unless the context otherwise requires, have the meaning, hereby respectively assigned to himi. Works : The works means

    Infrastructure projects, viz. water supply, sewerage, solid waste management, Roads, environmental phospitals etc., in IGNTU

    ii. Approval’ means approval in writing by the desiiii. Employer or University means Indira Gandhi National Tribal University

    Amarkantak/ IGNTU.iv. `PSU (Public Sector Undertaking) or Executing Agency’ means the EXECUTING

    AGENCY Selected for executing the work.v. `Contractor’ means the contractor

    Executing Agency for the work or any connected work, including the Executing Agency itself in case any work is done directly by the Executing Agency.

    vi. “Completion” means when thealong with associated services i.e., ready to occupy and are actually handed over to the Employer.

    vii. “CTE” means Chief Technical Examiner.viii. “CVC” means Central Vigilance Commission, Government of India.

    ix. “CAG” means Controller Auditor General, Government of India.

    Earnest Money Deposit To be deposited online NEFT/RTGS to bank account details as mentioned

    “Annexure A”.

    Rs. 700,000/- ( Seven

    Last Date of Submission 31 Dec 2020 before 03:Address for Speed Post / Registered Indira Gandhi National Tribal University,

    Amarkantak , 484887

    Opening of Technical Bids 31 Dec 2020 at 04:00 PMAt Administrative Building, Indira Gandhi National Tribal University, Amarkantak

    Opening of Financial Bids The date and time will be intimated to the technically qualified agencyEmail / Speed Post

    Registrar

    Indira Gandhi National Tribal University,Amarkantak (M.P.)

    DEFINITIONS: In the Agreement, the following expression shall, unless the context otherwise requires, have the meaning, hereby respectively assigned to him

    means Repair & Renovation works / maintenance ofInfrastructure projects, viz. water supply, sewerage, solid waste management, Roads, environmental projects, social infrastructure projects, offices, shospitals etc., in IGNTU. Approval’ means approval in writing by the designated officer of the Employer.Employer or University means Indira Gandhi National Tribal University Amarkantak/ IGNTU. `PSU (Public Sector Undertaking) or Executing Agency’ means the EXECUTING AGENCY Selected for executing the work. Only Govt. agencies.`Contractor’ means the contractor (s) or suppliers or agencies employed by the Executing Agency for the work or any connected work, including the Executing Agency itself in case any work is done directly by the Executing Agency.“Completion” means when the Building(s) Structures(s) are complete in all respects along with associated services i.e., ready to occupy and are actually handed over to

    “CTE” means Chief Technical Examiner. “CVC” means Central Vigilance Commission, Government of India.“CAG” means Controller Auditor General, Government of India.

    Page 3 of 20

    Lakhs Rupees)

    before 03:30 PM Indira Gandhi National Tribal University,

    , 484887 at 04:00 PM

    At Administrative Building, Indira Gandhi National Tribal University, Amarkantak The date and time will be intimated to the technically qualified agency(s) through

    Registrar

    Gandhi National Tribal University, Amarkantak (M.P.)

    In the Agreement, the following expression shall, unless the context otherwise requires, have

    maintenance of Infrastructure projects, viz. water supply, sewerage, solid waste management,

    infrastructure projects, offices, schools,

    gnated officer of the Employer. Employer or University means Indira Gandhi National Tribal University

    `PSU (Public Sector Undertaking) or Executing Agency’ means the EXECUTING Only Govt. agencies.

    or suppliers or agencies employed by the Executing Agency for the work or any connected work, including the Executing Agency itself in case any work is done directly by the Executing Agency.

    Building(s) Structures(s) are complete in all respects along with associated services i.e., ready to occupy and are actually handed over to

    “CVC” means Central Vigilance Commission, Government of India. “CAG” means Controller Auditor General, Government of India.

  • Page 4 of 20

    2. Eligibility Criteria 2.1 The PSU should have experience in the field of project management consultancy

    for construction projects for a period of minimum 07 (seven) years ending last day of preceding month of the date of this EoI in repair and maintenance works.

    2.2 The applicant should have successfully completed atleast one similar work for project costing (of estimates) 80% one work, 60% of two works, 40% of three works during the last 7 years ending last day of preceding month.

    Note- The applicant should have successfully completed at least one similar work for Govt. Dept./PSUs/Govt Bank/State Govt./ GoI. for qualifying for empanelment .

    # Similar Work: Similar work means Project Management Consultancy (PMC) work for projects defined under Section- 2.1 above. * Applicant shall submit the above details supported with self-attested

    documentary proof wherever indicated in various annexures.

    ** Applicant shall submit a certified copy of award letter/ agreement and satisfactory completion certificate issued by the concerned client for consultancy assignments undertaken, in support of such submission.

    2.3 Applicant should not have been blacklisted by any Govt. /Local bodies /PSUs during the last 5 years period.

    2.4 Applicant should not have incurred any loss in the last five years. 2.5 Applicant should submit copy of Permanent Account Number (PAN) in the name

    of the Firm. 2.6 Applicant should have valid GST Registration No. 2.7 Balance sheet for the last three years ending March 2020 duly certified by the

    chartered accountant should be enclosed. 3. Instructions to bidders & Guidelines for Submission of Application Form for

    Empanelment. 3.1 The “Application form for empanelment” can be downloaded from IGNTU’s

    website ww.igntu.ac.in and Govt. portal.www.procure.gov.in/ epublish/ app. Tender cost (Non refundable) of Rs. 10,000/- is to be enclosed in Envelope –I (details to be attached) along with the Bid. The Bid received without the Bid Cost shall not be acceptable.

    3.2 The applicant should submit hard copy of the “Application form for empanelment of Project Management Consultant duly filled, along with supporting documents in a sealed envelope addressed to the Registrar, Indira Gandhi National Tribal University, Amarkantak (M.P.) 484887 super- scribing “Application for Empanelment of Project Management Consultant” for Repair and Maintenance works at IGNTU” by Post/Courier/by hand so as to reach this office on or before 28/12//2020.

    3.3 The application and this EoI document and supporting documents shall be signed by the authorized person (s) of the Firm. All pages of the documents shall be

  • Page 5 of 20

    stamped & signed by the applicant. The tender shall contain the name, address of residence and place of business of tenderer and shall be signed by the tenderer with his usual signature. Partnership firms shall furnish full names and addresses; in case of the authorized representative signs it in that behalf shall accompany the tender, “Power of Attorney” in original must be submitted.

    3.4 The tenderer signing the tender should specify clearly whether he is signing as:-

    • Govt. PSU

    • Under the power of attorney or

    • Director /Manager/Secretary etc.

    As the case may be copies of documents authorizing the signatory to sign the tender on behalf of such companies, firms and person should be attached with the tender.

    3.5 The application shall be submitted only as per the enclosed formats (refer Annexures-A to G). Self-attested documentary proof(s) as sought in various annexures, in respect of the details furnished in the application form shall be submitted along with the application.

    3.6 Mode of Submission of Sealed Bids: The EOI document/ bid shall be submitted in two parts (Part - A & Part -B) as under enclosed & sealed in single envelope.

    Part – A: Envelope – I: Tender Cost and Earnest Money Deposit details Envelope– II: Technical Part: Complete Signed Tender Documents, Relevant

    documents pertaining to Technical Part, with necessary Annexure. Part – B:

    Envelope – III: Financial Bid: Containing the financial bid as per Annexure G. All the three envelopes (I, II & III) shall be sealed separately (and the outer Envelopes should mention the contents inside) and shall bear markings indication the part of the bid. These three envelopes in turn shall be enclosed and sealed in an outer envelope marked “EOI for Engagement of EXECUTING AGENCY for Project Management & Supervision with Architectural Services for Execution of repair & maintenance project at the IGNTU Campus EOI Notice No. and date. Financial bid of only technically qualified bidders fulfilling the criteria laid down in this EOI shall be opened subsequently. 3.6 DISQUALIFICATION: The University may disqualify bids on account of the following reasons : a) If bid is received after the last date and time. b) If the bidder disregards any of the terms & conditions of the bid and/or leaves any

    ambiguity in calculation of the consultancy fee. c) If the bidder attempts to influence any member of the expert panel. d) If the bid is conditional.

  • Page 6 of 20

    e) If the bidder provides any misleading information or conceals any information. f) If the Bid is received without the Tender Cost and EMD. g) If the bidder is under a declaration of ineligibility for corrupt and fraudulent

    practices issued by the Government of India (GOI), State/Central Government, or any other of their agencies.

    h) If the Information provided is incomplete. i) Non fulfillment of any of the eligibility criteria as per the EOI j) Bid submitted without the Power of Attorney in case person other than the tenderer

    has signed the tender documents. The decision of the University in the matter of disqualification shall be final and bidding and no further correspondence shall be entertained from any disqualified bidder thereafter.

    3.7 In the interest of the University, the University reserves the right to : i. accept / reject any or all bids for this EOI without assigning any reason,

    whatsoever. ii. amend the selection process at any stage without assigning any reason, whatsoever. iii. amend the provision of this EOI or any other document issued at any stage of

    selection without assigning any reason , whatsoever. iv. amend the scope of work without assigning any reason, whatsoever. v. debar the bidder, if during the process of selection incorrect/misleading

    information or material misrepresentation or concealment of information sought by the IGNTU and

    vi. close the invitation at any stage without assigning any reason, whatsoever. vii. Mere fulfilling criteria laid down in this EOI do not entitle/ guarantee the bidder to

    be shortlisted/selected/awarded the Consultancy Services at IGNTU. 3.8 The bidders are advised not to make any corrections, additions, alterations in the

    downloaded bid document. In case, any corrections, additions, alteration are made in the downloaded bid documents; such bid shall summarily be rejected.

    3.9 The EMD (without any interest) and the unopened sealed envelope (Price Bids) for all those bidders who are not eligible in the technical evaluation shall be returned back to the bidder through registered post.

    3.10 The EMD without any interest shall be returned to remaining bidders after signing of agreement / MoU with the selected EXECUTING AGENCY.

    3.11 No exemption from depositing the EMD shall be allowed to any participating bidder. 3.12 Validity of EMD shall be six (6) months from the last due date of submission

    of EOI. 3.13 EMD shall forfeited in the following cases : a) If any information or document furnished by the bidder turns out to be misleading

    or untrue in any material respect; and b) If the successful bidder fails to execute the consultancy agreement within the

    stipulated time or any extension thereof provided by IGNTU.

  • Page 7 of 20

    c) The earnest money deposit (EMD) shall not carry any interest. d) The selected EXECUTING AGENCY/EXECUTING AGENCYs shall have to

    deposit @5% of the consultancy service fee/ charge, as the Performance Security by depositing the money in University’s bank account as given in Annexure ‘A’. This amount shall be refunded to the EXECUTING AGENCYs without any interest on successful completion of project including defect liability period, as will laid down in the agreement / MoU. In case of non-satisfactory performance, the University reserves the right to forfeit the Performance Security.

    3.14 Period of Validity of Bids should be 180 days. The bidder shall not be entitled to revoke or cancel its Bid or vary the Bid given or any term thereof.

    3.15 The bidder is also required to submit “Unconditional acceptance of tender conditions. The format for which is provided as “Annexure B”.

    3.16 Penalty Clause: The applicant shall also submit the list of such projects where due to any dispute; litigation/arbitration was invoked and/or the consultancy services were abandoned/suspended by clients. Suppression of any information in this regard may lead to cancellation of empanelment of the Firm concerned, if such information comes to the notice of IGNTU, even after empanelment.

    3.17 Validity: The empanelment shall be valid for a period of 04 (four) years from the date of issue of letter of empanelment. The panel may be extended further at the sole discretion of IGNTU.

    3.18 All future communication/changes/additional information w.r.t. this website Advertisement shall be notified through this website only, i.e. by way of Addendum / Corrigendum to this EOI.

    3.19 The Annual turnover of the Firm and Profit and Loss Account statement by way of Professional Fees for Project Management Consultancy Services for the last three years, duly certified by a Chartered Accountant should be submitted.

    3.20 IGNTU will be at liberty to call `open tenders’, if desired for any works and consultants shall have no objection to this even if they have been empanelled.

    3.21 Empanelled consultants would be entitled to tender against invitation of bids issued by IGNTU in respect of specific projects.

    3.22 The applicant company should be registered/ incorporated in India. 3.23 IGNTU reserves the right to accept or reject any or all applications without

    assigning any reason whatsoever. IGNTU reserves the right to call off the process of short listing of empanelment of consultants at any stage without assigning any reason thereof.

    3.24 The applicant must carry out the works complying guidelines issued by CPWD, CVC and other govt. organization from time to time

    3.25 The applicant must assure that it will be responsible for all levels of execution of works once the work is allotted.

    3.26 The progress of work must be intimated to IGNTU on a routine basis.

  • Page 8 of 20

    3.27 The agency must follow safety norms at site. The workers / Labours safety will be sole responsibility of the applicant. Basic amenities shall be arranged by applicant at site while execution of work.

    3.28 Subsequent to signing of the agreement, the Executing Agency shall take possession of all encumbrances free site from the Employer and shall nominate a responsible Engineer for execution of the project under intimation to the Employer.

    3.29 The planning, designing of the project shall be done by the Executing Agency. The Executing Agency shall prepare detailed cost effective estimates, detailed architectural scheme and service drawings required for execution of the Project after getting the concept and specifications approved front Employer. While detailing the scheme, Executing Agency shall provide only those requirements, which can be accommodated within approved estimated cost, as per priority decided mutually between the Employer & the Executing Agency.

    3.30 Executing Agency shall prepare preliminary estimates of cost of the various items of work as required by Employer 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, PAR, to be worked out as per standard methods.

    3.31 Executing Agency shall execute the works at sanctioned 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 employer.

    3.32 Executing Agency shall prepare the tender documents comprising the technical specification BOQ, General Terms and Conditions, Special Conditions etc. for inviting tenders.

    3.33 The Executing Agency shall invite the open tenders or tenders from the short listed pre-qualified contractors/agencies meeting prequalification criteria for different packages for completion of the project. The Executing Agency shall award the work to the technically qualified lowest bidder.

    3.34 Executing Agency shall be wholly responsible for any observations/ comments/ defects pointed out by C.T.E/C.V.C/C.A.G or any other Govt. Agency in the planning & procedures of execution of this project.

    3.35 Executing Agency shall be fully responsible for the timely completion, the quality and structural safety of the construction.

    3.36 Any defects discovered and brought to the notice of the Executing Agency during the period aforesaid shall be rectified by the contractor appointed by the Executing Agency. Executing Agency 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 Executing Agency at the cost and expense of the Contractor.

  • Page 9 of 20

    3.37 The Executing Agency shall unless otherwise specified be fully responsible for procurement of all materials and services for the Construction activity.

    3.38 During the various stages of execution, Executing Agency shall submit monthly progress reports with site photographs.

    4. PAYMENT TERMS 4.1 Executing Agency shall work on “Deposit work basis” for this project on

    behalf of Employer and shall be paid the actual cost of work plus the agency charges for Project Management, Supervision, Services including Architectural Services for planning, designing Consultancy Services and associated services.

    4.2 The expression ” actual cost of works’ shall include the following :

    a) All the final payments made to the contractor(s), supplier(s), agency as agreed upon in the tender for the construction of all the buildings, services, related facilities etc.

    b) All costs of materials acquired for the project and used on the work, either directly or through the contractor(s) including storage charges, carriage and any other incidental charges connected with such materials but excluding the material not incorporated or not handed over to the Employer.

    c) Actual cost of site survey, soil testing charges, laboratory charges for testing of any material, manufactured or built items including the cost of cartage of samples to and from the laboratory.

    d) The cost towards vetting of design/drawings from any reputed/IIT Institute and/or their services for consulting any matter concerning the project.

    e) Taxes shall be paid in accordance with prevailing government norms. Any changes whatsoever shall be intimated to the Employer for approval by the competent authority.

    f) All liabilities arising out of any court decree or arbitration award and /or any additional costs transpiring due to the direction of any Court/tribunal /statutory body and/or any other legal costs including but not limited to the cost of hiring advocates, getting legal opinions, filing of pleadings etc. for the purpose of initiating on behalf of, or defending, itself or the Employer in any suit or arbitration, in respect of any dispute arising out of the Project works done or to be done and/or freeing the site of all encumbrances and/or charges.

    The IGNTU shall not be responsible of any court decree or arbitration award and /or any additional costs transpiring due to the direction of any Court/tribunal /statutory body, due to the lapses solely attributable to executing agency.

    This Sub-Clause only addresses disputes/arbitrations/suits with any or all of the Contractors or any other person(s) body/authority. Nothing in this Sub-Clause shall

  • Page 10 of 20

    be construed to cover any disputes/arbitrations/suits between the Employer and the Executing Agency, in which case, each party shall bear its own costs. The parties hereto understand and agree that although these costs will come under actual costs and therefore be borne by the Employer, the same shall not be taken into account for the purpose of calculating the Agency charges except for such costs which as a result of an order/judgment/decree have resulted in some form of addition or variation in the Project works

    4.3 The actual final cost of work shall not include: 4.4 Cost of land.

    a) Cost paid by the Employer to local Government or any other statutory body or bodies for getting approvals for the project etc.

    4.5 The payments by the Employer shall be made by transfer of funds in a bank account of Executing Agency or through Demand Draft/Cheque.

    4.6 The Employer shall give initial deposit of 10% (Ten percent only) of the estimated cost of the respective allotted work at the time of its allotment.

    4.7 Funds released periodically by Employer to Executing Agency for the project shall be credited to a separate bank account in a nationalized / scheduled bank for the project. Any Interest earnings on deposits in this account will be treated as income of Employer and the same will be utilized for the project or shall be returned to the university, Executing Agency will make all project related payments from this account only .

    4.8 Executing Agency shall submit quarterly expenditure statements on the basis of which Employer shall release further deposits at least once in a quarter based on requisitions submitted by Executing Agency. However, Executing Agency shall be free to submit monthly requisitions for timely and successful implementation of Project. On completion of the Project, Executing Agency shall submit a final expenditure statement along with utilization certificate.

    4.9 Executing Agency shall also ensure that the contractor(s) submit Performance Bank Guarantee(s) from any Nationalized Bank/ Scheduled Bank equivalent to 10% (Ten percent only) of the respective value of work awarded to the contractor(s) for due and proper execution of the contract in favour of Executing Agency. The Performance Guarantee(s) shall be initially valid up to the stipulated date of completion plus maintenance period of 12 months thereafter. In case the time for completion of work gets extended, Executing Agency shall get the validity of Performance Guarantee(s) provided by contractor, extended to cover such extended time for completion of work.

  • Page 11 of 20

    5. COMPLETION OF THE PROJECT

    5.1 The date of start of the work shall be reckoned from the 15th day after issue of LOI.

    5.2 The work shall be completed in all respect within a period as mutually agreed, decided upon from the date specified in Clause 5.1 above.

    5.3 The Executing Agency shall be fully responsible for observance of all labour and other laws applicable in the matter and shall indemnify and keep indemnified the owner against effect of non-observance of any such laws.

    5.4 The Executing Agency shall submit completion report/ certificate with drawings and maintenance schedules to the Employer within 60 (Sixty) day of completion of work.

    5.5 The defect liability period of this project shall be 12 months after completion of work or taking over of building whichever is earlier. Executing Agency shall be responsible for satisfactory rectification of defects.

    6. LIQUIDATED DAMAGES

    6.1 Executing Agency shall be required to complete the construction of project within the period stipulated in this NIT. In case of delay, which may occur due to the reasons beyond the control of Executing Agency, Executing Agency would approach the Employer with full details for extension in time limit for completion of the works.

    6.2 In case, completion of the project is delayed due to reasons solely attributable to the contractors/Agencies/Suppliers engaged for the project by the Executing Agency, the Executing Agency shall impose liquidated damages @ 0.5 % (Zero point five percent) on awarded contract value for each week of delay subject to a maximum of 10% (ten percent) of the awarded contract value and the benefit shall be passed on to the IGNTU.

    6.3 If the delay in completion is solely attributable to the Executing Agency, the Executing Agency shall be liable to pay as damages to ‘IGNTU’ a sum calculated @ 0.10% (Zero point one zero percent) of the Agency Charges for the balance work for each month of delay, subject to a maximum of 2% (Two percent) of the Agency Charges.

    6.4 The Executing Agency shall be fully responsible to defend any suits or arbitration cases arising out of project in connection with the work between the Executing Agency and its Contractor(s).

    6.5 Any compensation levied by the Executing Agency due to non-fulfillment of any clause of the contract by the contractor or any such recovery from the contractor for bad work or any other reasons whatsoever shall be passed on to the Employer.

  • Page 12 of 20

    7. FORCE MAJEURE

    The Executing Agency shall not be considered in default if delay in completion of the work occurs due to cause beyond its control such as acts of God, natural calamities, civil wars, fire, strike, frost, floods, riots and acts of unsurpassed power. The Executing Agency shall notify 'Employer’ in writing within ten days from the date of such occurrence. In the event of delay due to such causes, the completion schedule will be extended for a length of time equal to the period of force majeure.

    Executing Agency shall not hold responsible any contractor/ agency for the delay/ stoppage of work due to force majeure conditions like natural calamities, civil disturbance, war, etc. and for losses suffered if any, by the Employer on this account. The Executing Agency shall also not be able in any way to bear such losses and no compensation of any kind whatsoever will be payable by the Executing Agency to the Employer. Suitable force majeure clause shall be incorporated in all the agreement entered into by the Executing Agency with the contractors/ agencies.

    8. ARBITRATION In the event of any disputes or difference relating to the interpretation and application of the provisions of the contracts, (whether during the progress of the works or after their completion) the same shall be settled amicably through mutual discussions or shall be referred to a arbitrator to be appointed jointly by the Vice Chancellor, Indira Gandhi National Tribal University and The Executing agency for adjudication through arbitration. The arbitration shall be conducted with the provisions of Arbitration and conciliation act of 1996 or any statutory modifications or re-enactment thereof and the rules made there under and for the time being in force, shall apply to the arbitration proceedings. JURISDICTION: This agreement is subject to the jurisdiction of the Hon’ble High Court of Jabalpur (MP) only.

  • Page 13 of 20

    ANNEXURE A

    Tender Cost and Earnest Money Deposit (EMD) to be deposited online NEFT/RTGS to any one bank account

    S.No. Account Number IFSC Code Name of Bank 01 3262189064 CBIN0284695 CENTRAL BAK OF

    INDIA 02 30429162087 SBIN0004674 STATE BANK OF

    INDIA

  • Page 14 of 20

    ANNEXURE B

    (On the letter head of the Tenderer) To,

    The Registrar,

    IGNTU, Amarkantak,

    M.P.

    Sir,

    ACCEPTANCE OF TENDER CONDITIONS

    The tender documents for the work “Engagement of PSU for Project Management & Supervision with Architectural Services for Execution of Repair and Maintenance projects at IGNTU Campus.” I/We hereby unconditionally accept the tender conditions and tender documents in its entirety for the above work.

    1. The contents of the Tender documents have been noted wherein it is clarified that after unconditionally accepting the tender condition in its entirety, it is not permissible to put any remark(s) / conditions(s) (except unconditional rebate on price / amount, if any) in the tender enclosed, the same has been followed in the present case. In case this provision of the tender is found violated at any time after opening of the Price Bid, I / we agree that the tender shall be summarily rejected, without prejudice to any other right or remedy be at liberty to forfeit the full said earnest money absolutely.

    2. The required earnest money for this work is enclosed herewith.

    3. If I/we will not fulfill the minimum qualifying criteria of the tender I/we not lodge any claim for opening of Price Bid of the tender.

    Yours faithfully,

    (Signature of the tenderer)

    With rubber stamp

  • Page 15 of 20

    ANNEXURE C GENERAL INFORMATION

    1. Name of Bidder

    2. Head Office Address

    Tel. No.

    Mobile No.

    Fax No.

    E-mail address

    3. Address on which Correspondence should be done

    Tel. No.

    Mobile No.

    Fax No.

    E-mail address

    4. Name of Directors with their addresses, Mobile & Telephone numbers, Fax no., E-mail address.

    5. Designation of individuals authorized to act for the organization with the addresses, Mobile & Telephone numbers, Fax no., E-mail address. (Enclose legal Power of Attorney).

    6. Was the applicant ever required to suspend any construction for a period of more than six months continuously after commencement of the construction? If so, give the name of the project & reasons of suspension of work.

  • Page 16 of 20

    7. Has the applicant, or any constituent partner in case of partnership firm ever has debarred / black listed for tendering in any organization at any time? If so, give details.

    8. Has the applicant or any constituent partner in case of partnership firm, ever been convicted by a court of Law? If so, give details.

    9. Other details: (Copies to be enclosed) a) EPF No. valid up to:

    b) Clearance of sales Tax up to

    c) PAN No.

    d) Service tax registration No

  • Page 17 of 20

    ANNEXURE D DETAILS OF TECHNICAL PERSONNEL

    Format of Curriculum vitae (CV) of Key Technical Personnel’s (Senior Technical Personnel such as Project Manager, Senior Engineer, Safety & Labour Office). (This from to be furnished by Bidder applying for the Engagement, furnish separately for each) Name of Firm: Professional: Date of Birth: Years with Firm: Nationality: Detailed Task Assigned: Key Qualification: [Give an outline of staff member’s experience and training relevant to responsibility I context of assignment. Describe degree of responsibility held by staff member on relevant previous assignment and give dates and location. Use up to half a page.] Education: [Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degree (s) obtained. Use up to quarter page.] Employment Record: [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, name(s) of employing organization(s), title of positions held and location of assignments. For experience in last ten years, also give type of activities performed and client references, where appropriate. Use up to three quarter of a page.] Working Knowledge of Central Govt. Procedures Name of Central Govt. Project executed indicating the Dept and the address telephone No, email ID for reference, GRIHA-Certification, Name of the project. Languages: [Indicate proficiency in speaking, reading and writing of English language: excellent, good, fair, or poor.] Certification: I, the undersigned, certify that to the best of my knowledge and belief, these biodata correctly describe my qualifications, my experience and myself.

    Signature of the bidder with date & seal

  • Page 18 of 20

    ANNEXURE E DETAILS OF PMC SIMILAR WORKS OF PSU ASSGNMENT AND COMPLETED DURING THE

    LAST FIVE YEARS.

    Sl. Description 2016 2017 2018 2019 2020 1 Name of work/ Project and

    location

    2 Name & Address of Employer/ Organization, Telephone no. of officer to whom reference may be made.

    3 Cost of work in Rs. Cr. (attach copy of work order)

    4 Date of commencement as per contract

    5 Stipulated date of completion

    6 Actual date of completion

    7 Litigation/ arbitration pending/ in progress with details*

    8 Service rendered

    9 Names of Project in charge & Key staff & nos. of staff involves.

    10 Any other information

    (*Note: Add additional sheet for indicating more works if any)

    Signature of the bidder with date & seal

  • Page 19 of 20

    ANNEXURE F FINACIAL INFORMATION

    Financial Analysis- Details to be furnished duly supported by figures in balance sheet/profit and loss account for the last five years duly certification by the Chartered Accountant, as submitted by the bidder to the income Tax Department (copies to be attached). For last financial year i.e. 2019-20, provisional balance sheet may be submitted, in absence of audited balance sheet, in absence of provisional balance sheet of FY 2019-20, last 4 years balance sheets shall be considered for average Financial turnover and Profitability. Particulars Financial Year I. Gross Annual turnover on construction work. (In Lakhs)

    2015-16 2016-17 2017-18 2018-19 2019-20

    ii. Profit/Loss iii. Certified by II. The following certificates are enclosed:

    (a) Current Income Tax clearance Certificate / Profit & Loss account Signature of Chartered Accountant with seal

    Signature of the bidder with date & seal

  • Page 20 of 20

    ANNEXURE G Performa for Financial Bid

    (On PSU’s letter head) Ref.No. Date: From: To; The Registrar ……………………………………………………………………. ……………………………………………………………………. …………………………………………………………………… SUBJECT: Engagement of PSU for Project Management & Supervision with Architectural Services for Repair and Maintenance works at IGNTU Campus Amarkantak Sir, Description of Work

    Consultancy Fee - As Lump sum charges of each Job work Rupees (In Figures) Rupees (In Words)

    Consultancy for the Construction Project Management & Supervision with Architectural Services including GST (as per EOI)

    1. Repair & maintenance of Sone Hostel, Narmada Hostel and Horticulture Development Activities

    2. Repair & maintenance of Model Tribal School Residence,

    3. Repair & maintenance of Type III, IV Qtrs & Dome (Admin building)

    4. Repair & maintenance of Campus internal Roads.

    5. Renovation & maintenance of Canal

    Total Rs.

    Note: L-1 will be evaluated based on total amount.

    Sign & Seal of the bidder