114, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.1]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
114, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
114, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.1]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.15000.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
114, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
0.00 15000.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
114, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF GODOWN BUILDING OFFICE AND ANCILLARY
WORKS AT
BODELI,DIST:CHHOTAUDEPUR,JHAGADIA
DIST:BHARUCH AND GALTESHWAR DIST:KHEDA
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
114, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
114, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
114, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender NoticeGSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF GODOWN BUILDING OFFICE AND ANCILLARY WORKS AT
BODELI,DIST:CHHOTAUDEPUR,JHAGADIA DIST:BHARUCH AND GALTESHWAR
DIST:KHEDA
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
114, B-1 Tender 5
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF GODOWN BUILDING OFFICE AND
ANCILLARY WORKS AT BODELI,DIST:CHHOTAUDEPUR,JHAGADIA DIST:BHARUCH AND
GALTESHWAR DIST:KHEDA
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.15000/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
114, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of godown building
office and ancillary works at Bodeli Dist-Chhotaudepur, Jhagadia
Dist-Bharuch and Galtelshwar Dist-Kheda is RS.7,44,50,052/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
required or not giving it in clear terms or making any change
114, B-1 Tender 7
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
4.1.10 The assignment mentioned herein is intended to be job
and time oriented. The consultant shall not be entitled to claim
114, B-1 Tender 8
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
Employer throughout the selection process and the execution
of the Contract.
114, B-1 Tender 9
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
During Tender validity7 period, if any Tenderer
withdraws or makes any modifications or additions in the terms and
114, B-1 Tender 10
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
114, B-1 Tender 11
• The PMC shall day to day supervise the construction work to ensure
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
114, B-1 Tender 12
• PMC shall ensure that no time and cost overrun occurs. PMC shall
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
114, B-1 Tender 13
whenever needed.
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
Safety Programs: -
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
114, B-1 Tender 14
with prevalent laws and regulations.
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
of defects, if observed.
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
114, B-1 Tender 15
etc.
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
Provide effective coordination between various agencies
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
114, B-1 Tender 16
construction at site all in accordance with agreed programme of
the activities.
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
Drawing up and putting in place a Quality Assurance Plan as
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
114, B-1 Tender 17
site.
Checking and Certification of contractor s bill. Running and final
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
114, B-1 Tender 18
ii. Utility and service lines
a. Drains and sumps
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
114, B-1 Tender 19
work, as per design and specification and materials of approved
quality and quantity or not.
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
8. Performance obligations: -
• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
114, B-1 Tender 20
to the Client and to carry out such modifications and /or rectification
as may be required.
9.Compliance with laws, statutes, rules and regulations of
Government / local
• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
114, B-1 Tender 21
10.Effort Estimate from PMC
The table below provides an indication of the effort estimate required
from the PMC.
Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and clearance to begin Construction
• Prior to start of Construction
• Inter departmental correspondences• Official records
Once
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3.
Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
114, B-1 Tender 22
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and Health
• Construction and Post-Construction stage
* As per relevant standards / good practices / Contracts
Monthly
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. Deliverables
Deliverables for Project Management Consultant:
1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
114, B-1 Tender 23
12. Schedule of Payment
TIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
any extra fees for these 6 months’ duration. If the work gets
completed before stipulated time, the stipulated fees shall
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:
1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:
Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
114, B-1 Tender 24
completion of following liabilities.
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
• Testing reports of other item (if any).
• Site visit registers.
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-
Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
114, B-1 Tender 25
14.Notices: -
Any notice or request required or permitted to be given or made
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -
15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
a) Natural phenomena, including but not limited to floods,
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
114, B-1 Tender 26
16. Eligibility Criteria of Bidder(s) :
The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
respective authorities (not less than Executive Engineer or
equivalent).
a. General Requirement:
(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
114, B-1 Tender 27
16.2 Final criteria for qualificationa) The relevant experience of the firm shall be evaluated
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
evaluation shall be made.
b) Minimum qualification and experience required for persons to be deployed for this work shall be as per table A
c) If the consultant quotes rates for more than one tender different key personnel shall be deployed for each PMC work separately.
GroupNo
Evaluation Criteria MaximumScore
Criteria
Experience scoreA Project costRs.24 cr & above 20B Project cost Rs.16 Cr to24
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.8Cr. to 16.Cr 10A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
114, B-1 Tender 28
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
114, B-1 Tender 29
PART-I Staff-Table A.
Qualification and experience of key personnel to be deployed by PMC for
this project.
Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with
Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
b. Any Other Relevant Documents as Desired by the RFP.
114, B-1 Tender 30
c. Quality Assurance plan.
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
aloud and recorded when the Price Bids are opened. For financial
evaluation, the total lump sum fee indicated in the Price Bid shall be
114, B-1 Tender 31
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
to be allot/or not to allot, to selected bidder.
114, B-1 Tender 32
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the Personnel
replaced.
114, B-1 Tender 33
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
damages to client within 30 days of termination date.
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
114, B-1 Tender 34
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
114, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
114, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
114, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF GODOWN BUILDING OFFICE AND
ANCILLARY WORKS AT BODELI,DIST:CHHOTAUDEPUR,JHAGADIA DIST:BHARUCH AND
GALTESHWAR DIST:KHEDA
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF GODOWN BUILDING
OFFICE AND ANCILLARY WORKS AT
BODELI,DIST:CHHOTAUDEPUR,JHAGADIA
DIST:BHARUCH AND GALTESHWAR
DIST:KHEDA
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
114, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.1]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
114, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
114, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.1]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.15000.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
114, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Bodeli, Dist. Chhotaudepur, Jhagadia, Dist. Bharuch and Galteshwar, Dist. Kheda.
0.00 15000.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
114, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF GODOWN BUILDING OFFICE AND ANCILLARY
WORKS AT
BODELI,DIST:CHHOTAUDEPUR,JHAGADIA
DIST:BHARUCH AND GALTESHWAR DIST:KHEDA
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
114, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
114, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
114, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender NoticeGSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF GODOWN BUILDING OFFICE AND ANCILLARY WORKS AT
BODELI,DIST:CHHOTAUDEPUR,JHAGADIA DIST:BHARUCH AND GALTESHWAR
DIST:KHEDA
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
114, B-1 Tender 5
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF GODOWN BUILDING OFFICE AND
ANCILLARY WORKS AT BODELI,DIST:CHHOTAUDEPUR,JHAGADIA DIST:BHARUCH AND
GALTESHWAR DIST:KHEDA
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.15000/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
114, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of godown building
office and ancillary works at Bodeli Dist-Chhotaudepur, Jhagadia
Dist-Bharuch and Galtelshwar Dist-Kheda is RS.7,44,50,052/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
required or not giving it in clear terms or making any change
114, B-1 Tender 7
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
4.1.10 The assignment mentioned herein is intended to be job
and time oriented. The consultant shall not be entitled to claim
114, B-1 Tender 8
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
Employer throughout the selection process and the execution
of the Contract.
114, B-1 Tender 9
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
During Tender validity7 period, if any Tenderer
withdraws or makes any modifications or additions in the terms and
114, B-1 Tender 10
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
114, B-1 Tender 11
• The PMC shall day to day supervise the construction work to ensure
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
114, B-1 Tender 12
• PMC shall ensure that no time and cost overrun occurs. PMC shall
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
114, B-1 Tender 13
whenever needed.
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
Safety Programs: -
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
114, B-1 Tender 14
with prevalent laws and regulations.
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
of defects, if observed.
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
114, B-1 Tender 15
etc.
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
Provide effective coordination between various agencies
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
114, B-1 Tender 16
construction at site all in accordance with agreed programme of
the activities.
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
Drawing up and putting in place a Quality Assurance Plan as
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
114, B-1 Tender 17
site.
Checking and Certification of contractor s bill. Running and final
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
114, B-1 Tender 18
ii. Utility and service lines
a. Drains and sumps
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
114, B-1 Tender 19
work, as per design and specification and materials of approved
quality and quantity or not.
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
8. Performance obligations: -
• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
114, B-1 Tender 20
to the Client and to carry out such modifications and /or rectification
as may be required.
9.Compliance with laws, statutes, rules and regulations of
Government / local
• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
114, B-1 Tender 21
10.Effort Estimate from PMC
The table below provides an indication of the effort estimate required
from the PMC.
Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and clearance to begin Construction
• Prior to start of Construction
• Inter departmental correspondences• Official records
Once
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3.
Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
114, B-1 Tender 22
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and Health
• Construction and Post-Construction stage
* As per relevant standards / good practices / Contracts
Monthly
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. Deliverables
Deliverables for Project Management Consultant:
1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
114, B-1 Tender 23
12. Schedule of Payment
TIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
any extra fees for these 6 months’ duration. If the work gets
completed before stipulated time, the stipulated fees shall
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:
1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:
Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
114, B-1 Tender 24
completion of following liabilities.
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
• Testing reports of other item (if any).
• Site visit registers.
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-
Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
114, B-1 Tender 25
14.Notices: -
Any notice or request required or permitted to be given or made
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -
15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
a) Natural phenomena, including but not limited to floods,
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
114, B-1 Tender 26
16. Eligibility Criteria of Bidder(s) :
The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
respective authorities (not less than Executive Engineer or
equivalent).
a. General Requirement:
(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
114, B-1 Tender 27
16.2 Final criteria for qualificationa) The relevant experience of the firm shall be evaluated
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
evaluation shall be made.
b) Minimum qualification and experience required for persons to be deployed for this work shall be as per table A
c) If the consultant quotes rates for more than one tender different key personnel shall be deployed for each PMC work separately.
GroupNo
Evaluation Criteria MaximumScore
Criteria
Experience scoreA Project costRs.24 cr & above 20B Project cost Rs.16 Cr to24
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.8Cr. to 16.Cr 10A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
114, B-1 Tender 28
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
114, B-1 Tender 29
PART-I Staff-Table A.
Qualification and experience of key personnel to be deployed by PMC for
this project.
Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with
Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
b. Any Other Relevant Documents as Desired by the RFP.
114, B-1 Tender 30
c. Quality Assurance plan.
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
aloud and recorded when the Price Bids are opened. For financial
evaluation, the total lump sum fee indicated in the Price Bid shall be
114, B-1 Tender 31
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
to be allot/or not to allot, to selected bidder.
114, B-1 Tender 32
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the Personnel
replaced.
114, B-1 Tender 33
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
damages to client within 30 days of termination date.
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
114, B-1 Tender 34
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
114, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
114, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
114, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF GODOWN BUILDING OFFICE AND
ANCILLARY WORKS AT BODELI,DIST:CHHOTAUDEPUR,JHAGADIA DIST:BHARUCH AND
GALTESHWAR DIST:KHEDA
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF GODOWN BUILDING
OFFICE AND ANCILLARY WORKS AT
BODELI,DIST:CHHOTAUDEPUR,JHAGADIA
DIST:BHARUCH AND GALTESHWAR
DIST:KHEDA
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
116, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.3]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Dolvan, Dist. Tapi, Umarpada Dist. Surat, Vansda, Khergam Dist. Navsari, Vapi Dist. Valsad.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
116, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
116, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.3]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Dolvan, Dist. Tapi, Umarpada Dist. Surat, Vansda, Khergam Dist. Navsari, Vapi Dist. Valsad.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Dolvan, Dist. Tapi, Umarpada Dist. Surat, Vansda, Khergam Dist. Navsari, Vapi Dist. Valsad.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.24300.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
116, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Dolvan, Dist. Tapi, Umarpada Dist. Surat, Vansda, Khergam Dist. Navsari, Vapi Dist. Valsad.
0.00 24300.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
116, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF 2000 MT GODOWN BUILDING, OFFICE AND
ANCILLARY WORKS AT DOLVAN, DIST.TAPI,
UMARPADA, DIST.SURAT, VANSDA, KHERGAM,
DIST.NAVSARI, VAPI, DIST.VALSAD.
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
116, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
116, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
116, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender Notice
GSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF 2000 MT GODOWN BUILDING, OFFICE AND ANCILLARY
WORKS AT DOLVAN, DIST.TAPI, UMARPADA, DIST.SURAT, VANSDA, KHERGAM,
DIST.NAVSARI, VAPI, DIST.VALSAD.
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
116, B-1 Tender 5
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work
mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT DOLVAN, DIST.TAPI, UMARPADA, DIST.SURAT,
VANSDA, KHERGAM, DIST.NAVSARI, VAPI, DIST.VALSAD.
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.24,300/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
116, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of 2000 MT godown
building, office and ancillary works at Dolvan, Dist.Tapi, Umarpada,
Dist.Surat, Vansda, Khergam, Dist.Navsari, Vapi, Dist.Valsad is
RS.12,10,85,221/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
116, B-1 Tender 7
required or not giving it in clear terms or making any change
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
116, B-1 Tender 8
4.1.10 The assignment mentioned herein is intended to be job
and time oriented. The consultant shall not be entitled to claim
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
116, B-1 Tender 9
Employer throughout the selection process and the execution
of the Contract.
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
116, B-1 Tender 10
During Tender validity7 period, if any Tenderer
withdraws or makes any modifications or additions in the terms and
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
116, B-1 Tender 11
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
• The PMC shall day to day supervise the construction work to ensure
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
116, B-1 Tender 12
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
• PMC shall ensure that no time and cost overrun occurs. PMC shall
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
116, B-1 Tender 13
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
whenever needed.
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
Safety Programs: -
116, B-1 Tender 14
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
with prevalent laws and regulations.
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
of defects, if observed.
116, B-1 Tender 15
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
etc.
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
Provide effective coordination between various agencies
116, B-1 Tender 16
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
construction at site all in accordance with agreed programme of
the activities.
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
Drawing up and putting in place a Quality Assurance Plan as
116, B-1 Tender 17
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
site.
Checking and Certification of contractor s bill. Running and final
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
116, B-1 Tender 18
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
ii. Utility and service lines
a. Drains and sumps
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
116, B-1 Tender 19
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
work, as per design and specification and materials of approved
quality and quantity or not.
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
116, B-1 Tender 20
8. Performance obligations: -
• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
to the Client and to carry out such modifications and /or rectification
as may be required.
9.Compliance with laws, statutes, rules and regulations of
Government / local
• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
116, B-1 Tender 21
10.Effort Estimate from PMC
The table below provides an indication of the effort estimate required
from the PMC.
Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and clearance to begin Construction
• Prior to start of Construction
• Inter departmental correspondences• Official records
Once
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3.
Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
116, B-1 Tender 22
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and Health
• Construction and Post-Construction stage
* As per relevant standards / good practices / Contracts
Monthly
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. Deliverables
Deliverables for Project Management Consultant:
1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
116, B-1 Tender 23
12. Schedule of PaymentTIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
any extra fees for these 6 months’ duration. If the work gets
completed before stipulated time, the stipulated fees shall
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:
1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:
Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
completion of following liabilities.
116, B-1 Tender 24
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
• Testing reports of other item (if any).
• Site visit registers.
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-
Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
14.Notices: -
Any notice or request required or permitted to be given or made
116, B-1 Tender 25
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -
15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
a) Natural phenomena, including but not limited to floods,
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
16. Eligibility Criteria of Bidder(s) :
The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
116, B-1 Tender 26
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
respective authorities (not less than Executive Engineer or
equivalent).
a. General Requirement:
(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
16.2 Final criteria for qualification
a) The relevant experience of the firm shall be evaluated
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
116, B-1 Tender 27
evaluation shall be made.
b) Minimum qualification and experience required for
persons to be deployed for this work shall be as per table
A
c) If the consultant quotes rates for more than one tender
different key personnel shall be deployed for each PMC
work separately.
GroupNo
Evaluation Criteria MaximumScore
Criteria
Experience scoreA Project costRs.39 cr & above 20B Project cost Rs.26 Cr to39
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.13Cr. to 26.Cr 10
A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
116, B-1 Tender 28
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
116, B-1 Tender 29
PART-I Staff-Table A.
Qualification and experience of key personnel to be deployed by PMC for
this project.
Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with
Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
116, B-1 Tender 30
b. Any Other Relevant Documents as Desired by the RFP.
c. Quality Assurance plan.
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
116, B-1 Tender 31
aloud and recorded when the Price Bids are opened. For financial
evaluation, the total lump sum fee indicated in the Price Bid shall be
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
116, B-1 Tender 32
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
to be allot/or not to allot, to selected bidder.
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
116, B-1 Tender 33
remuneration which would have been payable to the Personnel
replaced.
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
damages to client within 30 days of termination date.
116, B-1 Tender 34
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
116, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
116, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
116, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT DOLVAN, DIST.TAPI, UMARPADA, DIST.SURAT,
VANSDA, KHERGAM, DIST.NAVSARI, VAPI, DIST.VALSAD.
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF 2000 MT GODOWN
BUILDING, OFFICE AND ANCILLARY WORKS
AT DOLVAN, DIST.TAPI, UMARPADA,
DIST.SURAT, VANSDA, KHERGAM,
DIST.NAVSARI, VAPI, DIST.VALSAD.
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
117, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.4]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Morbi and Maliya-Miyana Dist. Morbi, Bhavnagar City Dist. Bhavnagar, Barwala Dist. Botad And Chotila, Patdi Dist. Surendranagar.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
117, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
117, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.4]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Morbi and Maliya-Miyana Dist. Morbi, Bhavnagar City Dist. Bhavnagar, Barwala Dist. Botad And Chotila, Patdi Dist. Surendranagar.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Morbi and Maliya-Miyana Dist. Morbi, Bhavnagar City Dist. Bhavnagar, Barwala Dist. Botad And Chotila, Patdi Dist. Surendranagar.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.29400.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
117, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Morbi and Maliya-Miyana Dist. Morbi, Bhavnagar City Dist. Bhavnagar, Barwala Dist. Botad And Chotila, Patdi Dist. Surendranagar.
0.00 29400.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
117, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF 2000 MT GODOWN BUILDING, OFFICE AND
ANCILLARY WORKS AT MORBI AND MALIYA-
MIYANA, DIST.MORBI, BHAVNAGAR CITY,
DIST.BHAVNAGAR, BARWALA, DIST.BOTAD AND
CHOTILA, PATDI, DIST.SURENDRANAGAR.
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
117, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
117, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
117, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender NoticeGSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF 2000 MT GODOWN BUILDING, OFFICE AND ANCILLARY
WORKS AT MORBI AND MALIYA-MIYANA, DIST.MORBI, BHAVNAGAR CITY,
DIST.BHAVNAGAR, BARWALA, DIST.BOTAD AND CHOTILA, PATDI,
DIST.SURENDRANAGAR.
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
117, B-1 Tender 5
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work
mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT MORBI AND MALIYA-MIYANA, DIST.MORBI,
BHAVNAGAR CITY, DIST.BHAVNAGAR, BARWALA, DIST.BOTAD AND CHOTILA, PATDI,
DIST.SURENDRANAGAR.
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.29,400/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
117, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of 2000 MT godown
building, office and ancillary works at Morbi and Maliya-Miyana,
Dist.Morbi, Bhavnagar City, Dist.Bhavnagar, Barwala, Dist.Botad and
Chotila, Patdi, Dist.Surendranagar.is RS.14,66,82,183/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
117, B-1 Tender 7
required or not giving it in clear terms or making any change
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
117, B-1 Tender 8
4.1.10 The assignment mentioned herein is intended to be job
and time oriented. The consultant shall not be entitled to claim
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
117, B-1 Tender 9
Employer throughout the selection process and the execution
of the Contract.
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
117, B-1 Tender 10
During Tender validity7 period, if any Tenderer
withdraws or makes any modifications or additions in the terms and
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
117, B-1 Tender 11
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
• The PMC shall day to day supervise the construction work to ensure
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
117, B-1 Tender 12
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
• PMC shall ensure that no time and cost overrun occurs. PMC shall
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
117, B-1 Tender 13
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
whenever needed.
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
117, B-1 Tender 14
Safety Programs: -
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
with prevalent laws and regulations.
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
117, B-1 Tender 15
of defects, if observed.
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
etc.
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
117, B-1 Tender 16
Provide effective coordination between various agencies
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
construction at site all in accordance with agreed programme of
the activities.
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
117, B-1 Tender 17
Drawing up and putting in place a Quality Assurance Plan as
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
site.
Checking and Certification of contractor s bill. Running and final
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
117, B-1 Tender 18
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
ii. Utility and service lines
a. Drains and sumps
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
117, B-1 Tender 19
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
work, as per design and specification and materials of approved
quality and quantity or not.
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
117, B-1 Tender 20
8. Performance obligations: -
• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
to the Client and to carry out such modifications and /or rectification
as may be required.
9.Compliance with laws, statutes, rules and regulations of
Government / local
• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
117, B-1 Tender 21
10.Effort Estimate from PMC
The table below provides an indication of the effort estimate required
from the PMC.
Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and clearance to begin Construction
• Prior to start of Construction
• Inter departmental correspondences• Official records
Once
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3.
Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
117, B-1 Tender 22
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and Health
• Construction and Post-Construction stage
* As per relevant standards / good practices / Contracts
Monthly
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. Deliverables
Deliverables for Project Management Consultant:
1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
117, B-1 Tender 23
12. Schedule of Payment
TIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
any extra fees for these 6 months’ duration. If the work gets
completed before stipulated time, the stipulated fees shall
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:
1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:
Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
117, B-1 Tender 24
completion of following liabilities.
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
• Testing reports of other item (if any).
• Site visit registers.
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-
Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
117, B-1 Tender 25
14.Notices: -
Any notice or request required or permitted to be given or made
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -
15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
a) Natural phenomena, including but not limited to floods,
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
117, B-1 Tender 26
16. Eligibility Criteria of Bidder(s) :
The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
respective authorities (not less than Executive Engineer or
equivalent).
a. General Requirement:
(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
16.2 Final criteria for qualification
a) The relevant experience of the firm shall be evaluated
117, B-1 Tender 27
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
evaluation shall be made.
b) Minimum qualification and experience required for
persons to be deployed for this work shall be as per table
A
c) If the consultant quotes rates for more than one tender
different key personnel shall be deployed for each PMC
work separately.
GroupNo
Evaluation Criteria MaximumScore
Criteria
Experience scoreA Project costRs.45 cr & above 20B Project cost Rs.30 Cr to45
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.15Cr. to 30.Cr 10
A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
117, B-1 Tender 28
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
117, B-1 Tender 29
PART-I Staff-Table A.
Qualification and experience of key personnel to be deployed by PMC for
this project.
Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with
Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
b. Any Other Relevant Documents as Desired by the RFP.
117, B-1 Tender 30
c. Quality Assurance plan.
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
aloud and recorded when the Price Bids are opened. For financial
evaluation, the total lump sum fee indicated in the Price Bid shall be
117, B-1 Tender 31
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
to be allot/or not to allot, to selected bidder.
117, B-1 Tender 32
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the Personnel
replaced.
117, B-1 Tender 33
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
damages to client within 30 days of termination date.
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
117, B-1 Tender 34
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
117, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
117, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
117, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT MORBI AND MALIYA-MIYANA, DIST.MORBI,
BHAVNAGAR CITY, DIST.BHAVNAGAR, BARWALA, DIST.BOTAD AND CHOTILA, PATDI,
DIST.SURENDRANAGAR.
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF 2000 MT GODOWN
BUILDING, OFFICE AND ANCILLARY WORKS
AT MORBI AND MALIYA-MIYANA,
DIST.MORBI, BHAVNAGAR CITY,
DIST.BHAVNAGAR, BARWALA, DIST.BOTAD
AND CHOTILA, PATDI,
DIST.SURENDRANAGAR.
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
118, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.5]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Saraswati, Shankheshwar, Harij Dist. Patan, Suigam, Shihori Dist. Banaskantha, Bhiloda Dist. Aravalli.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
118, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
118, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.5]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Saraswati, Shankheshwar, Harij Dist. Patan, Suigam, Shihori Dist. Banaskantha, Bhiloda Dist. Aravalli.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Saraswati, Shankheshwar, Harij Dist. Patan, Suigam, Shihori Dist. Banaskantha, Bhiloda Dist. Aravalli.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.31000.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
118, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Saraswati, Shankheshwar, Harij Dist. Patan, Suigam, Shihori Dist. Banaskantha, Bhiloda Dist. Aravalli.
0.00 31000.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
118, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF 2000 MT GODOWN BUILDING, OFFICE AND
ANCILLARY WORKS AT SARASWATI,
SHANKHESHWAR, HARIJ, DIST.PATAN, SUIGAM,
SHIHORI, DIST.BANASKANTHA, BHILODA,
DIST.ARAVALLI.
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
118, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
118, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
118, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender NoticeGSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF 2000 MT GODOWN BUILDING, OFFICE AND ANCILLARY
WORKS AT SARASWATI, SHANKHESHWAR, HARIJ, DIST.PATAN, SUIGAM,
SHIHORI, DIST.BANASKANTHA, BHILODA, DIST.ARAVALLI.
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work
118, B-1 Tender 5
mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT SARASWATI, SHANKHESHWAR, HARIJ,
DIST.PATAN, SUIGAM, SHIHORI, DIST.BANASKANTHA, BHILODA, DIST.ARAVALLI.
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.31000/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
118, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of 2000 MT godown
building, office and ancillary works at Saraswati, Shankheshwar,
Harij, Dist.Patan, Suigam, Shihori, Dist.Banaskantha, Bhiloda,
Dist.Aravalli is RS.15,10,27,505/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
118, B-1 Tender 7
required or not giving it in clear terms or making any change
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
4.1.10 The assignment mentioned herein is intended to be job
118, B-1 Tender 8
and time oriented. The consultant shall not be entitled to claim
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
Employer throughout the selection process and the execution
118, B-1 Tender 9
of the Contract.
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
During Tender validity7 period, if any Tenderer
118, B-1 Tender 10
withdraws or makes any modifications or additions in the terms and
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
118, B-1 Tender 11
• The PMC shall day to day supervise the construction work to ensure
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
118, B-1 Tender 12
• PMC shall ensure that no time and cost overrun occurs. PMC shall
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
118, B-1 Tender 13
whenever needed.
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
Safety Programs: -
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
118, B-1 Tender 14
with prevalent laws and regulations.
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
of defects, if observed.
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
118, B-1 Tender 15
etc.
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
Provide effective coordination between various agencies
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
construction at site all in accordance with agreed programme of
118, B-1 Tender 16
the activities.
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
Drawing up and putting in place a Quality Assurance Plan as
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
site.
118, B-1 Tender 17
Checking and Certification of contractor s bill. Running and final
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
ii. Utility and service lines
118, B-1 Tender 18
a. Drains and sumps
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
work, as per design and specification and materials of approved
118, B-1 Tender 19
quality and quantity or not.
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
8. Performance obligations: -
• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
to the Client and to carry out such modifications and /or rectification
as may be required.
118, B-1 Tender 20
9.Compliance with laws, statutes, rules and regulations of
Government / local
• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
10.Effort Estimate from PMC
The table below provides an indication of the effort estimate required
from the PMC.
Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and
• Prior to start of Construction
• Inter departmental
Once
118, B-1 Tender 21
clearance to begin Construction
correspondences• Official records
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3. Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and • Construction and * As per relevant Monthly
118, B-1 Tender 22
Health Post-Construction stage
standards / good practices / Contracts
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. DeliverablesDeliverables for Project Management Consultant:1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
12. Schedule of PaymentTIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
any extra fees for these 6 months’ duration. If the work gets
118, B-1 Tender 23
completed before stipulated time, the stipulated fees shall
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:
1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:
Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
completion of following liabilities.
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
118, B-1 Tender 24
• Testing reports of other item (if any).
• Site visit registers.
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-
Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
14.Notices: -
Any notice or request required or permitted to be given or made
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -
15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
118, B-1 Tender 25
a) Natural phenomena, including but not limited to floods,
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
16. Eligibility Criteria of Bidder(s) :
The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
118, B-1 Tender 26
respective authorities (not less than Executive Engineer or
equivalent).
a. General Requirement:
(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
16.2 Final criteria for qualification
a) The relevant experience of the firm shall be evaluated
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
evaluation shall be made.
b) Minimum qualification and experience required for
persons to be deployed for this work shall be as per table
A
c) If the consultant quotes rates for more than one tender
different key personnel shall be deployed for each PMC
work separately.
118, B-1 Tender 27
GroupNo
Evaluation Criteria MaximumScore
Criteria
Experience scoreA Project costRs.45 cr & above 20B Project cost Rs.30 Cr to45
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.15Cr. to 30.Cr 10
A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
118, B-1 Tender 28
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
118, B-1 Tender 29
PART-I Staff-Table A.
Qualification and experience of key personnel to be deployed by PMC for
this project.
Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with
Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
b. Any Other Relevant Documents as Desired by the RFP.
118, B-1 Tender 30
c. Quality Assurance plan.
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
aloud and recorded when the Price Bids are opened. For financial
evaluation, the total lump sum fee indicated in the Price Bid shall be
118, B-1 Tender 31
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
to be allot/or not to allot, to selected bidder.
118, B-1 Tender 32
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the Personnel
replaced.
118, B-1 Tender 33
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
damages to client within 30 days of termination date.
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
118, B-1 Tender 34
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
118, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
118, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
118, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT SARASWATI, SHANKHESHWAR, HARIJ,
DIST.PATAN, SUIGAM, SHIHORI, DIST.BANASKANTHA, BHILODA, DIST.ARAVALLI.
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF 2000 MT GODOWN
BUILDING, OFFICE AND ANCILLARY WORKS
AT SARASWATI, SHANKHESHWAR, HARIJ,
DIST.PATAN, SUIGAM, SHIHORI,
DIST.BANASKANTHA, BHILODA,
DIST.ARAVALLI.
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
119, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.6]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Sutrapada, Una & Gir Gadhada Dist. Gir Somnath And Junagadh (Khadia) Dist. Junagadh.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
119, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
119, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.6]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Sutrapada, Una & Gir Gadhada Dist. Gir Somnath And Junagadh (Khadia) Dist. Junagadh.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Sutrapada, Una & Gir Gadhada Dist. Gir Somnath And Junagadh (Khadia) Dist. Junagadh.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.20000.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
119, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Sutrapada, Una & Gir Gadhada Dist. Gir Somnath And Junagadh (Khadia) Dist. Junagadh.
0.00 20000.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
119, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF 2000 MT GODOWN BUILDING, OFFICE AND
ANCILLARY WORKS AT SUTRAPADA, UNA AND
GIR GADHADA, DIST.GIR SOMNATH AND
JUNAGADH (KHADIA), DIST.JUNAGADH.
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
119, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
119, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
119, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender NoticeGSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF 2000 MT GODOWN BUILDING, OFFICE AND ANCILLARY
WORKS AT SUTRAPADA, UNA AND GIR GADHADA, DIST.GIR SOMNATH AND
JUNAGADH (KHADIA), DIST.JUNAGADH.
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work
119, B-1 Tender 5
mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT SUTRAPADA, UNA AND GIR GADHADA, DIST.GIR
SOMNATH AND JUNAGADH (KHADIA), DIST.JUNAGADH.
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.20,000/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
119, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of 2000 MT godown
building, office and ancillary works at Sutrapada, Una and Gir
Gadhada, Dist.Gir Somnath and Junagadh (Khadia), Dist.Junagadh. is
RS.9,32,37,145/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
119, B-1 Tender 7
required or not giving it in clear terms or making any change
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
4.1.10 The assignment mentioned herein is intended to be job
119, B-1 Tender 8
and time oriented. The consultant shall not be entitled to claim
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
Employer throughout the selection process and the execution
119, B-1 Tender 9
of the Contract.
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
During Tender validity7 period, if any Tenderer
119, B-1 Tender 10
withdraws or makes any modifications or additions in the terms and
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
119, B-1 Tender 11
• The PMC shall day to day supervise the construction work to ensure
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
119, B-1 Tender 12
• PMC shall ensure that no time and cost overrun occurs. PMC shall
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
119, B-1 Tender 13
whenever needed.
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
Safety Programs: -
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
119, B-1 Tender 14
with prevalent laws and regulations.
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
of defects, if observed.
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
119, B-1 Tender 15
etc.
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
Provide effective coordination between various agencies
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
construction at site all in accordance with agreed programme of
119, B-1 Tender 16
the activities.
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
Drawing up and putting in place a Quality Assurance Plan as
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
site.
119, B-1 Tender 17
Checking and Certification of contractor s bill. Running and final
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
ii. Utility and service lines
119, B-1 Tender 18
a. Drains and sumps
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
work, as per design and specification and materials of approved
119, B-1 Tender 19
quality and quantity or not.
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
8. Performance obligations: -
• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
to the Client and to carry out such modifications and /or rectification
as may be required.
119, B-1 Tender 20
9.Compliance with laws, statutes, rules and regulations of
Government / local
• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
10.Effort Estimate from PMCThe table below provides an indication of the effort estimate required from the PMC.Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and
• Prior to start of Construction
• Inter departmental
Once
119, B-1 Tender 21
clearance to begin Construction
correspondences• Official records
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3.
Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and • Construction and * As per relevant Monthly
119, B-1 Tender 22
Health Post-Construction stage
standards / good practices / Contracts
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. Deliverables
Deliverables for Project Management Consultant:
1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
12. Schedule of PaymentTIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
119, B-1 Tender 23
any extra fees for these 6 months’ duration. If the work gets
completed before stipulated time, the stipulated fees shall
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
completion of following liabilities.
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
119, B-1 Tender 24
• Testing reports of other item (if any).
• Site visit registers.
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
14.Notices: -Any notice or request required or permitted to be given or made
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
a) Natural phenomena, including but not limited to floods,
119, B-1 Tender 25
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
16. Eligibility Criteria of Bidder(s) :The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
respective authorities (not less than Executive Engineer or
119, B-1 Tender 26
equivalent).
a. General Requirement:(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
16.2 Final criteria for qualification
a) The relevant experience of the firm shall be evaluated
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
evaluation shall be made.
b) Minimum qualification and experience required for
persons to be deployed for this work shall be as per table
A
c) If the consultant quotes rates for more than one tender
different key personnel shall be deployed for each PMC
work separately.
119, B-1 Tender 27
GroupNo
Evaluation Criteria MaximumScore
Criteria
Experience scoreA Project costRs.30 cr & above 20B Project cost Rs.20 Cr to30
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.10Cr. to 20.Cr 10
A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
119, B-1 Tender 28
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
119, B-1 Tender 29
PART-I Staff-Table A.
Qualification and experience of key personnel to be deployed by PMC for
this project.
Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
b. Any Other Relevant Documents as Desired by the RFP.
119, B-1 Tender 30
c. Quality Assurance plan.
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
aloud and recorded when the Price Bids are opened. For financial
119, B-1 Tender 31
evaluation, the total lump sum fee indicated in the Price Bid shall be
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
119, B-1 Tender 32
to be allot/or not to allot, to selected bidder.
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
remuneration which would have been payable to the Personnel
119, B-1 Tender 33
replaced.
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
119, B-1 Tender 34
damages to client within 30 days of termination date.
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
119, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
119, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
119, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT SUTRAPADA, UNA AND GIR GADHADA, DIST.GIR
SOMNATH AND JUNAGADH (KHADIA), DIST.JUNAGADH.
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF 2000 MT GODOWN
BUILDING, OFFICE AND ANCILLARY WORKS
AT SUTRAPADA, UNA AND GIR GADHADA,
DIST.GIR SOMNATH AND JUNAGADH
(KHADIA), DIST.JUNAGADH.
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
120, B-1 Tender 1
Tender ID :
E-Tender Notice No.10/2017-18 [Sr.No.7]
GUJARAT STATE CIVIL SUPPLIES CORPORATION LTD.
NAME OF WORK :
Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Visnagar, Becharaji, Jotana, Kadi & Satlasana Dist. Mehsana.
NAME OF AGENCY :
'E' - TENDER
EXECUTIVE ENGINEER,G.S.C.S.C. LTD.,GANDHINAGAR
120, B-1 Tender 2
ANNEXURE - ITENDER PUBLISHING APPROVAL PROCESS
Organization Name:-(i.e. GNFC)
� Department/Division Name :-(i.e. Purchase Dept./ Planning Dept. / IT Dept. etc….)Gujarat State Civil Supplies Corporation Ltd.
o Tender Preparing Authority :- Do the process to prepare the tender.
1) Gujarat State Civil Supplies Corporation Ltd.
**Note :- In absence of any one, alternate can take the tender for preparation and push up for next (higher) approval. (YES/NO)
o Authority Of Editing Tender :- By default the file will be moved to a Authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note :- In absence of any one, alternate can take the tender for editingand push up for next (higher) approval. (YES/NO)
o Authority Of Approving tender :- Finally tender publishing authority.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)
**Note:- (a) In absence of any one, alternate can take the tender for finalapproval and can approve the same for publishing. (YES/NO)
o Tender Opening Authority (WITH DEPT. NAME) :- G.S.C.S.C. Ltd.
1) Executive Engineer, G.S.C.S.C. Ltd., Gandhinagar.2)3)
*** Note :- If any authority is existing user of another Department / Division in the same organization. Please give the existing Username And Designation with name of Department/Division of the same.
Details of Authorized Person:
Name & Designation _________________________ Signature ________
120, B-1 Tender 3
DETAILS ABOUT TENDER :Department Name G.S.C.S.C. Ltd.Division Executive Engineer, Gujarat State Civil
Supplies Corporation Ltd., Sector No.10/A, Gandhinagar.
IFB No. E-Tender Notice No.10/2017-18 [Sr.No.7]Name of Project Project Management Consultancy For the Work of
Construction of 2000 M.T. Godown Building, Office and ancillary works at Visnagar, Becharaji, Jotana, Kadi & Satlasana Dist. Mehsana.
Name of Work Project Management Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Visnagar, Becharaji, Jotana, Kadi & Satlasana Dist. Mehsana.
Estimate Contract Value (ECV) Rs.0.00Period of Completion (in Months) 12 (Twelve) MonthsBidding Type OpenTender Currency Type SingleTender Currency Settings Indian RupeeJoint Venture Not ApplicableRebate Not ApplicableSector Category State Governments & UTForm of Contract Turn-KeyProduct Category Civil Work - GeneralAMOUNT DETAILS :Bid Document Fee Rs.3000.00Bid Document Fee Payable To : Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.Bid Security/ EMD (INR) Rs.25000.00Bid Security/ EMD In Favour Of Gujarat State Civil Supplies Corporation Ltd.,
Gandhinagar.TENDER DATES :Bid Document Downloading Start Date Dt.07/02/2018Bid Document Downloading End Date Dt.15/02/2018 up to 18:00 Hrs.Pre Bid Meeting Not ApplicableLast Date & Time for Receipt of Bids Dt.15/02/2018 up to 18:00 Hrs.Bid Validity Period 90 DaysRemarks Agency must submit tender fees & E.M.D.'s by
R.T.G.S./N.E.F.T. [Gujarat State Civil Supplies Corporation Ltd., State Bank of India, Branch-Gandhinagar, Sector No.10/A, A/C No.56228001217 IFSC-SBIN0060441] latest by Dt.17/02/2018 @ 16:00 Hrs. - Tender Fees & E.M.D. will not be accepted other than R.T.G.S./N.E.F.T. Tender without E.M.D. will not be considered further. - Agency must submit all tender documents except price bid latest by Dt.17/02/2018 @ 16:00 Hrs. - [Price bid shall be submitted online only.]
Bid Opening Date Dt.21/02/2018 @ 12:00 Hrs.OTHER DETAILS :Officer Inviting Bids Ex. Eng., G.S.C.S.C. Ltd., G'nagarBid Opening Authority Ex. Eng., G.S.C.S.C. Ltd., G'nagarAddress : Office Of the Executive Engineer, Gujarat
State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Contract Details : 079-23221446
120, B-1 Tender 4
TENDER TERMS AND CONDITIONS[A] Details of Tender item:Sr. No.
Name of Work Estimated Tender
Value (Rs.)
EMD(Rs.)
Tender fee (Rs.)
Total Security Deposit
Period for Completion
of work1 2 3 4 5 6 71 Project Management
Consultancy For the Work of Construction of 2000 M.T. Godown Building, Office and ancillary works at Visnagar, Becharaji, Jotana, Kadi & Satlasana Dist. Mehsana.
0.00 25000.00 3000.00 5% of Contract Value.
12 (Twelve)Months
[B] Eligibility : [1] Tender Fee, EMD, Pan Card & G.S.T. Number[2] Agency must have minimum Ten Years experience for similar nature of work and must submit documents proof for support.
[C] Schedule for e-tendering is fixed as under:(i) Site Visit (If any) Not Applicable(ii) Pre-bid Conference (If any) Not Applicable(iii) Downloading of tender From Dt.07/02/2018 to Dt.15/02/2018 up
to 18:00 Hrs.(iv) Last Date Submission of Tender
Documents Except Price Bid(v) Date of Submission of EMD, Tender
Fee in Form of D.D. in Original & Tender Documents.
So as reach on last Dt.17/02/2018 @ 16:00 Hrs. Gujarat State Civil Supplies Corporation Ltd., G'nagar.
(vi) Online opening of Tender Price Bid On Dt.21/02/2018 @ 12:00 Hrs.Venue: Office of the Executive Engineer, Gujarat State Civil Supplies Corporation Ltd., Sector No.10/A, Gandhinagar-382010.
Bidders can download the tender document free of cost from the website. Bidders have to submit Technical bid as well as Price bid in Electronic format only on
above mentioned website till the Date & time shown above. Offers in physical form will not be accepted in any case.Bidders who wish to participate in online tenders will have to procure/ should have legally valid Digital Certificate (Class-III) as per Information Technology Act-2000 using which they can sign their electronic bids. Bidders can procure the same from any of the license certifying Authority of India or can contract (n) code solutions - a division of GNFC Ltd, who are licensed Certifying Authority by Govt. of India. All bids should be digitally signed, for details regarding digital signature certificate and related training involved the below mentioned address should be contacted :(n)Code solutionsA division of GNFC301, GNFC Infotower, Bodakdev,Ahmedabad- 380 054 (India)Tel : +91 26857316/17/18Fax: +91 79 26857321E-mail: [email protected]: 9898540855, 9898589652OTHER TERMS & CONDITIONS AS PER DETAILED TENDER DOCUMENTS
120, B-1 Tender 1
TENDER FOR PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF 2000 MT GODOWN BUILDING, OFFICE AND
ANCILLARY WORKS AT VISNAGAR, BECHARAJI,
JOTANA, KADI AND SATLASANA, DIST.MEHSANA.
GUJARAT STATE CIVIL SUPPLIES CORPORATION
LIMITED, SECTOR 10-A, GANDHINAGAR
120, B-1 Tender 2
TABLE OF CONTENTS
1 Tender Notice2 Detailed Tender Notice 3 Preface of Work4 Instruction to Consultant Firms5 Terms of References
5.1 Scope of Work5.2 Responsibilities of PMC5.3 Architectural and other details
6 Overall General Terms7 Other Responsibilities8 Performance obligations9 Compliance with laws, statutes, rules and
regulations of Government / local authority
10 Effort Estimates from PMC11 Deliverables12 Schedule of Payment13 Miscellaneous14 Notices15 Force Majeure16. Eligibility criteria of
Consultant/Bidder(s)16.1 Initial criteria16.2 Final criteria16.3 List of Documents to be attached with
Technical bid17 Public Opening and Evaluation of
Financial Proposals18 Negotiation19 Removal and/or Replacement of
Personnel20 Custody of drawings21 Termination of the Contract
120, B-1 Tender 3
DEFINITIONSWords and expressions not elsewhere defined in this contract or its Schedules/Sections
1 Consultant The firm Selected for the Project Management consultancy (PMC) SERVICES including supervision consultancy.
2 Sub-consultant Any person or entity/ Experts with whom the Consultant subcontracts any part of the Services.
3 Client/Employer Gujarat State Civil Supplies Corporation Ltd.4 Government Gujarat Government5 Service Means the work to be performed by the firm selected for
Consultant, pursuant to the contract for the purpose of this project
6 Services Means the work to be performed by the firm selected for Consultant, pursuant to the contract for the purpose of this project
7 Currency Means the Indian Rupees8 GSCSC Gujarat State Civil Supplies Corporation Ltd.9 RFP Request for Proposal prepared by the Employer for the
selection of Consultants.
10 Contractor To whom the Contract for Construction Works to be awarded.10 BIS Building Indian Standards11 NBC National Building Code.12 Date sheet Such part of the Instructions to Consultants used to reflect
specific assignment conditions.13 Day Means calendar day.14 Personnel Professionals and support staff provided by the Consultant or
by any Sub-Consultant and assigned to perform the Services or any part thereof; “Foreign Personnel” means such professionals and support staff who at the time of being so provided had their domicile outside the Government’s country’; “Local Personnel” means such professionals and support staff who at the time of being so provided had their domicile inside the Government’s country.
15 Terms of Reference” (TOR)
The document included in the RFP as Section 5 which explains the objectives, of work, activities, tasks to be performed, respective responsibilities of the Employer and the Consultant, and expected results and deliverables of the assignment.
16 Proposal The Technical Proposal and the Financial Proposal.
Executive EngineerGSCSC LTD.
120, B-1 Tender 4
1. Tender NoticeGSCSC LTD. GANDHINAGAR
Tender NoticeGSCSC Ltd. Government of Gujarat enterprise has been undertaking WIF
Projects.
GSCSC Ltd. therefore invites tenders from reputed and experienced
consultants in two bid system (1) technical/ prequalification bid & (2)
price bid for project management consultancy (PMC) services for CONSTRUCTION OF 2000 MT GODOWN BUILDING, OFFICE AND ANCILLARY
WORKS AT VISNAGAR, BECHARAJI, JOTANA, KADI AND SATLASANA,
DIST.MEHSANA.
SCHEDULE OF BIDDING PROCESS: -
Sr. No Schedule Date
1
Last date of online. Submission of Tender 15/02/2018
18:00 hrs.
2 Last date of Physical submission of tender fee, and Technical
bid
17/02/2018
16:00 hrs.
3
Date of online opening of technical bid
17/02/2018
16:30 hrs.
4
Date of online opening of price bid
21/02/2018
12:00 hrs.
Note:a. The Tender document for these works can be downloaded from website www.nprocure.comb. Conditional Tender shall not be accepted.c. Hard copy of Technical Bid, tender fees shall be submitted to Ex. Engineer GSCSC Ltd Sector 10-A, ch -road, Gandhinagar. By Registered post/Speed post/ physical on or before Date: 17/02/2018 up to 16.00 hrs. GSCSC reserves the right to accept or reject any or all tender without assigning any reason thereof. This tender notice shall form a part of contract document.
Executive EngineerGSCSC LTD
2. Detailed Tender NoticeGSCSC Ltd. invites online tender from the reputed, experienced firms for the work
120, B-1 Tender 5
mentioned belowSr.
No.
Name of work PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT VISNAGAR, BECHARAJI, JOTANA, KADI AND
SATLASANA, DIST.MEHSANA.
1. The Employer,/ Client GSCSC Ltd. Gandhinagar
2. Representative/Contact Person and
Address of the Employer/
Communication
Project Specialist.
3. Tender fee Rs. 3000/- (only through RTGS In Favour of “GSCSC Ltd.” )
4. Earnest Money Deposit Rs.25000/- (only through RTGS in Favour of GSCSC)
5. Security Deposit 5.0% of the Project Cost (2.5% at the time of date allotting project and remaining 2.5%
deduct from R.A Bills)
6. Consultancy period 1 Years from date of contract signature( if required can be extra.
7. Tender Validity 120 Days
8. Pre-bid meeting Date: NIL
9 Last Date of Physical Submission of
document.
17/02/2018 16:00 hrs.
10. Opening of the Technical Bids (Date &
time)
; 17/02/2018 16:30 hrs.
11. Opening of the Financial Bids (Date &
time)
: Successful Bidder will be intimated after technical evaluation.
21/02/2018 12:00 hrs.
12. Place of Opening of Bids (Technical &
Financial)
GSCSC Ltd. Gandhinagar
13 Contact office Ex. Engineer GSCSC Ltd. Gandhinagar ,Tel-079-23221446
14 RTGS/NEFT Detail Gujarat state civil supplies corporation ltd
State Bank of india
Branch-Gandhinagar sector 10-A
A/C no -56228001217
IFSC-SBIN0060441
Executive Engineer
120, B-1 Tender 6
3. Preface of Work
GSCSC has been undertaking Construction of Godowns under
various schemes.
In view of the above background, GSCSC intends to appoint the
consultant for project management services including Complete Project
Supervision, quality assurance, monitoring etc. for construction of the
above mentioned projects types, including all civil and infrastructure
works like internal roads, water supply, drainage and electrical works like
street light, landscaping, gardening lifts, electric sub-stations, water
pumps etc. and all other items included in project work tender and
connected infrastructural development works etc.
Estimated cost of the work of Construction of 2000 MT godown
building, office and ancillary works at Visnagar, Becharaji, Jotana,
Kadi and Satlasana, Dist.Mehsana is RS.12,49,10,886/-
4. Instruction to Consultant Firms
4.1 General:
4.1.1 Letter of submission and information for selection shall be
submitted as per formats attached.
4.1.2 All information called for shall be furnished against the
respective columns in the enclosed form. If information is
furnished in a separate document, reference to the same
should be given against the respective column(s). If
information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No
such case’. If any particular query is not applicable to the
Consultant firm it should be stated as ‘Not applicable’.
However, the Consultant firms are cautioned that not giving
complete information called for in the application in the form
required or not giving it in clear terms or making any change
120, B-1 Tender 7
in the prescribed forms may result in summary
disqualification of the Consultant firm. Application made by
telegram, fax, e-mail or telex and those received late may not
be considered.
4.1.3 All information shall be furnished in English.
4.1.4 The BID shall be filled up legibly. The BIDDER firm’s name
shall appear on pages where mentioned in the application
with authorized signature.
4.1.5 Reference information and Certificates from the respective
clients certifying suitability, technical know-how or capability
of the BIDDER firm shall be signed by the authorized
signatory of client.
4.1.6 The eligible BIDDER firm is advised to furnish any additional
information, which they think is necessary in regard to its
capabilities. No further information will be entered after
submission of documents unless it is called for by the Client.
4.1.7 Bidder(s) shall bear all costs associated with the preparation
and submission of their Proposals. Costs might include site
visit, collection of information, and if selected, attendance at
contract negotiations.
4.1.8 The Employer is not bound to accept any Proposal and
reserves the right to annul any liability' to the bidder(s).
4.1.9 In preparing their Proposals, Bidder(s) is/are expected to
examine in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may result
in rejection of a Proposal.
4.1.10 The assignment mentioned herein is intended to be job
and time oriented. The consultant shall not be entitled to claim
120, B-1 Tender 8
any compensation in the event of the time estimated for the
completion of the work being extended for any reason what so
ever.
4.1.11 The Employer requires that Consultants provide
professional, objective and impartial advice and at all times
hold the Employer’s interest paramount, without any
consideration for future work, and strictly avoid conflicts with
other assignments or their own corporate interests.
4.1.12 A Consultant (including its Personnel and Sub-
Consultants) or any of its affiliates shall not be hired for any
assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for
another Employer.
4.1.13 The EMD is liable to be forfeited if successful Bidder fails
to execute the agreement within 10 Days from the date of
Letter of Acceptance.
4.1.14 PMC cannot include current employees of Central & State
Government as their resource personnel/experts.
4.1.15 A Consultant (including its Personnel and Sub-
Consultants) that has a business or family relationship with a
member of the Employer’s staff who is directly or indirectly
involved in any part of (i) the preparation of the Terms of
Reference of the assignment, (ii) the selection process for such
assignment, or (iii) supervision of the Contract, may not be
awarded a Contract, unless the conflict stemming from this
relationship has been resolved in a manner acceptable to The
Employer throughout the selection process and the execution
of the Contract.
120, B-1 Tender 9
4.1.16 Consultants’ Proposals must remain valid for 120 days
after the opening date. During this period, Consultants shall
maintain the availability of Professional staff nominated in The
Proposal. The Employer will make its best effort to complete
negotiations within this period. Should the need arise,
however, The Employer may request Consultants to extend the
validity' period of their proposals. Consultants who agree to
such extension shall confirm that they maintain the
availability' of the Professional staff nominated in the Proposal,
or in their confirmation of extension of validity' of the
Proposal, Consultants could submit new staff in replacement,
who would be considered in the final evaluation for contract
award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals, with valid reasons for
which employer’s decision shall be final & binding to the
contractor.
4.2 Right Reserved:
Without assigning any reason, GSCSC reserves the right to
reject the lowest or any other or all tenders or part of its and to waive
any informality or irregularity7 in any tender, which in the opinion of
the GSCSC does not appear to be in its best interest and the tenderer
shall have no cause of action or claim against GSCSC or its officers,
employee, successors or assignees for rejection of this tender .GSCSC
further reserves the right to withhold issuance of the notice to
proceed, after execution of the contract agreement by the successful
Tenderer. GSCSC is not obliged to give reasons for any such action.
During Tender validity7 period, if any Tenderer
withdraws or makes any modifications or additions in the terms and
120, B-1 Tender 10
conditions on his own in this tender, then GSCSC shall without
prejudice to any right or remedy be at liberty to reject the tender and
forfeit the Earnest Money Deposit in full. Such Tenderer may be
disqualified from tendering for further works under the jurisdiction
of GSCSC Gandhinagar
GSCSC reserves the right to increase or decrease the scope of
work and split the tender in two or more parts without assigning any
reason even after the award of contract.
5. Terms of References
5.1 Scope of Work: -
PMC will plan, coordinate and execute the activities leading to the
construction of buildings and godown developments on site. The
activities till the completion of buildings and godowns & their handing
over will be taken care of by PMC. All functions, other than those
assigned to the Architect as per scope of work, required for developing
the total infrastructure till handing over of the completed buildings
and other infrastructure of the campus, will have to be performed by
the PMC.
• PMC will review, study and analyse the briefs, designs, concepts,
preliminary' & detailed designs, drawings and estimates, BOQ for
tender documents and existing document of this work etc.
• After awarding the work to the Consultant, PMC will coordinate with
the Consultant for timely execution/completion of the project based
on functional requirement of GSCSC.
• In addition to this PMC shall also ensure that the contract clauses
whether related to quality or quantities of work are respected and
the works are executed in accordance with its provisions.
• The PMC shall day to day supervise the construction work to ensure
120, B-1 Tender 11
adherence to the drawings, tender specifications and tender items
prescribed high standards of quality and timely completion of the
project and verify and certify bills raised by works contractors and
submit the bill within stipulated time to GSCSC for payment to the
contractor. PMC will make all engineering decisions including
necessary correspondence with Contractors and GSCSC etc. required
for the successful and timely implementation of the work after
consulting with GSCSC.
• PMC will help, support and prepare all necessary documents
required for approval from any authority for construction of this
project.
• PMC will ensure adherence to relevant, TENDER specifications, IS
codes, environment and other regulator’s requirements and will
also ensure observance of all formalities/ documents/ day to day
activities as defined in R & B Works Manual for execution of 'Works
Contract' and as directed by GSCSC from time to time.
• PMC shall be fully responsible for quality control and shall put in
place such measures as are essential for ensuring regular on site
quality checks. The PMC shall make required test of materials and
any equipment if required. The cost of such tests shall be paid by as
per tender clause of this contract.
• The Project team leader and other officials assisting to this works
shall not be changed during the implementation of the project
except with prior written permission of GSCSC.
• PMC shall execute the project in a time bound manner and hand
over the building/all other ancillary works complete in all respect
with completion certificate within the time limit.
• PMC shall ensure that no time and cost overrun occurs. PMC shall
120, B-1 Tender 12
provide Construction Management Services from the start of
construction and handing over of the project to the GSCSC for use. It
shall also be the responsibility of the PMC to liaise and coordinate
with various agencies for smooth execution of the project.
CONSTRUCTION STAGE: -
Construction: -
• Analysis for the various project related activities with reference
to time frame, resource allocation & scheduling using latest
techniques and software as approved by the GSCSC.
• Attend periodic meetings to review the progress of the project
works in terms of various buildings and services. Such meetings
shall be held with the Architects, contractors and GSCSC
Engineer-in-charge.
• Review and monitor the Consultant’s quality' control and
quality' assurance procedure in co-ordination with The
Architects and GSCSC
• Manage and inspect on site activities / day-to-day supervision
of works under execution to achieve high quality construction
and installation in accordance with drawings and specifications;
construction and installations are as per design intent and as
per approved method statement; right sequence of construction
is followed.
• Construction is as per time lines; material delivery schedules
are as per project time lines;
Record measurement of works under execution in proper
Measurement Books (MB) and keep proper custody of the MBs
to be produced for inspection, of measurement records
whenever needed.
120, B-1 Tender 13
• Provide the owner and the Architect with necessary data
required for expeditious decision making.
• Furnish Financial & Physical progress reports as required by
GSCSC based on predetermined formats every 15 days.
• Checking of bill of the quantities prepared & submitted by the
contractor including cost estimates.
Cost Management: -
• Prepare and maintain project master cash flow.
• Establish a design control system to identify changes, so that
timely action may be taken in order to remain within budget.
• Obtain authorization of owner for variations in design when
agreed limit of authority’ is exceeded.
• Scrutinize and check applicability of extra items, substituted
items, deductions, and reductions etc. which have cost
implications and take prior approval of the owner in
authorizing such changes in works
• Scrutinize construction bill, prepare regular valuations and
payment certificates of contractors bills for payment in
accordance with the contract, after ensuring deductions of
statutory taxes.
• Submit to owner periodical statement of costs incurred at
various stages of works and provide to owner deviation
statement of costs compared to budgeted costs for various
stages against cash flow-.
Safety Programs: -
• Have adequate safety supervision in place to ensure that
safety programmers set up by the GSCSC are in compliance
with prevalent laws and regulations.
120, B-1 Tender 14
• Review safety programs developed by each of the trade
contractors, prepare and submit a comprehensive safety
program.
• Monitor cay to day implementation of safety procedures.
Labour Regulations Compliance: -
• Co-ordinate Consultants’ compliance with requirement of
Labour Laws, Welfare measures as per the law of land.
• Co-ordinate with contractor’s execution of works including
off-site movement of materials co-ensure that there is
minimal disruption in the neighbourhood.
Post Construction Stage: -
During this phase, the activities are likely to be as under:
• Statement of all accounts of the Consultants.
• Witness testing & commissioning of all utilities and certify the
same.
• Provide project completion report which shall contain all
technical, functional and financial information of the project.
• Co-ordinate with contractors and arrange for user operation
& maintenance manuals and training to client’s
representatives.
• Provide adequate engineering and supervisory staff for day
to day inspection / monitoring of works for 12 months after
completion of work and during Defect Liability Period and
issue of timely notice contractor or agencies for rectification
of defects, if observed.
• Provide all documents / reports / statements of facts /
counter statement of facts for setting and arbitration cases
etc.
120, B-1 Tender 15
• Any other activity that is deemed necessary for the project
execution & completion, but not included in the above-
mentioned list shall form the part of scope of work of the
PMC and the decision of GSCSC shall be final in this regard.
5.2 Responsibilities of Project Management Consultant for
construction stage shall, inter-alia, be as under:
Prepare detailed coordinated construction schedule.
To ensure that the construction drawings are finalized after
coordination with other disciples and all agencies to have
clear demarcated responsibility.
Check and finalize Consultant’s detailed programme of
activities commensurate with the RFP provisions.
Day-to-day supervision of work to ensure quality' as per
approved plan, structural drawing and specification,
workmanship and timely completion of the work by
employing adequate number & level of engineers &
supervisory staff.
Checking fabrication drawings, bar-bending schedules and all
other architectural/ Structural details during construction.
Conduct site meetings & coordination meetings with all
agencies for timely completion of the project.
Carry out quality’ assurance checks & adhere to maintain
quality’ reports.
Provide effective coordination between various agencies
working at the site and the Consultant to ensure timely
availability of the inputs required for uninterrupted
construction at site all in accordance with agreed programme of
the activities.
120, B-1 Tender 16
Fully responsible for getting the project work executed as per
drawings & specifications and should also ensure completion of
job, quality expectations, within sanctioned cost of the project.
In case of any deviation from the preliminary approved
drawings during execution of the works, the same shall be
referred to GSCSC for approval.
Rendering timely advice for implementing special measures for
effecting cost/quality/time benefit for the project.
Provide detailed justification for necessity of changes in terms
of design, quantities, and specifications tc. & obtain approval
thereof from GSCSC. In case there is likelihood of excess
expenditure over the approved preliminary estimates at any
stage of work, PMC shall submit revised detailed estimates
along with justification for effected items of work for approval
from GSCSC.
Provide quick clarifications to designs or details that have been
provided vide drawings or immediate solutions to the
clarifications sought by the contractor of the GSCSC
Check and inspect testing of materials and work as required as
per tender specifications, IS and good practices of R &B
department. If so required, testing and checking of
manufactured items have to be carried out at the
manufacturer’s factory as per provision in the Contract.
Drawing up and putting in place a Quality Assurance Plan as
well as a Safety Assurance Plan along with an appropriate and
efficient mechanism to ensure their effective implementation at
site.
Checking and Certification of contractor s bill. Running and final
120, B-1 Tender 17
bills of the works executed for the purpose of payment to be
released to the construction agency within eight days from
receiving from contractor / GSCSC
Final inspection, snagging, supervision of testing and
commissioning of various systems and assisting the GSCSC in
taking over of various parts of works and of various systems.
Generate and submit to the GSCSC time-to-time progress
reports in the agreed formats and at fifteen days’ frequency.
5.3 Architectural & Other Details: -
The Project Management Consultant (PMC) will ensure that all
design, drawings, details, specifications including those of
Architect arc sufficient for execution of the Project. In case any
drawings, details etc. are lacking in the, the same shall be
intimated to the EE of GSCSC in writing.
The utilities & services shall include and not limited to:
• Electrical Works and HVSC
• Plumbing, Water supply and Sewage. Internal and
external.
• Road
• Landscape and other ancillary works
The proof checking of all services mentioned above and other
ancillary works is also included in the scope of consultant.
1. Physical
i. Transport Networks
a. External and Internal roads, streets, lanes including
village roads and lanes and their levels.
ii. Utility and service lines
a. Drains and sumps
120, B-1 Tender 18
b. Transmission lines
c. Electric poles
d. Water storage features i.e. pond, wells etc.
iii. Built up areas
a. Plots and parcels preferably with survey numbers
b. Houses/office
c. Locality
Culture
a. Any temples or other religious structures
b. Administrative / Municipal Boundary / wards
6. Overall General Terms: -
a. The PMC shall work and represent GSCSC and get necessary
permission, interact all concerned authorities on behalf of GSCSC.
b. PMC wall declare the name of the team which will be on site with
their address, telephone no., qualification, experience, etc. The site
in charge should be conversant with English in waiting and
speaking.
c. PMC will prepare documentation in form of Video, Photographs,
survey etc. before execution/during the execution/ post execution
and submit a copy to Secretory7 from time to time.
d. PMC w7ill be required to attend personally all meetings called by
GSCSC.
e. PMC shall, regularly, check the’ progress of the work and shall
submit the progress report to GSCSC, mentioning there in the
progress of the work, quality of the work, etc. PMC may also point
out in the report as to whether the Contractor has carried out the
work, as per design and specification and materials of approved
quality and quantity or not.
120, B-1 Tender 19
f. PMC shall not assign, sub-let or transfer their interest in this
agreement.
7. Other Responsibilities of PMC
• Settlement of all accounts of the contractors including
reconciliation of materials supplied to the Consultants if any.
• (Organizing/providing all operation and maintenance
manuals through Consultants and training to the GSCSC staff.
• Preparation of Final Report, which shall contain technical &
financial information of the project.
• Records related to the PROJECT & maintained by PMC during
PROJECT execution shall be handed over to the GSCSC on
completion of the PROJECT.
• PMC will ensure all possible mandatory tests at site.
• Checking & finalization of final estimates, assisting in the
technical observation, etc. (if any)
• PMC shall handover the campus complete in all respect, free
from all encumbrances including the vacation of temporary
workers’ hutments etc. at site, if any to the GSCSC.
• At the end of every- financial year and at The end of the
project, PMC shall submit an expenditure and utilization of
funds statement in the format as prescribed by GSCSC.
8. Performance obligations: -• Consultant shall have to be responsible for the soundness of
services rendered. In the event of any deficiency in these services,
consultants shall promptly re-do/remedy without any additional cost
to the Client and to carry out such modifications and /or rectification
as may be required.
120, B-1 Tender 20
9.Compliance with laws, statutes, rules and regulations of Government / local• Consultants shall comply with all laws, statutes and rules &
regulations of Central and State Governments or Local authorities
that may be applicable from time to time in respect of any personnel
deployed or engaged by consultants or their sub-contractor either
directly or indirectly. With respect to their employees or assignees,
consultants shall be solely responsible for strictly following all laws,
industrial laws, factories act, minimum wages act and other such
laws which are applicable from time to time, including but not
limited to the modification, amendments or additions which are
made to these law's during the period of contract. Consultant will
also be responsible for the various levies of State/Central
Governments and/or any Statutory Body. Consultants shall have to,
at Consultant’s expense, comply 'with labour laws and keep the client
indemnified in respect thereof. Consultants shall be fully responsible
for all matters arising out of the performance of the contract and
shall comply, at their own expenses, with all laws / acts / enactment
/ orders / regulations / statutory obligations, whatsoever of the
Government of India / State Government, Local Self Government or
any Statutor)’ Authority.
10.Effort Estimate from PMCThe table below provides an indication of the effort estimate required from the PMC.Sr.No.
Nature of review
Timing Method of Review
Frequency
1. Review of site preparation and clearance to begin Construction
• Prior to start of Construction
• Inter departmental correspondences• Official records
Once
120, B-1 Tender 21
2. Review of Project Management System
• After deployment of Project Management Systems
• As per official records• Observations
Monthly
3.
Report on Physical progress of project
• After handing over the site to contractor and regularly over the Construction period
• Reports and documents• Review of milestones as per contract
Only 15 days
4. Supervision work
• Regularly on Construction work
• Reports and documents of physical progress
Daily
5. Report on quality assurance system
• Request for inspection (RFI)• reports• Contract agreement and• physical observation
Monthly
6. ProfessionalPerformance
• Over the construction period
• Contract and• Relevant documents.
Quarterly
7. FinancialPerformance
• Invoices, Measurement Book, Bank statements• BOQ as per contracts
8. Compliance to theStatutoryrequirements
• Pre-Construction, during Construction and Post- Construction.
• As per the guidelines• EMP documents for the project• Comparison with relevant legislation / rules
Monthly
9. Safety and Health
• Construction and Post-Construction stage
* As per relevant standards / good practices / Contracts
Monthly
120, B-1 Tender 22
10. Commissioning and Testing
• Commissioning and Testing Stage
• As per Records and discussion with Concerned officials
Once
11. Report on overall performance of the asset created (project)
• Post Construction Stage, about one year after project completion
• Records and discussion with officials beneficiary7
community7
Once
11. Deliverables
Deliverables for Project Management Consultant:
1. Site visit reports should be submitted to the client regularly at
every 15 days interval.
2. Whenever presentation of the project is required by client,
at that time consultant should make full detail
presentation and submit to client and also represent to
the clients.
3. If any problems are occurred in the field visit report, all details of
the site should be submitted to the client whenever required.
4. Monthly report with all details of progress , quality with
photographs
12. Schedule of PaymentTIME PERIOD AND FEES PAYABLE:
1. Basic time of the services will be till schedule completion date
from the date of commencement of services.
2. The fees payable shall remain unchanged for actual time
period of project completion. i.e. If the work extends beyond
project duration but not exceeding more than 6 months, then
the fees payable shall remain unchanged. GSCSC shall not pay
any extra fees for these 6 months’ duration. If the work gets
completed before stipulated time, the stipulated fees shall
120, B-1 Tender 23
remain unchanged and the consultants will be paid full fees.
FEES PAYABLE TO THE PMC:1. The PMC will be paid fees as quoted and sanctioned by
competent authority.
2. In addition to the above, statutory Goods and Services Tax
currently at prevailing rates shall be paid separately.
STAGES OF PAYMENTS:
Stages of payment of the agreed fees for Project Management
Consultancy shall be as detailed below:
1. During execution of the work payment shall be made on the
basis of the proportionate to the actual work done by the
contractor for that period of construction, from the date of
actual start of the work.
2. Security Deposit at the rate of 2.5% of the amount of total
project cost in Favour of “Gujarat State Civil Supplies
Corporation Ltd.” shall be submitted by the Consultant before
entering into agreement.
3. Final Bill: The final bill of PMC shall be presented only after
completion of following liabilities.
(a) Submission of completion certificate of all projects.
(b) Submission of final bill of all projects.
(c) Submission of following documents for all projects.
• Testing reports of all materials (Cement, Steel, ACC blocks,
Wood, tiles, mix design of concrete, fine aggregate, coarse
aggregate etc.).
• Files of testing reports of cubes & cube register.
• Testing reports of water.
• Testing reports of other item (if any).
• Site visit registers.
120, B-1 Tender 24
• Attendance register.
• Steel income & consumption register
• Cement income & consumption register.
• As built drawings.
4. All T.D.S. Income tax on the amount paid against consultancy to
the PMC by GSCSC shall be deducted from the consultants R. A.
Bill and deposited to Govt., as per prevailing norms.
The certificate of such deductions shall be issued by GSCSC to the
Project Management Consultant.
13. Miscellaneous :-Consultant will arrange the following at his own cost:
(1) Transportation of consultant's staff.
(2) . Residential accommodation of the consultant's staff.
(3) . Equipment for field tests.
(4) . Transportations and any other related expenditure that
may occur to attend the meeting called by the client.
14.Notices: -Any notice or request required or permitted to be given or made
under this Agreement to either party shall be in writing. Such notice
or request shall be deemed to have been duly given or made when it
shall be delivered by hand, mail or fax to the party to which it is
required or permitted to be given or made at such party’s Head Office
or Registered Office or Corporate Office or branch office addresses.
15.Force Majeure: -15.1 Force Majeure means such of the following factors which substantially
affect the performance of the contract, such as:
a) Natural phenomena, including but not limited to floods,
draughts, earthquakes and Epidemics;
b) Acts of any Government, domestic or foreign, including but not
120, B-1 Tender 25
limited to war, declared or undeclared, quarantines, embargoes;
c) Illegal strikes and legal lockouts in respect of client’s /
consultant’s scope of work provided.
15.2 Either party shall within fifteen (15) days from the occurrence of such
a cause notify the other in writing of such causes.
The Consultants or the client shall not be liable for delays in
performing their obligations resulting from any Force Majeure cause
as referred to and/or defined above.
15.3However, if such an event lasts for a period of 90 days or more than
either party shall have an option to terminate this Agreement
forthwith without any liability’ after intimating the other party of the
same. The consultant shall however be entitled to receive payments
for all the services rendered by it under this Agreement prior to
termination of contract.
16. Eligibility Criteria of Bidder(s) :
The Consultant who fulfils the criteria listed below will be considered
for pre-qualification for this PMC tender work. The consultant who is
not capable of meeting requirement listed below shall not be qualified
for the works. Pre-qualification will be based on consultants meeting
all the following minimum criteria regarding their particular
experience, personnel and equipment capabilities and other relevant
information as demonstrated by the bidder/consultant responses in
the forms attached to the bidder’s application. The bidder/consultant,
is to note specifically that, all information given including those, in the
form of various formats, must be supported by certificates from
respective authorities (not less than Executive Engineer or
equivalent).
120, B-1 Tender 26
a. General Requirement:
(a)Firms are not allowed to form joint venture or Consortium with
other Firms for executing work.
16.1 Initial criteria:
a. The bidder shall have experience of similar PMC work of G+2
non-residential building/ godown or warehouse building
costing more than 8.0Cr.
b. The Bidder(s)/Consultant(s) shall have a minimum average
Annual Turnover of Rs. 50Lakhs (Fifty lakhs only) for last 3
(three) financial years.
c. The consultant firm must have experience of minimum 10
years for PMC of similar type of works
d. The firm should have an office in Gujarat State.
16.2 Final criteria for qualification
a) The relevant experience of the firm shall be evaluated
based on the marking system as under. The consultant
shall have to satisfy the following criteria and as per the
performance, marking shall be given and accordingly
evaluation shall be made.
b) Minimum qualification and experience required for
persons to be deployed for this work shall be as per table
A
c) If the consultant quotes rates for more than one tender
different key personnel shall be deployed for each PMC
work separately.
GroupNo
Evaluation Criteria MaximumScore
Criteria
120, B-1 Tender 27
Experience scoreA Project costRs.39 cr & above 20B Project cost Rs.26 Cr to39
Cr. 15
1 Similar work* Experience of theConsultants/Bidder(s) in last five years
20
C Project cost Rs.13Cr. to 26.Cr 10
A Turn over Rs.150Lakh 20B Turn over Rs.100Lakh 15
2 Turnover of the consulting firm for PMC works in last five years.
20
C Turn over Rs.50Lakh 10A Understanding TOR 2B Quality of methodology 4
3 Proposed methodology and work plan
10
C Approach and methodology for executing the project 4
A Total 50
Evaluation Criteria for Personnel Proposed
Max. Score Firm score Firm score
Qualification and experience as per table P
4 Team Leader(B.E ) 20Experience 15 to 17 years 15Experience 17 to 20 years 18Experience above 20 years 20
5. Senior Engineer(Civil)(1.No)
15
B.E (Civil)Experience 10 to 12 years 10Experience 12 to 15 years 13Experience above 15 years 15
ORDiploma in civil engineeringExperience 12 to 14 years 10Experience 14 to 17 years 13Experience above 17 years 15
120, B-1 Tender 28
6. Site Engineer(Civil)(2.Nos.)
10
B.E(Civil)Experience 2 years (3*2) 6Experience 2 to 5 years(4*2)
8
Experience above 5 years (5*2)
10
ORDiploma in civil engineeringExperience 3 years(3*2) 6Experience 3 to 6years(4*2) 8Experience above 6 years (5*2)
10
7. Site Engineer(Electrical)(1.No)
4
B. Total 50Grand Total(A+B) 100
To become eligible for short listing, the bidder must secure at least 75
% (Seventy-five percent) marks.
*similar works means Bidder(s) shall have experience as PMC for
Successfully completed G+2 non-residential buildings and
godown/warehouses construction projects.
120, B-1 Tender 29
PART-I Staff-Table A.Qualification and experience of key personnel to be deployed by PMC for this project.Sr.No.
Position Nos. Minimumqualification
Mini.Experience
Experience field
1 Team Leader 1 B.E. / B.Tech in civil with M.B.A
15 yrs. Construction of civil works projects
1B.E. in civil EngineeringOr
10 yrs. Construction of civil works projects
2 Senior Engineer
Diploma in civil Engineering
12 yrs.
3 Site Engineer
1
B.E. in civil EngineeringOrDiploma in civil Engineering
2.yrs.
3.yrsConstruction of civil works projects
4 ElectricalEngineer
1 B.E. in Electrical EngineeringOrDiploma in Electrical Engineering
2 yrs.
3.yrs
Construction of civil works projects
16.3 List of Documents Required To Be Submitted with
Technical Bid (to be submitted online only)
a. Specifically, for this work list of technical persons proposed to
be deployed on the work(Annexure-I) should be submitted
with their name, experience & qualifications with their consent
letters and Curriculum vitae of each key person to be deployed
for this work(Annexure-II)
b. Any Other Relevant Documents as Desired by the RFP.
c. Quality Assurance plan.
120, B-1 Tender 30
d. Method statement-indicating the methodology proposed to be
used for the work
e. Proposed program (BAR CHART) schedule for execution of
work
f. Audited balance sheet of last five financial years Annexure-III
g. Financial information including annual turnover. Annexure-IV
h. Certificate of similar type of work experience (duly
authenticated by client) Annexure-V
i. Certificate of registrations.
j. All the Tender documents must be signed by the bidder and
the scanned copies of all the documents must be uploaded
on website.
k. After opening of technical bid, if certain clarity is required, it
will be intimated to the bidder and it should be clarified by
the bidder within 48 hours, if not, GSCSC will take
appropriate decision.
l. Price Bid of only those bidders whose technical bids are found
acceptable by the GSCSC shall be opened online.
17. Public Opening and Evaluation of Financial Proposals;
After the completion of technical evaluation, The Client shall notify the
qualified bidders, indicating the date and time set for opening the
price bid.
The Price Bid shall be opened publicly in the presence of the (firms)
consultants' representatives who choose to attend. The name of the
consultant, the qualify' scores, and the proposed prices shall be read
aloud and recorded when the Price Bids are opened. For financial
evaluation, the total lump sum fee indicated in the Price Bid shall be
120, B-1 Tender 31
considered. GSCSC will determine whether the Price Bid are complete,
qualified and unconditional. The cost indicated in the Price Bid shall
be deemed as final and reflecting the total cost of services.
18. Negotiation: -
a. Negotiations will be scheduled with the LI bidder (lowest financial
bid). Negotiations will commence with a discussion on the proposal,
proposed methodology and any other suggestions on improving the
Terms of Reference (TOR) Agreement must then be reached on the
final TOR which will indicate activities, staff, and activity schedule.
Then financial negotiations will be carried out.
b. After successful negotiations with the LI bidder (lowest financial bid),
Authority shall issue Letter of Intent (LOI) for carrying out the
assignment. If negotiations do not reach any conclusions and LI bidder
(lowest bid) withdraws his proposal, Authority may then call the
second ranked bidder (L2) for negotiations.
c. No information on the evaluation and ranking of consultants’ proposal
will be disclosed to any person other than those directly concerned
with the selection process. Any consultant who tries to influence the
evaluation, ranking or contract, will be liable to be rejected.
d. The GSCSC reserves the right to verify the contents /particulars
furnished by the bidder independently including out inspection of
works completed by them.
e. GSCSC, also reserves the right to reject any application/ Tender
without assigning any reasons.
f. GSCSC also reserves the right to decide Number of package(s) to be
allot/or not to allot, to selected bidder.
g. GSCSC, also reserves the right to decide Locations/Type of package(s)
120, B-1 Tender 32
to be allot/or not to allot, to selected bidder.
19. Removal and/or Replacement of Personnel; -
a. No changes shall be made in the Key Personnel. If, for any reason
beyond the reasonable control of the Consultants, it becomes
necessary to replace any of the Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better
qualifications and experience acceptable to the Employer. Such
replaced person shall be inducted only after approval by the
Employer.
b. If the Employer (i) finds that any of the Personnel has committed
serious misconduct or has been charged with having committed a
criminal action, or (ii) has reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall,
at the Employer's written request specifying the grounds therefore,
forthwith provide as a replacement a person with qualifications and
experience acceptable to the Employer. Such person shall be
inducted only after approval by the Employer.
c. Any of the Personnel provided as a replacement under Clauses (a)
and (b) above, the rate of remuneration applicable to such person as
well as any reimbursable expenditures (including expenditures due
to the number of eligible dependents) the Consultants may wish to
claim as a result of such replacement, shall be subject to the prior
written approval by the Employer. Except as the Employer may
otherwise agree, (i) the Consultants shall bear all additional travel
and other costs arising out of or incidental to any removal and/or
replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the
120, B-1 Tender 33
remuneration which would have been payable to the Personnel
replaced.
20. Custody of Drawing/ reports/data etc.: -
Original drawings/Maps/Atlas/data/charts/ photocopies of
classified documents such as topo-sheets, contour maps etc., and all
other documents received from the client, shall remain in the custody
of the consultant during the period of assignment only and shall be
used exclusively for this job and shall not be made use of for any
other purpose. These shall be carefully preserved by the consultant
till the completion of the job and shall be handed over to the client on
preparation of final report or on termination of the contract.
21 .Termination of the Contract: -
1. The Client reserves the right to cancel the contract at any
time if it is not satisfied with the services of the consultant or
there is breach of any of the condition of this contract by the
consultant, provided a period of 15 days has lapsed from the
date of serving notice on the Consultant requiring it to
remedy the breach and if the breach has continued up to the
date of the termination. In this event, the work done till then
by the consultant shall be taken over by the Client. Client
reserves the right to appoint a new consultant and hand over
to him the all the documents to complete the assignment. In
such an event, the consultant shall not be entitled to receive
any payments upon termination of the contract. In such case,
upon termination, the client may also impose liquidated
damages, up to maximum of 10% of the contract value. The
consultant will be required to pay any such liquidated
120, B-1 Tender 34
damages to client within 30 days of termination date.
2. The Client reserves the right to cancel the contract by giving 15
days’ notice, subject to payment of the fees for the actual work
done by the consultant for the project up to the date of
cancellation of the. contract.
3. The Consultant reserves the right to terminate the Agreement
immediately upon situations arising due to non-compliance of
the stipulations of this Agreement by the Client. The
termination notice will be held valid only if it is preceded by a
corresponding non-compliance notice issued at least 15 days
prior to the date of the termination notice and if the non-
compliance has continued up to the date of the termination
notice. The Client shall be liable to pay the Consultant fees for
the actual work done by the consultant for the project up to the
date of cancellation of the contract.
4. The parties also reserve a right to terminate this Agreement in
the event any voluntary insolvency petition/ IP petition is filed
by either party7, or if any proceedings arc instituted against
cither party, property or assets under any bankruptcy,
insolvency, receivership, debtors relief, winding up
rehabilitation, or similar statue or any effective resolution is
passed for the winding up of that party.
5. The payment of the fees will be determined based on the actual
work carried out, actual Person-Months spent and Person-
Month Rate as specified and reasonable amount of out of
pocket expenses. In case of failure to decide compensation,
Arbitrator as per the terms of the contract shall be appointed to
decide the compensation.
120, B-1 Tender 35
ANNEXURE-IFamily name,
First name
Proposed
Position for the
project
Education/Degree(Year/Institution) No. of years of
relevant project
experience
No. of similar
assignment
carried out
CV Signature(by
Expert/by other)
120, B-1 Tender 36
ANNEXURE-II CURRICULM VITAE
P RO PROPOSED POSITION FOR THIS PROJECT (ONLY ONE CANDIDATE SHOULD BE NOMINATED
F OR EACH POSITION)
1PRO n NAME
2 DATE OF BIRTH
3 NATIONALITY
4 ADDRESS
5 TELEPHONE NO.
6 FAX NO.
7 E-MAIL ADDRESS
8EDU EDUCATION (The years in which various qualifications were
obtained must be stated)
9 OTHER TRAINING
10 LANGUAGE & DEGREE OF PROFICIENCY
PR
11 MEMBERSHIP IN PROFESSIONAL SOCIETIES
12 EMPLOYMENT RECORD
FROM:
TO:
EMPLOYER
POSIPOSITION HELD AND DESCRIPTION OF DUTIES
(Starting with present position, least in reverse order
every employment held and state the start and dates
of each employment)
13 DETAILED TASKS ASSIGNED
(In this column, list tasks proposed to be undertaken and
support each task by project experience in the right hand side
column.)
WORK UNDER TAKEN THAT BEST ILLUSTRATE
CAPABILITY TO HANDLE THE TASK ASSIGNED
(In this column,list project
name,location,year,position etc.and exact duties
rendered and time spent on each project
120, B-1 Tender 37
Price Bid
Price Bid: Schedule for Quoting the Rates (To be submitted online
only)PROJECTMANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION OF 2000 MT GODOWN BUILDING,
OFFICE AND ANCILLARY WORKS AT VISNAGAR, BECHARAJI, JOTANA, KADI AND
SATLASANA, DIST.MEHSANA.
Work Quoted RatePROJECTMANAGEMENT
CONSULTANCY SERVICES FOR
CONSTRUCTION OF 2000 MT GODOWN
BUILDING, OFFICE AND ANCILLARY WORKS
AT VISNAGAR, BECHARAJI, JOTANA, KADI
AND SATLASANA, DIST.MEHSANA.
(Lump-sum amount for PMC for this
work) + Goods and Services Tax as per
government rule as applicable
Note:-
• Nothing extra shall he paid ever and above the quoted rate.
• Goods and Services tax as applicable shall be paid in addition to the quoted
rate
Corrigendum
It is further clarified that maximum of two number of PMC
works shall be allotted to one consultant.
Ex. Engineer GSCSC LTd.
Gandhinagar.