100% found this document useful (1 vote)
426 views

PMC RFP Document

This document announces a tender for the selection of a Project Management Consultant (PMC) to provide project management services for the development of the permanent campus of the Indian Institute of Management Ranchi. The tender will be conducted electronically through the M/s ITI Limited portal. Bidders must register with the portal to participate. Only Central Government Public Sector Organizations with experience providing similar project management services are eligible to bid. The last date for online bid submission is July 16, 2018 at 5:00 PM.

Uploaded by

Rahul N Patel
Copyright
© © All Rights Reserved
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
426 views

PMC RFP Document

This document announces a tender for the selection of a Project Management Consultant (PMC) to provide project management services for the development of the permanent campus of the Indian Institute of Management Ranchi. The tender will be conducted electronically through the M/s ITI Limited portal. Bidders must register with the portal to participate. Only Central Government Public Sector Organizations with experience providing similar project management services are eligible to bid. The last date for online bid submission is July 16, 2018 at 5:00 PM.

Uploaded by

Rahul N Patel
Copyright
© © All Rights Reserved
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
You are on page 1/ 129

Tender No.

IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Indian Institute of Management Ranchi


(Ministry of Human Resource Development, Government of India)
Suchana Bhawan, Audrey house Campus,
Meur’s Road, Ranchi – 834008 (Jharkhand)
Tel: +91-651-2280113
URL: www.iimranchi.ac.in
https://iim.euniwizard.com/
https://eprocure.gov.in/cppp/

E – TENDER: REQUEST FOR PROPOSAL (RFP)


REF NO: IIMR/Admin./Pur/RFP/PMC/2018-19/02 Dated: 21st June, 2018

Selection of PROJECT MANAGEMENT CONSULTANT (PMC) to “Provide Project Management


Consultancy for the development of permanent campus (Phase - I Works) of IIM Ranchi along with all
Engineering services.”

Site Location: IIM RANCHI CAMPUS, at HEC area, near DAV Alok Public School, Ranchi (Jharkhand).

The bids through E-Tender are invited only from Central Government Public Sector Organizations
who are experienced in providing the Project Management Consultancy Services for similar projects.

Registration with M/s ITI Ltd. Portal (https://iim.euniwizard.com)

Registration with M/s ITI Ltd: - Intending bidders are requested to register themselves with M/s ITI Ltd
(if not registered earlier) through https://iim.euniwizard.com for obtaining user-id, by paying a
registration fee (2000 + GST), online tender processing fee etc. Bidders are also required to obtain
Digital Signature for participating in the e-tender.

E-Tender Processing Fee - Rs. 2950/- pay to “ITI LTD” Bangalore. Through e-payment gateway.

For participating in the e-Tendering process of IIM Ranchi, the contractor shall have to get them
registered on the site https://iim.euniwizard.com by making required payment through only online
payment mode so that they will get user ID and Password. This will enable them to access the website,
https://iim.euniwizard.com with the help of Digital Signature by which they can participate in e-Tender
of Indian Institute of Management (IIM), Ranchi. For this intending bidder may contact following e-
Wizard Helpdesk numbers.

1. E-Wizard Helpdesk
1st floor, M-23, Road No. - 25,
Near SBI Sri Krishna Nagar, Patna-800001.
1
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Phone No.: 0612-2520545 or 9504661237, 9835871522, 9852764810, 9504486212

2. E-Wizard Helpdesk
A-41 Himalaya House 23, K G Marg
New Delhi -110001, Phone No. 011-49606060

The intending bidder must have valid Class-III (Signing + Encryption) Digital Signature to submit
the bid online. For this intending bidders may contact above mentioned helpdesk numbers.

DISCLAIMER

This document has been prepared by Indian Institute of Management Ranchi, Jharkhand. The
information is provided only to Central Government Public Sector Organizations who are interested to
submit their bid for the selection of a Project Management Consultant (PMC) to provide “Project
Management Consultancy for the development of permanent campus (Phase - I Works) of IIM Ranchi
along with all Engineering services at IIM Ranchi Campus, HEC area, near DAV Alok Public School, Ranchi,
Jharkhand.”

The purpose of this Request for Proposal (RFP) document is to provide the bidders with the information
to assist the formulation of their proposal. This RFP document does not purport to contain all the
information that each bidder may require. This RFP document may not be appropriate for all
persons/parties and it is not possible for the Institute to consider the business / investment objectives,
financial situation and particular needs of each bidder who reads or uses this RFP document.

Each bidder should conduct its own investigations and analysis and should check the accuracy, reliability
and completeness of the information in this RFP document and wherever necessary obtain independent
advice from appropriate sources. The Institute makes no representation or warranty and shall incur no
liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the
RFP document.

No reimbursement of cost of any type or on any account will be made to persons or entities submitting
their bid. The Bidder, at the Bidder's own responsibility, cost and risk, is encouraged to visit and examine
the Site of Works and its surroundings, approach road, soil conditions, investigation report, existing
works if any connected to the work, drawings connected to the work if/as available and obtain all
information that may be necessary for preparing the Bid and entering into a contract for PMC. The costs
of visiting the Site shall be at the Bidder's own expense.

It shall be deemed that the tenderer has visited the site/area and got fully acquainted with the working
conditions and other prevalent conditions and fluctuations thereto whether he actually visits the

2
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

site/area or not and has taken all the factors into account while quoting his rates and prices. The Bidder,
in preparing the bid, may rely on the Survey Report, Architectural Drawings and other details referred to
in the contract data, supplemented by any information available to the Bidder. The bidder is expected,
before quoting his rates, to go through the requirement of all inputs, specifications and conditions of the
RFP document.

INDEX

Sl. No. Description Page No.

1 Notice Inviting e-Tenders : Press Notice 04 - 04

2 Detailed e-Tender Notice 05 - 06

3 Information to Bidders 07 - 16

4 Definitions 16 - 17

5 Eligibility Criteria 17 - 19

6 Evaluation Criteria 19 - 22

7 Scope of Project Management Consultancy Services 22 - 40

8 Conditions of Contract 40 - 49

9 Time Schedule 49 - 49

10 Forms of Tender (Form-1 to Form-17) 50 - 74

11 Annexure - A : Scope of Comprehensive Architectural Services 75 - 80

3
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

12 Annexure – B : Tentative Tender drawings 81 - 112

==PRESS NOTICE==

INDIAN INSTITUTE OF MANAGEMENT RANCHI


(Ministry of Human Resource Development, Govt of India)
5th Floor, Suchana Bhawan, Audrey house Campus,
Meur’s Road, Ranchi – 834008 (Jharkhand)
Tel: +91-651-2280113

NOTICE INVITING e- TENDER

Tender No. IIMR/Admin./Pur/RFP/PMC/2018-19/02 Dated: 21st June 2018

India Institute of Management Ranchi invites ‘Request For Proposal’ from eligible Central Government Public Sector
Organizations under two-bid system for “Providing Project Management Consultancy for the development of
permanent campus (Phase - I Works) of IIM Ranchi along with all Engineering services.” The RFP document and other
details are published in institute website www.iimranchi.ac.in, https://iim.euniwizard.com and CPPP
https://eprocure.gov.in/epublish/app. The e-tendering process will be carried out through M/s ITI Limited
(https:/iim.euniwizard.com). Amendments, if any, will be notified in the above websites.

The RFP document can be downloaded from 23.06.2018 (10.00 AM) onwards and the last date and time of submission
of online bid through https:/iim.euniwizard.com is 16th JULY 2018 upto 05:00 PM.

Professor-in-charge (Administration)

4
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Detailed E-Tender Notice

The bids through E-Tender (Request For Proposal) are invited only from Central Government Public Sector
Organizations, who are experienced in providing the Project Management Consultancy and Engineering
Services for similar projects, for Selection of PROJECT MANAGEMENT CONSULTANT (PMC) to “Provide
Project Management Consultancy for the development of permanent campus (Phase-I Works) of IIM
Ranchi along with all Engineering services.” Details of the tender may be seen as under:

Tender Notice No. : IIMR/Admin./Pur/RFP/PMC/2018-19/02 Dated: 21st June 2018


Name of Project/work : Project Management Consultancy for the development of permanent campus
(Phase-I Works) of IIM Ranchi along with all Engineering services.
Period of completion : Pre-construction stage : 06 months
: Construction stage : 24 months
: Operation & maintenance stage : 24 months
RFP fee / Bid Processing fee : Rs. 17,700.00 (including GST @ 18%) in the form of a Demand Draft (or) Banker’s
(non-refundable) Cheque issued by any Nationalized / Scheduled bank in India in favour of “Indian
Institute of Management, Ranchi” payable at Ranchi.
Bid Security / EMD : Rs. 20,00,000.00 (Rupees twenty lakhs only) in the form of a Demand Draft (or)
Banker’s Cheque (or) Bank Guarantee issued by any Nationalized / Scheduled bank
in India in favour of “Indian Institute of Management, Ranchi” payable at Ranchi.
Bid validity period : 180 days from the bid submission date.
Bid document downloading : 23/06/2018 at 10.00 AM
start date and time
Bid document downloading : 16/07/2018 upto 5.00 PM
end date
Pre-bid meeting : On 03/07/2018 at 03.00 PM at Indian Institute of Management, Ranchi, Suchana
Bhawan, Audrey House campus, Ranchi, Jharkhand (India).
Opening of tender online : 17/07/2018 at 3.30 PM
(Technical Bid only)
Date of opening of Price Bid : Will be informed later after evaluation of Technical Bid.
Physical submission of RFP / : Instrument of RFP Fee & EMD shall be submitted in electronic format also through
Bid Processing fee & Earnest online (by scanning) while uploading the bid. However, for the purpose of
realization of instrument of RFP / Bid Processing fee and EMD, bidder shall send
Money Deposit
the same in original through speed post / hand to hand delivery so as to reach the
office of IIM Ranchi during office hours on or before 16/07/2018 upto 5.00 PM.
• Bidders who fail to furnish RFP fee & EMD, in original, within the stipulated
time as indicated above, will be outright rejected and their proposal shall not
be considered for further evaluation.
• Registration Certificate, GST Registration, PAN Card etc. shall be scanned and
uploaded online only.
Terms & Conditions :
1. : Downloading of Tender Document
: • Interested bidders can download the tender document free of cost from the
website within the specified period.
• Bidders who wish to participate in the Tender will have to register on web site:
https://iim.euniwizard.com
2. : Digital Certificate
: • Bidders who wish to participate in this Tender will have to procure/ should
have legally valid Digital Certificate as per Information Technology Act-2000
(Class-III) using which they can sign their electronic RFP.

5
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

• Bidders who already have a valid Digital Certificate need not to procure a new
Digital Certificate.

3. : Pre-Bid Conference
: • Pre-bid conference for this tender shall be conducted on the date shown above
at IIM Ranchi.
• The Bidders shall obtain the certifications to the queries raised in the form of
Minutes of Meeting which will be uploaded by IIM Ranchi website. These
minutes shall be a part of Tender Document.
4. : Online Submission of Technical and Price Bid
: • Bidder can prepare and edit their offers number of times before final
submission. Once finally submitted bidder cannot edit their offers submitted
in any case. No written or online request in this regard shall be granted.
• Bidder shall submit their offer i.e. technical bid as well as price bid in
Electronic form on the above mentioned website latest by the submission
date as mentioned above after digitally signing the same.
• Offers submitted without digitally signed will not be accepted.
• Offers in physical form will not be accepted in any case.
5. : Opening of Tender
: • Opening of Bid documents will be held on Date & time shown hereinbefore in
the office of IIM Ranchi.
• Intending bidders or their representative, who wish to remain present at IIM
Ranchi premises at the time of tender opening, can do so.
• The offline technical evaluation of the tenders received on or before last date
of submission would be done and results will be displayed on website.
• After Successful completion of technical evaluation, price bid of only those
bidders shall be opened online who are found qualified.
6. : General Instruction
• The RFP / Bid Processing fee will not be refunded under any circumstances.
• Bids shall only be signed by Authorized Signatory.
• EMD in the form specified in tender document only shall be accepted.
• Tenders without tender fees, earnest money Deposit (EMD) and which do not
fulfill all or any of the conditions or submitted incomplete in any respect will
be rejected.
• Conditional tenders shall not be accepted.
• Bids shall be self-explanatory and self-content proposal. No reference to
external documents will be considered. Reference documents uploaded with
the bid will only be considered.
• The bidders are advised to read carefully the Instructions to Bidder, Eligibility
criteria for qualification and all other relevant details contained in the tender
document (RFP).
• Bid once submitted shall not be amended/ appended after the last date of
submission, unless in response to some queries or clarifications sought by IIM
Ranchi.
• The e-tender notice shall form a part of tender document.
7. IIM Ranchi reserves the right to reject any or all the tenders without assigning any
reason whatsoever.

6
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

INFORMATION TO BIDDERS
1. INTRODUCTION

1.1. The Indian Institute of Management, Ranchi is an institute of national importance established in
2010 by the Government of India to provide quality management education in the country to cater
to the needs of corporate and non-corporate sectors and public systems. The Institute is
operational from July 2010 in a temporary campus in Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi.

For the establishment of a State of the Art permanent campus, the state government of Jharkhand has
allotted 60.04 acres land in HEC area, near DAV Alok School in Ranchi. The Government of India would
be allocating budgetary grants to develop the campus along with the required infrastructure.

The Institute has already established the contract with an architect for “Preparation of Master plan
and Comprehensive Architectural Design of Permanent Campus of IIM Ranchi (Phase-I works) at HEC
Area Ranchi, Jharkhand vide Tender No. IIM Ranchi/CD/01/Jan 2018 dated 11.01.2018. The scope of
services of Architect is given in Annexure – A & B. The scope of services of the Architect will not form
part of the scope of prospective PMC.

The Institute is inviting bids only from Central Government Public Sector Organizations for selection of
“Project Management Consultant” (hereinafter referred to as the PMC) to provide “Project
Management Consultancy for the development of permanent campus (Phase-I Works) of IIM Ranchi
along with all Engineering services at the above allotted land.”

1.2. The selected PMC shall aid and assist the Institute in the activities as detailed out in Scope of
Project Management Consultancy services. The brief details of the work is as below:-
Sr. No. Name of Work # Estimated Cost of
project (for which
PMC is sought)
1. To provide Project Management Consultancy for the development of Rs. 400.00 Crores
permanent campus (Phase-I Works) of IIM Ranchi along with all
Engineering services and allied works.

# The estimated value of project for which the PMC is sought is an


approximate value only and the actual cost of the works to be carried
out by the PMC is subject to variation depending upon the
requirement of the project for its completion in all respects. The
payment to the PMC will be in accordance with the scope of works as
stipulated in this RFP document and the lump-sum fee quoted by PMC
in the price bid.

1.3. IMPORTANT INFORMATION

For all Central Government Public Sector Organizations, the EMD will be Rs. 20.00 Lakhs (INR
Bid Security (EMD) Twenty Lakhs Only) in the form of a Demand Draft (or) Banker’s Cheque (or) Bank Guarantee
Amount in specified form issued by any Nationalized / Scheduled banks in India in favour of “Indian
Institute of Management, Ranchi” payable at Ranchi.

7
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

e-Tender / Bid Rs. 17,700.00 (including GST @ 18%), non-refundable, in the form of a Demand Draft (or)
Processing Fee Banker’s Cheque issued by any Nationalized / Scheduled bank in India in favour of “Indian
Institute of Management, Ranchi” payable at Ranchi.
The RFP document and other details can be obtained from the institute’s website
Download of RFP www.iimranchi.ac.in and https://iim.euniwizard.com. Amendments, if any will be notified in
Document the above websites. The RFP document can be downloaded by the bidders from 23/06/2018
at 10.00 AM to 16/07/2018 up to 05:00 PM.

Bidding will have to be done through M/s ITI Ltd. Portal: https://iim.euniwizard.com.
Pre-bid meeting will be held on 03/07/2018 at 03:00 PM at Indian Institute of Management,
Pre bid Meeting Ranchi, Suchana Bhawan, Audrey House campus, Ranchi, Jharkhand (India).
and queries
Interested Bidders shall intimate the Institute about their participation for Pre-Bid meeting
and send their queries prior to the Pre-bid meeting through email to
[email protected] or [email protected] before 29/06/2018
upto 10.00 AM (date & time).

No queries raised beyond the stipulated date and time or any verbal/written queries raised
during the pre-bid meeting will be entertained.

The Queries sent through email within the stipulated date and time will only be taken up for
discussions during the pre-bid meeting.

The decisions/replies to the queries will be intimated during the conduct of pre-bid meeting
itself and the decision of the Competent Authority of the Institute will be final and binding for
all purposes.

The minutes of the pre-bid meeting will be published in the website of the Institute and the
same will become a part of the tender document and the contract agreement.

No query of any form will be entertained or agreed after the pre-bid meeting.
Last date & time of 16/07/2018 up to 05:00 PM
download of
Tender Document
Last date & time of 16/07/2018 up to 05:00 PM through online.
submission of RFP/
Bids (bid due date)
online only
Opening of tender 17/07/2018 at 03:30 PM through online.
online (Technical
Bid only)
Place and date of Last Date of submission of Bid Processing fee & EMD : 16/07/2018 up to 05:00 PM in hard
submission of Bid copy (physical form) in a sealed envelope subscribing the name of Work and Tender number
Processing fee & and to be submitted to the Administrative Officer, Purchase Department, Indian Institute of
EMD Management, Ranchi, Suchana Bhawan, Audrey House Campus, Ranchi, Jharkhand- 834008

1.4. Special Instructions to Bidders for e-Tendering

The Special Instructions (for e-Tendering) supplements “Instructions to the Bidders,” as given in the RFP
Document hereinafter. Submission of online Bids is mandatory for this Tender.

i) Tender Bidding Methodology:


8
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

The offer should be submitted through e-tendering mode in the M/s ITI Ltd. Portal
(https://iim.euniwizard.com) viz. Technical and Financial Bid. The Bids will be uploaded along with all
signed and scanned documents those are required for this particular tender.

ii) Broad outline of activities from Bidders prospective:

a. Procure a Digital Signing Certificate (Signing + encryption).


b. Register on e-wizard portal.
c. View Notice Inviting Tender (NIT) online.

d. Download official copy of Tender Documents from Portal.


e. Bid-Submission on e-wizard portal.
f. Attend Online Tender Opening Event (TOE) for Technical Part on e-wizard portal.
g. Opening of Financial Part (Only for Technically Qualified Bidders).

For participating in this tender online, the following instructions need to be read carefully. These
instructions are supplemented with more detailed guidelines on the relevant screens of the ewizard
portal.

iii) Digital Certificates:


It is mandatory for all the bidders to have Class-III Digital Signature Certificate (Signing + Encryption)
in the name of person who will sign the Bid) from any of the licensed Certifying Agency (Bidders can
see the list of licensed CA’s from the link www.cca.gov.in) to participate in e-tendering of IIM Ranchi.

iv) Registration: Intending bidders are requested to register themselves with M/s ITI Ltd. (if not
registered earlier) through https://iim.euniwizard.com for obtaining user ID, by paying a registration
fee, online tendering fee etc. through e-payment gateway. Bidders are also required to obtain Digital
Signature for participating in the e-tender.

For participating in the e-tendering process of IIM Ranchi, the bidders shall have to be registered on
the website https://iim.euniwizard.com by making required payment through online payment mode
so that they will get user ID and password. This will enable them to access the website,
https://iim.euniwizard.com with the help of Digital Signature by which they can participate in
eTender of Indian Institute of Management (IIM), Ranchi.

The intending bidder must have valid Class-III (Signing + Encryption) Digital Signature to submit the
bid online. For this intending bidders may contact the helpdesk numbers provided hereinbefore.

1.5 INSTRUCTION TO THE BIDDERS

1.5.1. Brief description of the Selection Process

The Institute has adopted e-tendering having two stages selection process (collectively referred
to as the “Bidding Process”) in evaluating the proposal comprising technical and financial bids to
be submitted through online process. Firstly the evaluation of the technical proposal shall be

9
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

done as specified in the RFP. Based on this evaluation of the technical proposal, a list of
technically qualified bidders shall be prepared. The financial bid of all the technically qualified
bidders shall be opened at a later date and evaluation of financial bid shall be carried out as
specified in Clause 1.10.

1.5.2. Download of RFP Document:

The RFP document and other details can be obtained from the institute website:
www.iimranchi.ac.in and M/s ITI Ltd. website: https://iim.euniwizard.com. Amendments, if any,
will be notified in the above websites. The RFP document shall remain available for download
from 23/06/2018 (10 AM) onwards to 16/07/2018 upto 05:00 PM.

1.5.3. E-Tender / Bid Processing fee : Rs. 17,700.00 (including GST @ 18%) to be furnished in the
form of a demand draft / Banker’s cheque issued by one of the Nationalized / Scheduled Banks
in India in favour of “Indian Institute of Management Ranchi” payable at Ranchi. ETender / Bid
Processing fee will be non-refundable. Any bid not accompanied by the E-Tender / Bid Processing
fee shall be summarily rejected by the Institute as nonresponsive.

1.5.4. Validity of the BID:

The Proposal shall be valid for a period of not less than 180 days from the Bid Submission Date.
The Institute may at its discretion, request bidders to extend the Bid Validity Period for a specified
period and also correspondingly the validity of the EMD.

1.5.5. Bid Security / Earnest Money Deposit:

(a) The Applicant shall furnish as part of its Proposal, an EMD of Rs. 20,00,000/- (Rupees twenty
Lakhs only) in the form of a demand draft / Banker’s cheque/ Bank Guarantee issued by one of
the Nationalized / Scheduled Banks in India in favour of “Indian Institute of Management Ranchi”
payable at Ranchi. The EMD shall be refundable not later than 210 days from the Bid Submission
Date, except in the case of the Preferred Bidder or successful bidder whose EMD shall be retained
till it has provided a Performance Security in terms hereof.

(b) Any bid not accompanied by the EMD of Rs. 20,00,000.00 (Rupees twenty lakhs only) shall be
summarily rejected by the Institute as nonresponsive.

(c) The EMD of unsuccessful bidders shall be discharged / returned without any interest not later
than thirty days after the expiration of the period of bid validity.

(d) The EMD of the successful bidder or preferred bidder shall be refunded within 15 days of
furnishing Performance Bank Guarantee in terms of RFP.

(e) The EMD shall be forfeited under the following conditions:

(i) If the bidder modifies or withdraws the proposal during the period of bid validity as specified
in this RFP and as extended by the Institute from time to time or before the issue of the
letter of award, whichever is later.

10
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

(ii) In the case of a preferred bidder fails to execute the consultancy agreement within the
stipulated time or any extension thereof given by the Institute.

(iii) If any information or document furnished by the bidder turns out to be misleading or false
in any form.

(iv) In case of forfeiture of earnest money as prescribed above, the bidder shall not be allowed
to participate in the retendering process of the same PMC.

(f) The validity of the EMD/BG will be forty five days beyond the validity period of bid.

1.5.6. Bid and other costs:

The Bidders shall be responsible for all costs associated with the preparation of their Bids and
their participation in the Bid. The Institute will not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the Bidding Process.

1.5.7. Site visit and verification of information:

Bidders are encouraged to submit their respective Bids after visiting the Project site and
ascertaining for themselves the prevailing site conditions, location, surroundings, climate,
availability of power, water and other utilities, access to site, weather data, applicable laws and
regulations and any other matter considered relevant by them. The Institute shall not be liable
for any omission, mistake or error in respect of any of the above or on account of any matter or
thing arising out of or concerning or relating to the Bid document or the Bidding Process,
including any error or mistake therein or in any information or data given by the Institute. Upon
submission of bids, it will be presumed that the bidder had already visited the site, assessed and
understood the entire scope of work to be carried out by the bidder.

1.5.8. Pre-bid meeting and Clarifications:

The purpose of the pre-bid meeting is to clarify queries and to answer questions regarding the
RFP/Bid document. Interested applicant may like to attend the pre-bid meeting which will be
held at Indian Institute of Management Ranchi, Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi on 03.07.2018 at 03.00 PM.

Interested Bidders shall intimate the Institute about their participation for Pre-Bid meeting and
send their queries prior to the Pre-bid meeting through email to [email protected] or
[email protected] before 29/06/2018 upto
10.00 AM (date & time).

No queries raised beyond the stipulated date and time or any verbal/written queries raised
during the pre-bid meeting will be entertained.

The Queries sent through email within the stipulated date and time will only be taken up for
discussions during the pre-bid meeting.

11
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

The decisions/replies to the queries will be intimated during the conduct of pre-bid meeting
itself and the decision of the Competent Authority of the Institute will be final and binding for
all purposes. No query of any form will be entertained or agreed after the pre-bid meeting.

The minutes of the pre-bid meeting will be published in the website of the Institute and the
same will become a part of the tender document and the contract agreement.

1.5.9. Amendment of RFP:

1.5.9.1. At any time prior to the deadline for submission of RFP, the Institute may, for any reason,
whether at its own initiative or in response to clarifications requested by a Bidder, modify the
RFP by the issuance of addendum/corrigendum and same will become the part of RFP. The
addendum/corrigendum will be available on the institute website: www.iimranchi.ac.in &
https://iim.euniwizard.com. Separate notification/advertisement will not be made for this in
the print media.

1.5.9.2. In order to afford the Bidders a reasonable time for taking an Addendum into account or for
any other reason, the Institute may, at its own discretion, extend the Bid Due Date.

1.5.10. Right to accept and to reject any or all Bids

1.5.10.1. Notwithstanding anything contained in this RFP, the Institute reserves the right to accept or
reject any Bid and to annul the Bidding Process and reject all Bids at any time without any
liability or any obligation for such acceptance, rejection or annulment and without assigning
any reasons thereof.

1.5.10.2. The Institute reserves the right to reject any Bid and appropriate the Bid Security if:

(a) At any time, a material misrepresentation is made or uncovered or

(b) The Bidder does not provide, within the time specified by the Institute, the supplemental
information sought by the Institute for evaluation of the Bid. Such misrepresentation/
improper response shall lead to the disqualification of the Bidder. If such disqualification/
rejection occurs after the Bids have been opened and the Preferred Bidder gets
disqualified/rejected, then the Institute reserves the right to:
(i) Consider the remaining Bidders for further evaluation and award or
(ii) Take any such measure as may be deemed fit in the sole discretion of the Institute,
including annulment of the Bidding Process.

1.5.10.3. The Institute reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP or the Bidding Documents and the Bidder shall,
when so required by the Institute, make available all such information, evidence and documents
as may be necessary for such verification. Any such verification or lack of such verification by the
Institute shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any
rights of the Institute thereunder. A Bidder is eligible to submit only one Bid.

1.5.11. The Bidder, in case of Bidding Company, should submit a Power of Attorney as per the
format authorizing the signatory of the Bid to commit the Bidder.
12
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

1.5.12. Bids in Joint Venture / Consortium will not be accepted.

1.5.13. Any condition or qualification or any other stipulation contained in the Bid which is
inconsistent with the terms of the Bidding Documents shall render the Bid liable to rejection
as a non-responsive Bid

1.5.14. Language of Bid:

The Bid prepared by the bidder and all documents/communications in relation to or concerning
the Bidding Documents and the Bid shall be in English language only. Bid submitted in any other
language is liable to be rejected.

1.5.15. (i) IIM Ranchi has decided to use process of e-tendering for inviting this tender and so the
hard copy of the Tender Document will not be available for sale and only online submission
of bids will be acceptable.

(ii) The tender should be submitted online under Two Bid Systems i.e. “Technical Bid” and
“Financial Bid”. Technical bid must contain the information as prescribed in tender document.
The “Financial Bid” must contain the fees for providing Services.

(iii) The bidders are requested to upload all the digitally signed documents as per RFP before the
closing of the tender.

1.6 DOCUMENTS COMPRISING THE TECHNICAL AND FINANCIAL BID

1.6.1. The Bidder shall submit the Technical Bid in the formats specified in respect thereof keeping in
mind the evaluation criteria defined in the RFP document. The Technical Bid shall comprise the
following documents:

a) Form-1: Transmittal Letter

b) Form-2: Bidder’s Profile

c) Form-3: Technical capacity (Experience) of the Bidder to claim eligibility

d) Form-4: Project Datasheet to claim eligibility

e) Form-5: Affidavit for similar work experience

f) Form-6: Key Employee List

g) Form-7: CV of Key Employees

h) Form-8: Financial Capacity of the Bidder

i) Form-9: Format for Power of Attorney

13
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

j) Form-10: Bidders Affidavit

k) Form-11: Details of Technical Personnel to be deployed for the project

l) Form-12: Details of Disciplines for which Consultants are proposed to be appointed by the
bidder for this project

m) Form-13: Performance Security Bank Guarantee

n) Form-14: Format for EMD/ Bid Security

o) Form-15: Form of Consultancy Agreement

p) Form-16: Undertaking for Integrity Pact

q) Form-17: Financial Proposal : e-Submission Form – to be submitted in Part-II.

r) Certificate from the owner for design and construction of Certified Green Building / Campus
as indicated in RFP document. Provisional Certificate issued by GRIHA / LEED for relevant
category would also be eligible. In absence of such certificates, self-certification issued by
the Director of the bidding Company stating clearly the reason for non-issuance of the same
by the client, to the full satisfaction of the Institute, may be considered.

s) Signed “Request for Proposal” (RFP) document.

t) All other documents, as required in terms of the RFP, to claim eligibility.

Annexures :

1. Annexure – A : Scope of Comprehensive Architectural Services


2. Annexure – B : Provisional drawings –
Master Plan, Conceptual Plans and other relevant drawings for comprehension
of scope of work.
The scope of work covered in the Comprehensive Architectural Services, to be provided by the
Architect appointed by the Institute, shall not form part of the scope of work of the PMC.

1.6.2. Financial bid: The financial proposal as per the attached format

About the consultancy Fees

a) The Consultancy fees shall be fixed and inclusive of all taxes and levies payable under
respective statutes except GST, which, as applicable, shall be paid by the Institute over and
above the fees. However, if any other further tax or levy is imposed by the Statute, after the
last stipulated date for the receipt of bid including extensions, if any, and the PMC thereupon
necessarily and properly pays such taxes/levies, the PMC shall be reimbursed the amount so
paid.

14
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

b) The Consultancy fees shall be deemed to include the cost of necessary subordinate staff and
all other expenditures, which the PMC may incur in the course of carrying out and rendering
duties and services agreed upon. The PMC shall not be entitled to any payment or
remuneration, over and above the fees.

c) All necessary statutory deductions as per laws of the Local Bodies / State Government
/ Government of India shall be effected from the bills payable to the PMC.

d) The Consultancy fees payable includes the fees payable by PMC to any other specialized
consultant employed by the PMC towards meeting its Scope of Project Management
consultancy Services.

e) The Fees payable to the Architect will be directly paid by the Institute (subject to due
verifications and advice by the PMC). Further, the fees payable to the Government / Local
Bodies for getting necessary approvals / sanctions, as envisaged in the scope of Architect, will
be separately borne by the Institute as per actual.

f) The PMC hereby agrees that fees to be paid will be in full discharge of functions to be
performed by them as per the Scope of Services.

g) All payments shall be made in Indian Currency.

1.7 SUBMISSION OF BID PROPOSAL

a) IIM Ranchi has decided to use process of e-tendering for inviting this tender and so the hard
copy of the Tender document will not be available for sale and only online submission of bids
will be acceptable.

b) The tender should be submitted online under Two Bid Systems i.e. “Technical Bid” and
“Financial Bid”.

c) Technical bid must contain the information as prescribed in tender document. The “Financial
Bid” must contain the fees for providing Services. The bidders are requested to upload all the
documents as required in the tender (RFP) to claim their eligibility.

1.7 .1. Documents Comprising the Bid


The Bid should be prepared keeping in mind the evaluation criteria defined in the RFP Document.
The Bidders shall online submit their bids in two parts i.e.

a) Technical Bid (Part - I)

b) Financial Bid (Part - II)

1.8 OPENING OF BIDS

Place of opening of Tender Bids: IIM Ranchi has adopted e-tendering process which offers facility for
“Online Tender Opening.” IIM Ranchi tender opening officers as well as authorized representatives
of bidders can attend Online Tender Opening Event from comfort of their offices. However,
15
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

authorized representatives of the bidder, if so desire, can attend the TOE at IIM Ranchi, where
Tender Opening Officers would be conducting Online Tender Opening Event (TOE).

1.9. EVALUATION OF TECHNICAL PROPOSALS

1.9.1. During this stage, the Technical Proposals which are declared responsive will be evaluated by the
Institute to ascertain the credentials of the Bidder on the basis of the Eligibility Criteria laid down in
the RFP. A responsive bid is one which:
i) is received by the Bid due time, date including extension thereof, if any.
ii) is signed, sealed and marked as mentioned in the RFP.
iii) is accompanied by the Power(s) of Attorney.
iv) contains all the information/documents as required in the RFP and in the required formats same
as those specified in this RFP.
v) is valid for the validity period as set out in RFP.
vi) is accompanied by tender processing fees and the Bid security.
vii) conforms to all the terms, conditions and specifications of RFP without deviation or reservation.
If a bid is not substantially responsive to the requirements of RFP, it will be rejected by the Institute.
The decision of the Institute in this regard shall be final and binding. Conditional bids shall be
rejected.

1.9.2. If the Technical Bid of any Bidder is not substantially responsive, the bid of such bidder will be
rejected by the Institute and the bidder will not subsequently be allowed to make its bid responsive
by correction or modification or withdrawal of the non-conforming deviation or reservation.

1.9.3. The Institute reserves the right to seek clarifications or additional information / documents from
any bidder regarding its Technical Proposal. Such clarification(s) or additional information /
document(s) shall be provided within the time specified for the purpose. Any request and response
thereto shall be in writing. If the Bidder does not furnish the clarification(s) or additional information
/ document(s) within the prescribed time, the Proposal shall be liable to be rejected. In the case
Proposal is not rejected, the Institute may proceed to evaluate the Technical Proposal by construing
the particulars requiring the clarification to the best of its understanding and the Bidder shall be
barred from subsequently questioning such interpretation of the Institute.

1.9.4. Bidder who meets the Eligibility Criteria shall be shortlisted as Qualified Bidders. The Institute shall
notify all the technically qualified (shortlisted bidders) bidders indicating the date, time and venue
for attending the opening of financial bids.

1.10. OPENING & EVALUATION OF FINANCIAL PROPOSALS

1.10.1. Evaluation committee shall open the financial bid in the presence of the bidders/their
authorized representative who choose to attend the opening process of the financial bid.

1.10.2. On opening of the financial bids the evaluation committee shall read out the financial bid to all
the bidders and ask to sign the compiled list of bidders.

1.10.3. If any discrepancy is found between the fees written in the figure and in words in the financial
bid, the fees written in words shall prevail. The evaluation committee shall correct error, if any
and sign the same.

16
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

1.10.4. On opening of financial bids and evaluation thereof the tenderers will be ranked accordingly to
their composite scores (Technical & Financial) as per clause no. 4.2 hereinafter and will be listed
in order of merit as H1, H2 and H3 and so on. The top scorer H1 would be eligible for award of
the work. No correspondence shall be entertained by the Institute from the unsuccessful
bidders.

1.10.5. Award of contract

i) After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the Institute to the
Preferred Bidder and the Preferred Bidder shall, within 7 (seven) days of the receipt of the LOA,
sign and return the duplicate copy of the LOA in acknowledgement thereof as a token of
acceptance. In the event the duplicate copy of the LOA duly signed by the Preferred Bidder is not
received by the stipulated date, the Institute may, unless it consents to extension of time for
submission thereof, forfeit the EMD of such bidder. The letter of award shall form a part of the
agreement.

ii) Within ten days from the date of issue of the letter of award the preferred bidder shall be
required to submit the performance guarantee and execute the agreement.

iii) The successful bidder shall also sign an integrity pact.

1.10.6. Performance Guarantee

The selected PMC, as Performance Guarantee for the due, faithful performance and discharge of
all the PMC’s obligations during project development in terms of the provisions of the RFP, is
required to furnish an irrevocable and unconditional Performance Guarantee in the form of a
Bank Guarantee equivalent to 10% (ten percent) of the contract value i.e. Total Fees payable (the
Construction Period Performance Guarantee) at the time of signing of the Agreement. The same
shall be valid for a period of five years from the date of signing of the Agreement.

The performance guarantee shall be furnished within the time limit specified in the bid document.
If there are delays in executing the PMC work that are not condoned or accepted by the Institute
or if the PMC fails to perform the services in accordance with the Provisions of the RFP, the
Performance Guarantee shall be forfeited partially or fully depending upon the nature of the
default.

In this regard the decision of Director of the Institute or any other competent Authority of the
Institute to levy compensation and the amount of compensation levied is final and binding. The
Institute may also decide to deduct the compensation amount against any sum payable to the
PMC, under this agreement in this case.

The Construction Period Performance guarantee shall be refunded within 15 days of furnishing of
the O&M Period Performance Guarantee.

During Operation & Maintenance Phase:

17
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

The PMC, as Performance guarantee for the due and faithful performance and discharge of all the
PMC’s obligations during Operation & Maintenance phase in terms of the provisions of the RFP,
is required to furnish an irrevocable and unconditional Performance guarantee, in the form of a
Bank Guarantee for an equivalent to 10% (ten percent) of the fees payable in the O&M phase (the
O&M Period Performance Guarantee) and shall be submitted after the completion of the defect
liability period of the work.

The O&M Period Performance Guarantee shall be provided pursuant to handing over of work and
obtaining occupancy certificate and other approvals as per scope of the services towards
Construction Period.

If the PMC fails to perform the Services in accordance with the Provisions of the RFP during O&M
period, the Performance Guarantee shall be forfeited partially or fully depending upon the nature
of the default.

In this regard the decision of Director of the Institute or any other competent Authority of the
Institute to levy compensation and the amount of compensation levied is final and binding. The
Institute may also decide to deduct the compensation amount against any sum payable to the
PMC, under this agreement in this case

The Bank Guarantee towards O&M Performance Guarantee, provided by the PMC shall be valid
and in full force till 6 months after the completion of the O&M period, i.e. two years and six
months. Both the Performance guarantees shall be provided by the selected bidder in the format
provided hereinafter in the RFP.

Both the Performance Bank Guarantees shall be periodically renewed by the PMC, so as to remain
valid and in full force throughout the period meant for.

The failure of PMC to comply with this provision shall constitute sufficient ground to terminate
the Agreement.

2. Definitions :

Unless context or consistency demands otherwise the following terms shall have the meaning
assigned to them as under:

2.1 Client/Owner/Institute shall mean Indian Institute of Management, Ranchi (IIM Ranchi)
and shall include their representatives, administrators and successors and permitted
assigns and hereinafter called as Client or Owner or Institute.

2.2 PMC shall mean the applicant, appointed as such pursuant to this selection process for providing
Project Management Consultancy and Engineering services for engineering, design,
construction and development of new campus for IIM Ranchi.

2.3 Request for proposal (RFP) means this document specifying the requirements, terms and
conditions, scope and other related particulars of selecting and employing a PMC for the new
campus development of IIM Ranchi.

18
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

2.4 Project Management Services (PMS) shall mean services to be rendered by PMC to IIM Ranchi
for its new campus development project.

2.5 Master Plan shall mean the overall architectural plan / site layout plan, but not limited to the
details of road networks, street lighting, water supply and drainage details, storm water
drainage, STP, WTP, building layouts, electrical layout, firefighting details, landscape plan, rain
water harvesting plan, horticulture works and building byelaws of statutory bodies for the new
campus development of IIM Ranchi.

2.6 Authorized Representative shall mean the representative of Project Management Consultant
(PMC).

2.7 Project shall mean “Project Management Consultancy for the development of permanent
campus (Phase-I Works) of IIM Ranchi along with all Engineering services and allied works.”

2.8 Services shall mean the comprehensive Engineering, Design and Project Management
Consultancy services to be rendered by the PMC.

2.9 Contractor means the Contractor/ Contractors or Suppliers or Executing Agencies


recommended by the PMC and approved by the Institute for the work or any connected work,
including PMC itself in case any work is done directly by the executing agency.

2.10 Completion means when the building(s) / Structure(s) are complete in all respects along with
allied / associated services i.e. ready to occupy, making operational for utility and are finally
handed over to the Owner.

2.11 Architect shall mean the Agency appointed by the Owner to provide architectural services for
the campus development of IIM Ranchi with specified scope of work stated hereinafter.

2.12 Defect Liability Period shall mean the warranty period beyond the project completion.

3. ELIGIBILITY CRITERIA

To be eligible for being considered for selection as the PMC, a bidder should fulfill the following
conditions of minimum eligibility:

3.1 Technical Criteria:

3.1.1. The bidder/bidding organization should have experience of providing Project


Management Consultancy and engineering services of similar nature* for a minimum
period of seven years ending last day of the month previous to the one in which the bids
are invited i.e. Eligibility Period.

3.1.2. The intending bidder/bidding organization must have in its name as a prime contractor
experience of having satisfactorily completed the Project Management Consultancy
Services of similar nature* of project(s) during the Eligibility Period under single
agreement as any of the following:

19
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

i) Three similar completed works each costing not less than the amount equal to 40%
of the estimated cost put to tender i.e. Rs. 160 Crores
Or
ii) Two similar completed works each costing not less than the amount equal to 50%
of the estimated cost put to tender i.e. Rs. 200 Crores
Or
iii) One similar completed work costing not less than the amount equal to 80% of the
estimated cost put to tender i.e. Rs. 320 Crores.

3.1.3. The Institute intends to appoint a single entity for the assignment of providing Project
Management Consultancy and Engineering services. As such, the bidder should note that
the work will be awarded and executed only by the successful bidder and not by its
subsidiary or associate company etc.

3.1.4. *Similar nature of Project shall mean that the Project management consultant shall have
experience in providing PMC and Engineering Services for complete campus
development in any Central Universities / IIMs / IITs / NITs / AIIMS / Medical College or
University / Institutional Buildings / Central PSU Campus(es) / Central or State Govt.
Campus(es) consisting of multi-storied / high rise RCC/RCC Composite framed structure,
in (G+5) storied configuration or more, including Public Health Engineering, firefighting
works, Internal and external electrical works, Solar lighting, security systems, GRIHA
norms for achieving minimum three star rating, HVAC, lifts, horticulture, roads, walkways,
disabled friendly accessible features etc. and all other works not mentioned herein but
required for completion of the project in all respects. The project should have been
completed in India.

3.1.5. (a) The Bidder should have experienced in-house design team for civil, structural, MEP,
HVAC and GRIHA services. Further, the PMC should have a team of professionals
dedicated exclusively for this work of IIM Ranchi, headed by a team leader. The team
leader shall be responsible for overall supervision, coordination and management of all
the project assignments.
(b) The bidder, during the submission of bid should enclose the complete details of
the dedicated/exclusively earmarked team of professionals as indicated in Para 6.8 (iv)
of this document and also should enclose the CV/ bio-data of the professionals with the
technical bid of the document. If a person proposed for any position is not found suitable
by the institute; another CV shall be submitted and the same procedure shall follow till
a suitable person for the given position is approved.
(c) The proposal shall remain valid for a period not less than 180 days from the
proposal due date (proposal validity period). The institute reserves the right to reject
any proposal, which does not meet this requirement. The proposal validity period may
further be extended on mutual consent.
(d) The Earnest Money deposit (EMD) of Rs. 20.00 lakhs (Rupees twenty lakhs only)
in the specified form should be submitted in physical form to the tender inviting
authority before 16/07/2018. The EMD of the unsuccessful bidders will be returned after
the issue of LOA to the successful bidder. The EMD submitted by the successful bidder
shall be adjusted against the performance security/ performance guarantee and will be
retained by the institute.

20
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

(e) The EMD shall be forfeited in case of any information or document furnished by
the bidder turns out to be misleading or untrue in any material respect and if the
successful bidder fails to execute the consultancy agreement within the stipulated time
or any extension thereof provided by the institute.

3.2 Financial Criteria:

3.2.1. Financial Turnover: The average annual financial turnover of the bidder should be at least
Rs. 150 Crores (Rupees one hundred and fifty Crores) during the immediate last five
consecutive financial years ending with 31.03.2017.

The bidder shall submit balance sheet and profit and loss account for last five financial
years certified by Chartered Accountant. The turnover should be in the name of the
bidder.

Net-worth: The Bidder shall have a positive net worth as on 31.03.2017 as per the
audited account.
4.0 Evaluation Criteria:
The successful bidder will be selected based on “Quality and cost based selection (QCBS)”
method. The Agencies who fulfil the minimum eligibility requirements as per clause: 3 and
subclauses thereof shall be eligible to apply.

4.1 Technical bid

The duly constituted Tender Evaluation Committee shall evaluate the Technical Proposals on
the basis of their responsiveness to the Terms of Reference and by applying the evaluation
criteria bid shall be evaluated as under:

S. No. Criterion Evaluation Criteria


A. Organizational Strength 20 marks

(i) Presence of in-house professionally qualified staff


in the CPSU in following indicative categories:

Civil Engineer Civil Engineer


10 marks (Min. Qualification - B. Tech or
equivalent)
• Above 50 Engineers: 10 marks
• Above 30 to 50 Engineers: 7 marks
• Between 20 to 30 Engineers: 4
marks
Electrical Electrical Engineer (Min. Qualification-
Engineer 5 B. Tech or equivalent)
marks • Above20 Engineers: 5 marks
• Above 10 to 20 Engineers: 4 marks
• Between 5 - 10 Engineers: 2 marks

21
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Mechanical Mechanical Engineer (Min.


Engineer 3 marks Qualification-B. Tech or equivalent)
• Above 50 Engineers: 3 marks
• Above 30 to 50 Engineers: 2 marks
• Between 20 to 30 Engineers: 1
mark
Architect Architect :
2 marks (Minimum Qualification – B. Arch)
• Above 10 Architects: 2 marks
• Above 5 to 10 Architects: 1.5 marks
• Between 3 to 5 architects: 1 mark
B Relevant Experience : 40 marks
(i) Experience in similar PMC works during last seven (i) 60% marks for minimum eligibility
years : Value of projects successfully completed criteria submitted by bidders.

22
S. No. Criterion Evaluation Criteria
40 marks (ii) 70% marks for more than Rs. 500
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018 Crores upto Rs. 600 Crores.
iii) 80% marks for more than Rs. 600
Crores upto Rs. 700 Crores.
iv)90% marks for more than Rs. 700
Crores upto Rs. 800 Crores.
(iii) 100% marks for more than Rs. 800
Crores.
Details of projects should be furnished by
the bidder in a separate Annexure to be
enclosed with this.
C Financial Capability 15 marks
i) Average Annual Financial turnover in last five (i) 60% marks for minimum eligibility
financial Years. criteria.
10 marks (ii)100% marks for twice the minimum
eligibility criteria or more.
In between (i) & (ii) – on pro-rata basis
• Audited financial results of all
relevant years and summary to be
submitted.
• For the purposes of financial
turnover, turnover given in the
balance sheet shall be taken into
account.
ii) Annual Profit (PAT) in last five FY : 2016-17 – 1 mark
financial years 5 marks FY : 2015-16 – 1 mark
FY : 2014-15 – 1 mark
FY : 2013-14 – 1 mark
FY : 2012-13 – 1 mark
Audited financial results of all relevant
years and summary to be submitted.
D Experience for PMC & Engineering of high rise At least single project successfully
buildings in (G+5) storied configuration or more completed, commissioned and made
and allied services thereof operational in all respects. The bidder
8 Marks will not be considered eligible in
absence of such experience.
G+5 storied – 3 marks
G+6 storied – 5 marks
G+7 storied and above – 8 marks
E Experience for PMC & Engineering in Green At least single Project successfully
Building 7 Marks. completed with at least GRIHA - 3 Star
Rating or IGBC Silver Rating:
1 project – 3 marks
2 projects – 5 marks
3 or more projects – 7 marks
F Approach and Methodology 10 marks

Consultant Approach and Methodology to perform Marks to be allotted by Client’s


the evaluation committee/ team on the
Consultancy assignment / job based on the Terms basis of presentation made by the
of Reference (TOR) Bidders/Agencies on the following
parameters :
i. Understanding of the Terms of
Reference :
3 marks ii. Technical approach
and methodology :
3 marks iii. Work plan including
PERT / CPM chart : 2 marks.
iv. Overall presentation and reply to
the queries : 2 marks
23
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Total (A to F) : 100 Marks


a) The Technical Evaluation shall be carried out based on the documents submitted
by the bidder for technical bid.

b) The evaluated Bid will be given a Technical Score (TS). The minimum technical score
required to qualify technical evaluation is 60 Marks out of 100. A bid will be
considered unsuitable and will be rejected at this stage if it fails to achieve the
minimum technical score. CLIENT will notify bidders who fail to score the minimum
technical score about the same and the Financial Bids of such failed bidders will not
be opened.
The Client will notify the bidders who secure the minimum qualifying technical
score, indicating the date and time set for opening of the Financial Bids.

c) Financial Bid Opening and Bids Evaluation

The Financial Bids will be considered only of those bidders who secure marks 60 and
above in technical bid out of 100. The fees indicated in the Financial Bid shall be
deemed as final and reflecting the total fees of services and should be stated in INR
only. The fees quoted by the bidder shall be inclusive of all taxes, duties, levies but
excluding GST & GST Compensation Cess, if applicable, under the Applicable Law of
the land.

The payment of GST and GST Compensation Cess by service availer (i.e. Owner) to
bidder/contractor (if GST payable by bidder/contractor) would be made only on the
latter submitting a GST Bill/invoice in accordance with the provision of relevant GST
Act. Payment of GST & GST Compensation Cess is responsibility of bidder/contractor.

However, such duties, taxes, levies etc. which is notified after the last date of
submission of Bid and/or any increase over the rate existing on the last date of
submission of Bid shall be reimbursed by the company on production of
documentary evidence in support of payment actually made to the concerned
authorities. Input tax credit is to be availed by paying authority as per rule.

Similarly if there is any decrease in such duties, taxes and levies the same shall become
recoverable from the PMC.

If Owner fails to claim Input Tax Credit (ITC) on eligible Inputs, input services and
Capital Goods or the ITC claimed is disallowed due to failure on the part of
supplier/vendor of goods and services in incorporating the tax invoice issued to Owner
in its relevant returns under GST, payment of CGST & SGST or IGST, GST (Compensation
to State) Cess shown in tax invoice to the tax authorities, issue of proper tax invoice or
any other reason whatsoever, the applicable taxes & cess paid based on such Tax
invoice shall be recovered from the current bills or any other dues of the PMC along
with interest, if any.

4.2 Award of contract:

24
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Selection of Bidder for Award of Work: The final selection of the tenderer for the award of work
will be based on the scores secured by it in the Technical bid (Stage-I) and the fees quoted
by it in the financial bid (Stage-II) as detailed below:

i) 80 % weightage will be considered for Technical Score (TS) obtained in the


Technical bid.

ii) 20 % weightage will be considered for the fees quoted by the bidder in the financial
bid, this will be termed as Financial Score (FS).

Financial score of the proposals will be determined using the following formula:
FS = 100 x (FL/F) Where,
‘FS’ is the financial score of an applicant,
‘FL’ is the lowest Financial Proposal among all and ‘F’
is the financial proposal of the particular applicant.

iii) For the purpose of calculation of Composite Score (S) for each bidder, the
weightage shall be 80 % for the Technical Score (TS) and 20% for Financial Score
(FS) of the respective applicants. The Composite Score shall be calculated using the
following formula:

S = TS x 0.80 + FS x 0.20

Tenderers will be ranked accordingly to their Composite Scores and will be listed in
the order of merit as H1, H2 and H3 and so on. The top scorer H1 would be
successful bidder i.e. eligible for award of work.

iv) However, in the event of tie at the top position between two or more bidders, the
preferred bidder shall be selected on the basis of more technical competence i.e. bidder
with more technical score (TS) shall be selected as preferred bidder. However, the
preferred bidder shall be required to match the lowest price bid among the bidders
forming the tie.
If the preferred bidder does not agree to match the lowest price bid among the bidders
forming the tie, the bidder having 2nd highest technical score (TS) will be considered for
award in the similar way with the lowest price bid among the bidders forming the tie.

5. SCOPE OF PROJECT MANAGEMENT CONSULTANCY SERVICES:

5.1. General:

5.1.1. The Indian Institute of Management, Ranchi (referred to as “the Institute


or IIM Ranchi” hereinafter) seeks the services of reputed Central
Government Public Sector Organizations for providing the “Project
Management Consultancy” services and act as the “Project Management
Consultant” handholding the entire activities involved for development of
the proposed permanent campus of the Institute. The total built-up area
is approx. 1, 15,800 Sqm. In Phase- 1, only 61800 sqm approx. built-up area

25
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

under various buildings of the Project shall be constructed in phased


manner as given hereinafter. The PMC is expected to extend all necessary
support to the Institute in managing the project, subject to the provisions
of this Request for Proposal (referred to as the “RFP” hereinafter) and
other terms and conditions of the consultancy agreement signed between
the PMC and the Institute.

5.1.2. The IIM Ranchi Campus is proposed to be established in 60.04 acres of land
in HEC area, near DAV Alok Public School at Ranchi. (Referred to as “the
Project site” hereinafter).

5.1.3. The PMC will function under the supervision of as specific principles and
guidelines as set forth by the institute and shall assist and facilitate the
Institute in its decision making for development of new campus of IIM
Ranchi.

5.1.4. The PMC shall be guided in its assignment by the prevailing codes,
standards, specifications, guidelines, manuals as required for planning,
designing, construction and operation & maintenance of the
infrastructure facilities adopting the best practices.

5.1.5. Proposed Buildings and Services

The Institute campus will be designed contextual with locale with modern, sustainable,
Energy Efficient buildings in accordance with standard and best practices / guidelines. The
campus under phase -1 works will have major buildings as specified below. Based on the
Institute requirement, any number of more building(s) can be added or deleted in this list.
PHASE-WISE CONSTRUCTION OF BUILDINGS - Built up area wise:

26
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018
SL. NAME OF BUILDING TOTAL TOTAL PHASE-I PHASE-II
NO. NO. BUILT UP BUILT UP BUILT
AREA AREA (NO. UP AREA
(IN SQM) & IN SQM) (NO. & IN
SQM)
1 Academic Blocks 4 6000 2 2
3000 3000
2 Hostels 3 27000 2 1
18000 9000
3 Dining Hall for students 2 4000 1 1
2000 2000
4 Staff dining hall 1 2500 1 -
2500
5 Faculty Block 3 7500 2 1
5000 2500
6 Administrative Building 1 4000 1 -
4000
7 Library 1 6000 1 -
6000
8 Computer Lab 1 6000 1 -
6000
9 MDP Block 1 12000 - 1
12000
10 Seminar Hall 1 2000 1 -
2000
11 Commercial Centre and 1 2000 1 -
Dispensary 2000
12 Sub-station and Utilities 1 1000 500 500

13 Director’s Residence 1 300 1 -


300
14 Faculty Residence Block 4 16000 2 2
8000 8000
15 Staff Houses, A type Block 6 3000 3x500 each 3x500
1500 1500
16 Staff Houses, C type Block 2 2000 1 1
1000 1000
TOTAL 101300 61800 39500

NOTE: The exact scope of engineering works shall be vetted by the Architect before award of LOA to
the PMC. All buildings shall be sustainable, energy efficient, Green and space shall be used
optimally. Campus should be designed so as to leave enough space for future expansion.

5.2. Objectives :

The PMC shall function completely under the supervision as well as specific principles and
guidelines laid down by IIM Ranchi and rules, regulations and norms of HRD GOI. However, the
following objectives are to be achieved through PMC for new campus development of IIM
Ranchi:

27
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

(i) To assist the Institute in Preliminary Surveys and Investigations:

a. Preparation of tender document and tendering process through e- tendering for the
selection of agency for carrying out all Preliminary Surveys and Investigations,
supervision, vetting the tests and results for the investigation mentioned below.

b. Geotechnical and Sub-soil investigations in accordance to relevant BIS codes and CPWD
specifications.

c. Hydrological Survey.

d. Environment Impact Assessment.

e. Any other survey required to carry out the work.

f. Topographical survey is in the Scope of the Architect.

(ii) To review all activities associated with architect for correctness and completeness.

(iii) Obtain statutory approvals which are not covered in the scope of the Architect for
commencement of construction work and handing over of constructed facilities to the
Institute. Assist the Architect to obtain the statutory approvals under his agreement.

(iv) Bid process management on the guidelines approved by the Institute and submit clear
recommendations for approval and award of construction/other associated works/services
etc.

(v) Comprehensive supervision of project implementation activities carried out by the


Contractor/s i.e. the project implementing agency selected through open tendering to
ensure complete compliance with the drawings, technical specifications and various
stipulations contained in the contract documents. Ensure high standards of quality
assurance in the execution of work, completion of the work within the stipulated time
frame and handing over of the constructed facilities to the Institute.

(vi) Monitoring of Operation and Maintenance of infrastructure facilities developed for the
institute for a period of 2 years after completion and handing over of the facilities to the
Institute.

5.2.1 RESPONSIBILITIES OF THE PMC

a. After selection of PMC an AGREEMENT will be singed mutually with detailed terms and
conditions.

b. Subsequent to signing of the Agreement, the PMC shall take possession of all encumbrances free
site from the Owner and shall nominate a responsible Team Leader for execution of the project
under intimation to the Owner.

28
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

c. The planning, designing of the project shall be done by the PMC. The PMC shall prepare detailed
estimates, structural and service drawings required for execution of the project after getting the
concept and specification approved by the Owner. While detailing the scheme, PMC shall provide
only those requirements, decided mutually between the Owner & the PMC.

Engineering, design, preparation of drawings & relevant documents, vetting of drawings


submitted by Architect as well as any external agency / consultant etc. shall be within the scope
of PMC.

d. PMC shall prepare preliminary estimate of cost of the various items of work as required by Client
on CPWD plinth area rates (where ever applicable) enhanced by the cost index of the area and
market rate analysis for items which are not included in CPWD, Market rate Analysis to be
worked out as per standard methods and will submit to the owner for its approval.

e. PMC shall execute the works at estimated cost inclusive of agency charges for project
management and planning, designing consultancy services. In case at detailed design/ execution
stage, if there is an increase in this anticipated cost, the Execution Agency shall submit the details
of the same with the supporting documents and technical/ administrative justification to the
Client.

f. PMC shall prepare the tender documents comprising the technical specification, BOQ, General
Terms and Conditions, Special Conditions etc. for inviting tenders as per CVC Guidelines.

g. The PMC shall invite open tenders for award of the work. However the same will be monitored
by the authorized representative of Client.

h. PMC shall be wholly responsible for any observations/ comments/ defects pointed out by
C.T.E/C.V.C/C.A.G in the planning & procedures of execution of this project.

i. PMC shall be fully responsible for the timely completion, the quality adherence and structural
safety of the construction.

j. Any defects discovered and brought to the notice of the PMC during the period aforesaid shall
be rectified by the contractor appointed by the PMC. PMC shall ensure that in the event of the
failure on the part of the contractor, the same may without prejudice to any other rights
available to it in law, be rectified by the PMC at the cost and expense of the Contractor.

k. The PMC shall, unless otherwise specified, be fully responsible for procurement of all materials
and services for the construction activity.

l. During the various stages of execution, PMC shall submit monthly progress reports with site
photographs.

m. PMC will submit Performance Guarantee @ 10% of the fees payable to PMC in the form of Bank
Guarantee before execution of agreement, which would be kept valid upto 1 year after
completion of the work i. e. upto the defect liability period.

29
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

n. PMC shall strictly adhere to quality norms as per specification for various works as per
standardization and engineering practices in India. PMC shall also ensure adherence of the above
stipulation by its contractor/ sub-contractor/ agencies engaged by them.

o. Extra items, deviation etc. if any beyond the scope of the approved design, drawing and technical
parameters shall be executed/ carried out with due written consent of Client.

p. The residential and office building should satisfy the silver standard of Green Building
Construction with Intelligent Building Management System, Energy Efficient and Barrier free
Buildings in accordance to norms prescribed and settled by the statutory authority and will aspire
to achieve a 3-4 star compatible green building vetted through the appraisal processes as
outlined by GRIHA. This should be incorporated in the tender document floated by PMC with
presumption that rates quoted by the executing agency includes the cost of the same and no
additional payment for same will be made.

q. The entire campus will have to be so planned, designed with all engineering needs and executed
that there is zero waste disposal outside the IIM premises. All the arrangements for solid waste
management, recycling of waste water & garbage waste by implementing latest technology,
sewage and waste water treatment and all such works not mentioned herein but required for
the zero waste disposal shall be within the scope of PMC.

r. The entire campus will have to be so planned, designed and executed that the campus remains
self-dependent for its energy needs by way of providing solar energy. All such works relating to
this will be within the scope of PMC, who will ensure that these works are incorporated in the
scope of the Contractor.

s. The PMC will engage domain experts for conceptualization, planning and designing of the project
based on the functional requirement of the project and prepare the concepts through
presentation, with rough cost estimate along with cost benefit analysis of the Green, Energy
Efficient and Intelligent features of the respective buildings. In case the Client is not satisfied with
the proposed concepts, it will have to be modified/re-structured and presented again for Client’s
approval. Upon approval of the concept by the Client, further works will be undertaken.

t. The PMC shall be required to submit all drawings / documents in soft copies also along with hard
copies thereof. Exact number of hard copies of individual drawings / documents will be decided
by the Institute and informed to the PMC after issue of LOA.

u. The scope of work delineated in this RFP are indicative only. The PMC shall be required to
perform all the activities of work required for successful completion of the project in all respects,
without any extra cost, even if these works are not specifically mentioned in this RFP.

5.2.2 RESPONSIBILITIES OF THE CLIENT

a. The client shall demarcate and make available the site for individual structures free of all
encumbrances or charges.

b. The client shall exercise its responsibility as the Owner of the Project by signing the
drawing required for Statutory Authorities and also by giving necessary authorization to PMC to
30
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

secure approvals from local bodies of statutory authorities for the planning, construction as
contemplated in this agreement from time to time. However, the client shall help the PMC to
the extent of writing letters to local bodies regarding getting such approvals.

c. Authorized person/persons of client may inspect and check the ‘Construction Work’ from
time to time to see that the works are being constructed as per drawing & specifications as
provided in the approved project. If during the inspection, any defects or variation without the
written request/ consent of the client are found shall be rectified by the Execution agency at
their own cost.

d. Client shall release the funds/ payments against bills/request of PMC to ensure that the
progress of work should not hamper due to non-availability of fund.

e. Client shall make all the statutory payments to the local Government or any other
statutory body or bodies relating to the project.

f. The owner/client may hand over the site in phased manner. In case of delay in handing
over of any part of site for any reason whatsoever be, the client/owner will not be liable for any
compensation on this account.

5.3. General Services to be provided by PMC:

5.3.1. The PMC will monitor, coordinate, manage, evaluate and administer all project processes
including activities of various participants in the Project in accordance with approved project
requirements, Specifications, Schedules, Budgets, Quality, Health Safety & Environment (HSE)
parameters. PMC shall ensure that all necessary documentation is collected, checked, suitably
communicated, filed and submitted to the Institute for record.

5.3.2. PMC shall supervise all the works, check and certify all measurements and bills and recommend
for their payment. PMC shall keep the Institute informed through a well-designed Management
Information System (MIS) on the physical & financial progress of the Project at regular intervals
or as directed by the Institute.

5.3.3. PMC shall ensure that all project activities are in accordance with the latest National Building
Codes (NBC), Indian Buildings Congress codes of practices, rules, regulations & norms of HRD,
Govt. of India and relevant provisions of any other codes / manuals / circulars, CPWD & other
Govt. of India guidelines, as required for planning, construction and operation and maintenance
of the constructed facilities.

5.3.4. To ensure implementation of all project processes, PMC shall liaise with and provide all requisite
information, support and assistance to the Institute, all appointed consultants including their
sub-consultants and all other individuals, agencies and organizations as may be deemed fit by
the Institute during the entire period of contract.

5.3.5. PMC shall be duty-bound to act on the directions of the Institute in all project matters but the
Institute shall in no manner whatsoever is bound to act on the advice of PMC in any matter
related to the project.
31
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

5.3.6. Besides regular site supervision by professionals posted at site, PMC shall depute, with prior
approval of the Institute, highly qualified and well experienced experts / professionals from
different disciplines for periodic monitoring, supervision and evaluation, on routine basis during
the entire period of contract, at their own cost and arrangement.

5.3.7. The status / designation / qualifications of the representative(s) of PMC who will be allowed to
deal / interact with the Institute and/or its representatives, the Architect, other consultants and
designated committees / groups etc. shall be the matter of discretion of the Institute; and the
decision of the Institute in this regard shall be final and binding on PMC.

5.3.8. PMC shall respond to the queries raised by the Institute within 7 days or lesser time considering
the nature of query and its impact on the project.

5.3.9 PMC may engage, at its own cost but with prior approval of the Institute, the specialized
subconsultants, considered suitable, for the part of services which may require specific expertise
subject to the condition that the overall responsibility of performance under the contract shall
always lie with PMC only.

5.3.10. PMC shall be required to work in close coordination, provide requisite information and be
available for meetings with the Architect and other persons / organizations associated with the
planning, construction and operation and maintenance in all such matters as directed by the
Institute.

5.3.11. The decision of the Institute will remain final in all matters and PMC shall be bound to execute
such decisions to the satisfaction of the Institute.

5.3.12 Support and Co-ordination services

a) PMC shall be required to organize, conduct, participate in and minute all meetings regarding the
project at any date, time and place as directed by the Institute throughout the project period
and prepare the minutes of meeting and issue the same after the approval of the
Institute.

b) The Institute expects PMC to conduct routine monitoring and coordination meetings on daily
and weekly basis at site / Institute to help all consultants, contractors, vendors and other
agencies in the process of demonstration, review, comments and the Institute inputs on the work
progress and to ensure monitoring of project implementation. The minutes of such meeting
needs to be supplied to the Institute.

c) PMC shall, without question or fail, provide knowledge transfer and handover, including transfer
and/or cessation and/or conveyance of physical possession and/or custody wherever applicable,
of all material or de-materialized project constituents, to the Institute and/or other agencies
appointed by the Institute, as and when desired by the Institute.

d) PMC shall provide full coordination including required administrative / secretarial support and
full assistance to the Institute and / or other agencies appointed by the Institute, in all project
related legal matters and other mandatory compliances including but not limited to preparation
32
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

and processing of responses to all audit authorities/ vigilance authorities/ RTI questions and any
others, handling all related communications and facilitating inspections by such authorities, to
the extent as and when desired by the Institute, throughout the entire duration of the contract
and without question or fail.

e) PMC shall brief the Institute in a timely manner and keep it fully informed on the status of various
stages of statutory, legal and other project related matters and compliances; and shall bring to
the Institute’s notice, well in advance, all consequent necessary actions required keeping in mind
the project milestones.

5.3.13. The Institute, at its sole discretion and without assigning any reasons whatsoever, reserves the
right to appoint any individual and/or organization as it may deem fit to render the whole or part
of services covered in this RFP, in the interest of timely and qualitative completion of
construction works at the risk and cost of the PMC.

5.4. Pre-construction Stage:

5.4.1. Statutory Authority Approvals for the Project

a) The PMC shall obtain all statutory approvals, which are not covered in the scope of the Architect
from statutory authorities for both commencement of construction work of project and
occupancy certificate before hand over of the facilities of the campus.

b) The PMC will prepare a list of all applicable statutory approvals taken from statutory authorities
for both commencement of construction work of project and before hand over of the facilities
of the campus to the Institute along with the documents required to be submitted for getting
approvals, name and address of the concerned department, expected time required to obtain
approvals, statutory fee details and submit to the institute and take action to acquire the
approvals accordingly. All relevant drawings required to be submitted to the concerned
authorities for obtaining statutory clearances/approvals shall be supplied by the Architect.

The Institute will issue necessary official requests/letters wherever required. All the plans shall
have to be accepted by the Institute before submission for statutory approvals.

c) The PMC shall obtain approvals for Civil & Structural drawings, building plans and construction
clearance from Municipal Competent authorities and other local bodies - water supply
connection, electric supply connection, environment & pollution clearance, chief controller of
explosives, fire department, civil aviation department, building bye-laws, occupancy certificate,
NOC from lift inspector etc., as the case may be, with related to construction/completion.

d) All expenditure on this account along with third party quality inspection, vetting of civil and
structural engineering drawings, surveys etc. shall be borne by the PMC.

5.4.2. Design support by PMC:


a. Ensuring adherence of design to energy efficiency of the building and other best practices of
building design;

33
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

b. Civil and Structural design and engineering of all the buildings/components of the Project under
phase- 1. PMC will be responsible for the soundness of the civil and structural design.

c. To arrange for the Vetting of civil and structural designs and drawings by IIT / NIT or any other
reputed Institute / Architect / SPA / Consultants with the prior approval of the Institute at the
cost to be borne by PMC;

d. Design of various civil, structural, mechanical, electrical and communication systems in-house or
may engage the well qualified specialist or consultants at its own cost with the approval of the
Institute for design/approval of following services: -

i. Mechanical works, ventilation systems, HVAC. ii. Electrical (internal and external)
HT/LT substations, power back up system, Solar
Energy etc.
iii. Building automation systems. iv. Accessible
features for persons with disabilities
v. Preparation of foundation plans; construction drawings etc., vi. Firefighting
system.
vii.Security systems.
viii. Plumbing, sewage and sanitation, waste management
system (PHE), Rain water harvesting etc. ix. Design of computer network
cabling, telephone cabling and IT related all works. x. Audio / video system,
furniture planning for all type of buildings. xi. Any other facility required for the
smooth functioning of the Institute.

5.4.3. Preparation of detailed estimate of the Project

a. Based on the approved architectural drawings submitted by the Architect detailed estimate
of the Project shall be prepared by the PMC.

b. The detailed estimates will be based on the latest CPWD DSR (Delhi Schedule of Rates) as the
guidelines for the respective works and non-schedule items on the basis of market rates
supported with proper analysis of rates of labour and material as per CPWD/Govt. of India
norms. The PMC shall be fully responsible for the accuracy and sufficiency of the estimated
quantities and cost, the estimated time for completion, the detailed nomenclature of items
along with the specifications, tender drawings, and General and Specific conditions of the
contract. The PMC shall ascertain the overall correctness of the tender documents before
those are issued to tenderers. The tender documents will be approved by the Institute prior
to tendering process but the entire responsibility for the correctness and completeness of the
document rests with the PMC.

c. Preparation of bid documents i.e. bill of quantities, Contract Conditions for various works
etc., the selection of the Contractor for the execution of the project.

34
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

d. The bidding document shall be prepared with an objective to ensure implementation of the
project to specified standards with a fair degree of certainty relating to costs and time while
awarding the construction work to a construction agency.

e. Selection of the contractor will be based on open competitive tendering process.

5.4.4. Appointment of the Contractor

a) The entire construction of proposed project will be awarded to one construction agency
for proper inter coordination and timely completion of the project. Tender documents
shall be prepared accordingly by the PMC in consultation with IIM Ranchi. The tender document
shall be vetted and finally approved by IIM Ranchi before its publication. However, under
exceptional circumstances depending upon the specialized nature of work, more agencies may
be deployed by PMC with the prior approval of Institute.

b) The PMC will publish/upload the tender notice in various newspapers/ websites for adequate
publicity of the tender.

c) The tenders shall be invited through e-tendering. All the process of e-tendering shall be carried
out by the PMC.

d) The PMC, along with the Architect and the Institute, will solicit and conduct pre-bid meeting with
the prospective bidders. The PMC, Architect along with the team of sub-consultants, if any of the
respective fields, will be available for discussion in person with the prospective bidders as
required during the pre-bid meeting.

e) The PMC in consultation with Architect will prepare the replies / clarifications of all the pre-bid
technical queries and submit to the Institute for its approval. Pre-bid queries reply will be
uploaded on all the appropriate places after the approval.

f) Site visit for prospective bidders will be arranged by PMC and also attended by representative of
the Architect.

g) The Govt. of India, CVC guidelines for entire e- tendering process till the award of work shall be
followed.

Finally the PMC will submit the clear recommendation on the name of the successful bidder for
the award of work to the Institute.

h) Similarly the PMC shall also carry out the tendering process for the finalization of other
works/services related to project work of different disciplines.

i) The PMC shall be the Member Secretary of all the meetings between the contractor(s) and the
Institute. Minutes of all such meetings will be subject to the approval of the Institute.

j) In all matters of selection of contractor/s/agency/ies for any work/ services the final authority
to decide will lie with the Institute.

35
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

5.5. Construction Stage:

5.5.1. General Services

a) Review the detailed work programme, suggest modifications, if any and approval
of the work programme of the Contractor appointed for the execution of work in
consultation with the Institute keeping in view the overall interest of the project.

b) Review and approve the Construction Methods proposed by the contractor(s) for
carrying out the works to ensure that these are satisfactory with the technical
requirements, project implementation schedule and environmental aspects as well
as safety of workers, personnel and the general public.

c) Review and ensuring conformity of Contractor’s securities of the contracts in


approved formats.

5.5.2. Construction Supervision & Technical Support

a) Regularly interact with the Architect, Contractors and the Institute to resolve all
issues related to project execution before the construction and during the
construction till handing over of works.

b) Preparation and release of good for construction drawings to the satisfaction of the
Institute and to ensure that extra items are minimized.

c) Arrange for clarifications and/or resolution of conflicts pertaining to construction


drawings, specifications and engineering problems.

d) Approve or arrange to approve by the consultants, of suppliers and contractors


drawings and documents for equipment and services installations, as required.

e) Approve or arrange to approve by the consultants, of material samples, test reports


and other certifications and submittals by suppliers and contractors for
conformance to drawings and specifications, as required.

f) Carry out detailed checking and verification of the setting-out data for the work
including lines, levels and layout to ensure conformity with the approved drawings.

g) Carry out regular inspection of the Contractor’s equipment, plants, machineries,


installations, housing and medical facilities etc. and ensure they are adequate and
36
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

are in accordance with the terms and conditions of the Contract and Government’s
instructions in this regard.

h) To check/supervise the quality of materials and/or work for approval or disapproval


of the same.

i) Suggest modifications / revisions in the contractor’s execution method, material


sources etc.

j) Maintain records, working / as built drawings, test data, details of variations,


correspondence and diaries.

k) Check all concrete mix design proposed by the contractor wherever required and in
due time and suggest modifications in the mix design, laying methods, sampling and
testing procedure and quality control measures, to ensure required standard and
consistency in quality at the commencement of times.

l) PMC shall assist the Institute for the identification of areas for material storage,
identification of areas for plant & machinery required for the Project.

m) In case of any discrepancies, PMC shall bring the same to the notice of the Institute
and the Architect. PMC shall coordinate the inclusion of the necessary design
and/or layout modifications including services etc. on design drawings as per site
requirements. PMC shall seek the Institute’s approval for any such changes before
implementation at site.

n) Inspect the works on substantial completion before handing over to Institute and
report to Institute on any outstanding work to be carried out by the contractor
during the Defect Liability Period.

5.5.3. Project Quality Assurance/Quality Control

a) PMC shall perform all duties of quality assurance of works and carry out
comprehensive technical supervision of the works to ensure conformity with
approved designs, specifications for materials and workmanship, adopted QA/QC
and Health, Safety and Environment (HSE) procedures, applicable relevant
standards and codes and sound engineering practices.

b) PMC shall ensure suitable and sufficient tests on materials and equipment as
required including random checks for conformance with specific requirements of
contract documents, and document results of the tests. Besides, assessment and
checking in the laboratory and the scheduling, supervision and vetting of field tests
carried out by the contractors. PMC may also carry out independent tests as
necessary, as and when desired by the Institute, for quality assurance of the works
at contractors own cost.

PMC shall maintain completed records of all test results including supplier’s material tests.

37
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

c) PMC shall review and approve the test results/certificates and wherever tests
indicate lack of conformance, it shall initiate action to secure conformance
including additional tests as considered necessary to establish quality of the work
desired.

d) PMC shall note deficiencies in the contractor’s work, cause, corrections to be made,
and check the remedial work and facilitate to rectify the deficiencies as per
approved methods / BIS provisions. Moreover, PMC will not be discharged of their
responsibility to get the defects rectified.

e) PMC shall check that various products guarantees are available for sufficient period.

f) PMC shall conduct monthly technical quality audit in co-ordination with the
Institute.

Review the contractor’s testing laboratory at the site, testing and manning facilities available and
assess their adequacy for proper and due execution of works. In case facilities are found to be
inadequate / deficient for the proposed works, the PMC shall suggest appropriate augmentation
of such facilities. However, in the meantime, the PMC can get the required test done from the
established / recognized laboratories or from such Technical Institutes which have facilities at
the expense of the contractor.

g) For the purposes of independent testing, wherever required, all materials/


equipment shall be sent for testing / calibration to the Laboratories that are
accredited by NABL (National
Accreditation Board for Testing & Calibration Laboratories).

5.5.4. Health, Safety and Environment Requirements

a) PMC shall ensure that while carrying out the works under the assignment the
contractors, if any, shall place due importance and regard to the overall aesthetics,
ambience, topography and eco-system of the site.

b) PMC shall also take due precautions to ensure all necessary compliances for
Environmental and Health & Safety requirements at site as well as at Contractors
labour camps, if any, in the project site. All statutory obligations with regard to
engagement of labours as per labour law etc., will be the sole responsibility of the
PMC.

c) PMC shall ensure the highest standards of safety, security and health for all workers
of all contractors and other agencies and also all other persons entering the site in
conformance with legal provisions, codes, standards and good practices. PMC shall
also conduct training / orientation and briefing of all workers and visitors in this
regard. Precautions shall be exercised at all times by the contractor(s) for the
protection of persons (including employees) and property. The safety required or
recommended by all applicable laws, codes, statutes and regulations shall be
observed by the contractor(s). In case of accidents, the PMC/contractor(s) shall be
responsible for compliance with all the requirements imposed by the Workmen's

38
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Compensation Act or any other similar laws in force and the contractor shall
indemnify the Institute against any claim on this account. During execution of work
any certificate or instructions, however, shall in no way absolve the
PMC/Contractors from his/their responsibility, as an employer, as the Institute shall
in no way be responsible for any claim. The PMC / Contractors shall at all times
exercises reasonable precautions for the safety of employees in the performance
of his/their duties and shall comply with all applicable provisions of the safety laws
drawn up by the State Govt. or Central Govt. or Municipalities and other authorities
in India. The PMC/contractors shall comply with the provision of the safety hand
book as approved and amended from time to time by the Government of India.

5.5.5. Measurement and Processing of Running Account Bills

a) Recording of measurements (as per laid down procedures / standards / practices) for all items
of work done including extra items. PMC will be solely responsible for recording of
measurements with due accuracy / authenticity as per laid down norms / guidelines.

b) Hundred percent checking of measurements of work, certification of Consultant / Contractors


running account and final bills of the works, executed in accordance with the contract conditions
after ensuring deductions of statutory taxes.

c) Forwarding of above bills to the Institute for the purpose of release of payment after due
scrutiny/checking within the time frame as specified in the respective contract.

d) Co-ordinate with the Institute for timely release of payment for verifying bills, invoices and
payments.

e) Check and solicit rate analysis for extra items of work and forward the same for approval by the
Institute before execution of the same at site.

f) Prepare reconciliation statement of various materials received and consumed at work such as
steel, cement etc. brought to site and submit with monthly running account bill of contractor(s).

g) Check the quantities exceeding the contract quantity and inform the cost implications to the
Institute.

h) Measurement Books (MB) will be maintained by the PMC and the same will be countersigned by
the authorized authority (ies) of the Institute.

5.5.6. Contract Management

a) PMC shall maintain complete records for contract orders from award to final acceptance,
payment, and close-out including:

(i) Contracts and purchase orders along with record of all day-to- day correspondences and
39
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

meetings including contractual issues with all the Contractor

(ii) Progressive payment records.

(iii) Drawings and specifications, clarifications including all changes, deviations and
substitutions, which have been evaluated, estimated, negotiated, and/or accepted.

(iv) Maintain the logs for Bank Guarantees, Contracts, Contract Amendments, Change Notices,
incoming & outgoing correspondences, workmen compensation policies, PF Challans, Labour
license, Health and other Insurance policies, Contract Schedules, Back charges, Invoices, etc.
for all contractors.

b) PMC shall prepare monthly progressive payment estimates and facilitate and administer
systematic and reasonable progressive payments.

c) PMC shall review, appraise and administer claims for items of extra work or change in the terms
of the contracts. PMC shall negotiate with contractors to resolve claims, including
documentation of the rationale for resolution and submit relevant justification notes for any
eligible claims to the Institute for approval. PMC shall develop change orders / amendments to
incorporate the work covered by claims into the appropriate contract or purchase order after
the Institute’s approval.

d) PMC to manage all the Contractual issues with the Contractors in such a way that there is minimal
cost and time implication to the Institute.

e) PMC shall administer all requests for extension of time, if required, from the Contractors. PMC
shall negotiate an equitable adjustment in time and submit an approval note to the Institute with
detailed schedule analysis, cost impact, if any, for approval.

f) Preparation and processing of all project related legal matters and other mandatory
compliances.

Preparation and processing of reply to all audit authorities, RTI questions, if any.

Preparation and processing of reply, attending the hearings and settle the arbitration cases, if
any.

Preparation and processing of reply to settle the queries raised by CTE / vigilance authorities, if
any.

5.5.7. Progress of Work

a) Implement a system for monitoring the progress of work based on computer based project
management techniques.

b) Systematically check the progress of the works and order the initiation of the work which is part
of the Contract.

40
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

c) Maintain an up-to-date status of all construction activities against the original schedule for timely
completion of the works.

d) Shall investigate and initiate early actions with regard to the delays in the execution of works.
The Team Leader of the PMC Team shall explain in his monthly progress and special reports, the
reasons for delays and explain the actions to be taken / already taken to correct the situation.
All reports prepared by the PMC shall be objective and shall substantiate any event /
recommendation with factual data and information.
The Progress Reports shall contain the pertinent data and chart form and shall clearly bring out
the comparison between the projected and the actual work done.

5.5.8. Project Cost Control

a) Prepare cash flows for the project based on the construction schedule and other commercial
terms of payments to the contractors.

b) Review the monthly financial progress of project, with regard to planned and achieved and
forecast effect of changes and inform the Institute.

c) The PMC will not give any decision which has an impact on the project budget without the prior
written approval of the Institute for which a comprehensive proposal must be sent giving the
justification for change/decision and the amount involved

d) Monitor the cost of the project and bring any variance in signed off costs and specification
immediately to the Institute‘s attention.

e) Maintain the hindrances register which shall record any hindrances caused to the progress of the
works, duration of such hindrance, date of clearance of such hindrances etc.

f) PMC shall inform the Institute about each such potential change in design and construction from
the approved drawings, plan of execution and construction quantities, which may have cost or
schedule impact, at least two (2) weeks in advance for identification of change with detailed
analysis for acceptance and propose a plan to mitigate the same; and for emergency cases, PMC
shall identify the change with analysis to the Institute for approval within 2 days.

g) On acceptance of the Institute, PMC shall prepare and submit a deviation report of identified
change / deviation in cost and schedule within 5 days of approval of change. The report shall
include, but not be limited to the following:
Reason for change, cost and schedule impact, cost analysis report, recovery schedule and
recommendations to reduce time and cost impact.

h) Monitor, report and Maintain a log of identified and approved changes and submit it to the
Institute on regular basis and as and when needed by the Institute.

5.5.9. Project Completion

a) Prepare and submit completion reports and drawings for the project as required for obtaining
NOC/Completion certificates from statutory authorities, as required.
41
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

b) PMC shall engage in verification of the physical construction and installation of the various
facilities and systems of the project towards or after completion in coordination with the
Architect and the Institute.

c) PMC shall arrange for, coordinate and verify the contractors or suppliers corrections,
modifications and adjustments, if any, to equipment and systems prior to final acceptance /
handing over of each facility or system to the satisfaction of the Institute.

d) PMC shall recommend the Institute's acceptance of facilities or systems from the contractors for
operation and use after arranging for sufficient training to the end users / operators at the
Institute for each facility or system as per the respective contracts.

e) PMC shall establish, effect and monitor a program for identifying and rectifying defects during
applicable Defects Liability Period including periodic monitoring and reporting. At the expiry of
the Defect Liability Period, PMC shall make a final inspection and list the defects to be rectified
prior to issue of final completion certificate.

f) PMC to solicit from the contractors to supply trade files, documents, test certificates,
performance warranties / guarantees, spare parts list, maintenance manuals, no claim certificate
and transmit the same to the Institute in both hard copies and electronic formats.

g) PMC to prepare the “as-built” drawings immediately on completion of each area. Reviewing,
verifying and approving the “as-built” drawings incorporating all necessary corrections to all
plans, drawings and other documents in coordination with Architect / Contractor and to the
satisfaction of the Institute

h) 10 sets of “as-built” drawings, besides digitized copies including all services; civil and structural
design & drawings, calculation sheets, detailed measurements etc. and explain deviations, if any,
from the original drawings and submit it to Institute for its reference and records.

5.5.10. Closure of Project

a) Carryout comprehensive verification of all the works upon completion.

b) Settlement of all accounts of the contractors.

c) Prepare final project completion report(s), project expenses analysis, estimates and final account
of expenditure in the format as desired by the Institute.

d) Ensure that the constructed works and sites are cleaned and prepared for occupancy and use.

e) Recommend to the Institute to issue completion certificates after the contractors have
satisfactorily completed all work under the terms of their contracts and for final payment of the
bills of the Contractors.

42
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

f) Prepare and maintain the defect lists in consultation with Institute and ensure the rectification
of defects if any.

g) Monitor and ensure rectification of any defect with an objective to ensure commercial closing of
the project.

h) Solicit training from the contractors to the end users of the Institute on the use and operation of
various systems / facilities installed before handing over to the institute for future operation and
maintenance.

i) Assist the Institute to settle the Audit/CTE’s observations and arbitration cases etc., if any.

j) Provide all documents / reports / statements of facts / counter statements of facts for settling
Audit / CTE’s observations and arbitration cases etc. including attending the hearings details, if
any to the Institute.

5.5.11. The given scope of services is indicative and PMC will carry out all activities pertaining to
successful completion of the project, without any extra fees.

5.6. Operation & Maintenance Stage

The Operations & Maintenance (O&M) encompasses all that broad spectrum of services required
to assure that the built environment will perform the functions for which a campus facility was
designed and constructed. Operations & maintenance typically include the day-today activities
necessary for the building and their supporting infrastructure, including utility systems, roads,
drainage structures and service area in a condition to be used to meet their intended function
during their life cycle.
The O&M activities include routine (preventive) and periodic (planned) maintenance and
corrective (repair) maintenance. Routine Maintenance consists of a series of time-based
maintenance requirements that provide a basis for planning, scheduling, and executing
scheduled maintenance. The objective of a comprehensive (Routine & Periodic) maintenance
program includes the following:
Reduce capital repairs, Reduce unscheduled shutdowns and repairs, extend equipment life,
thereby extending facility life, Realize life-cycle cost savings, and Provide safe, functional systems
and facilities that meet the design intent.

A well run O&M program conserves energy and water and be resource efficient, while meeting
the comfort, health, and safety requirements of the building occupants.

5.6.1. Role of PMC during Operation & Maintenance Services (O&M Services)

To meet the above objective, Institute intends that PMC should monitor the O&M Services for a
further period of two years (extendable for further two years on mutual consent) upon
completion and handing over of the facilities to the institute by deploying knowledgeable, skilled
and well trained manpower.

43
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Therefore the Operation & Maintenance of Services of the constructed facilities shall be the
responsibility of the PMC as part of its O&M Services.

a) PMC shall prepare the O&M Services Manual for the Campus considering the indicative O&M
Services given below and submit the same for approval by the Institute.

b) Based on the approved O&M Services Manual for the Campus, the PMC shall prepare the
Cost Estimates for O&M cost with bifurcation for fixed expenses and variable expenses.

c) The PMC shall be responsible for selection, contract management and oversight of vendors
/ agencies for deploying a knowledgeable, skilled and well trained manpower services
through a competitive bidding process and placement of order and in finalizing the contract
with them with the approval of the Institute for 2 years of O&M period.

5.6.2. Indicative O&M Services shall include but not limited to

a) Maintenance and Up-gradation of Roads, road networks, pathways, gates,


watch towers
and point at main gate for receiving postal deliveries.

b) Integrated Estate and facilities management including electricity -

(i) Housekeeping Services


(ii) Horticulture Services
(iii) Security Services
(iv) Parking Management Services
(v) Electro-mechanical Services
(vi) Electrical Engineering works including Solar Power system
(vii) Internal and External Electrification, Computers, PA System etc. and (viii) Administrative
Services.

c) Water and Waste Water Management

(i) Water Supply, Waste Water Management and Firefighting System.


(ii) Sewage Treatment & Sewerages System.

d) Solid Waste Management.

5.7. Reports

The PMC shall prepare the requisite reports and forward it to Institute for final decision and will
make a presentation on the report for discussion with the Institute as required. The PMC is
required to prepare and submit a monthly report that includes and describes, inter alia, general
progress to date; data and reports obtained and reviewed, conclusions to date, if any, concerns
about availability of, or access to, data, analyses, reports, questions regarding the scope of works
and related issues and so on during Pre-construction Stage.
44
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

All reports and documents prepared by the PMC shall be professional, precise and objective. The
report formats shall be finalized in Consultation with the Institute. The PMC shall provide four
copies/sets in electronic format each of the following reports to Institute.

5 .7.1. Pre-Construction Stage


a) Commencement Report: within 30 days after commencement of services. The Commencement
Report shall contain the project background, approach and methodology, details of all meetings
held with the Institute and the decisions taken therein, the resources mobilized by the PMC. The
report shall also include the indicative Work Program and Resource Mobilization for the Project.

b) Prepare and submit design brief illustrating the Institutes quantitative and qualitative
requirements.

c) Review Reports of various draft submissions made by Architect.

d) Draft Applications to obtain statutory clearances / approvals required from statutory authorities
for Planning and construction stage, as required.

e) Draft Bidding Document for selection of Contractor, tendering and Bid Evaluation Report. Draft
Contract Agreement to be entered between Institute and Contractor.

5.7.2. Construction Stage

i. Commencement Report within 30 days after Commencement of work by Contractor;

ii. Construction Supervision Manual within 30 days after Commencement of Services/works;

iii. Quality Assurance (QA) Document within 30 days after Commencement of work by the contractor.

iv. Monthly Progress Report by the 5th day of month;

v. Quarterly Progress Report by the 10th day of the month of submission; and

vi. Final Report at the completion of works/services.

5.7.3. The Contractor’s work Commencement Report shall contain the Contractors Master Work Program
and Resource Mobilization for the Project.

(a) The Progress Report (Monthly and Quarterly) shall contain details of all meetings, decisions taken
therein, mobilization of resources (Consultants’ and the Contractors’), physical and financial
progress and the projected progress for the forthcoming periods. The Report shall clearly bring
out the delays, if any, reasons for such delay(s) and the recommendations for corrective
measures. The Report shall also contain the performance data for Contractor’s plant and
equipment. The broad scope of progress reporting is as given under: -

45
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

 Report on progress of work for each activity stating:


percentage progress of the activity; deviation from the schedule; status of the activity (critical,
sub-critical, non-critical); status on material procurement and stock; cash-flow for each item of
works as well as for the total project; monthly summary of percentage progress (physical &
financial); and, Monthly summary of cash flow.

 Projections
Monthly projections of percentage progress, physical & financial; and Monthly projections for
cash-flow.

 Critical Activity
Report on the progress and status of critical activities; change of status from non/subcritical
to critical activity due to slippage; statement on slippage and remedial actions taken; and
Effectiveness of the remedial action(s) taken in the previous month.

 Review
Review the progress achieved in the previous month and revised schedule, if any; and
Review of any changes required in the schedule due to the reasons beyond the control of
the Contractor.

(b) The QA Document shall be evolved on the basis of the relevant NBC, CPWD and BIS
publications and recommendations contained in the widely used international practices on
quality of construction materials and completed works. The document shall contain all relevant
data formats for QA and QC and the acceptance criteria for materials and works. The document
shall also contain the methods for the analysis of quality control (QC) testing.

(c) The final report on Completion of works will summarize comprehensive verification report
of all the completed works by contractor, contractor’s payments, claims, variation, settlements
and commercial closing report. The report shall also comprise the brief of available campus
facilities with requisite details of:

 Design/Construction Specifications

 All relevant Correspondences and Submittal files


 Facility wise Completion Reports

 As-built Drawings

 List of Materials used

 Certified Tests and Reports


 Civil/Sanitary
 Mechanical/HVAC
 Electrical

46
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

5.7.4. Operation & Maintenance Stage

(i) Operation & Maintenance Manual;

(ii) Monthly Progress Report by the 5th day of month;

(iii) Quarterly Progress Report by the 10th day of the month of submission; and
(iv) O&M Manuals provide procedures to operate and maintain the campus facilities, various
systems and equipment installed to meet their intended function. It is important to
analyze and evaluate a facility from the system level, then develop procedures to attain
the most efficient systems integration, based on as-built information and the
Maintenance Program.

6. CONDITIONS OF CONTRACT

6.1. Governing Law and Jurisdiction

This agreement shall be construed and interpreted in accordance with and governed by the laws
of India, and the courts at Ranchi shall have exclusive jurisdiction over matters arising out of any
dispute pertaining to the RFP.

6.2. Notices
Any communication to be given by the PMC to the Institute or vice versa under or in connection with
the matters contemplated in the RFP shall be in writing and shall:

a) In the case of the PMC - be given by e-mail and by letter delivered by hand to the address given
and marked for attention of the PMC’s Representative or to such other person as the PMC may
from time to time designate by the proper intimation to the Institute;

b) In the case of the Institute - be given by e-mail and by letter delivered by hand and be
addressed to the Institute with a copy delivered to the Institute Representative or to such other
person as the Institute may from time to time designate by the proper intimation to the PMC;
and

c) Any notice or communication by one party to the other party, it shall be deemed to have been
delivered on

i. The actual date and time of delivery in the case of by post, and
ii. On the working days in the case of by e-mail.

6.3. Taxes and Duties

47
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Unless otherwise specified in the RFP, the PMC shall pay all such taxes, duties, fees and other
impositions as may be levied under the Applicable Laws and the Institute shall perform such duties
in regard to the deduction of such taxes as may be lawfully imposed on it.

6.4. Commencement of Services

The date of start shall be reckoned from the date of signing of the Agreement.

6.5. Insurance to be taken out by the PMC

During the performance of services hereunder, PMC at its own cost, shall take out, carry and maintain
insurance as applicable from the list below:
Workman’s compensation insurance, covering all employees of PMC for statutory benefits as set
out and required by local law in the area of operation or area in which PMC may become legally
obliged to pay the insurance benefits for personal injury or death against fire, theft, damages and
loss of all property owned by PMC at the construction site.

Group personnel accident insurance covering PMC’s employees. Any other insurance cover,
which may be required to be taken under the law or on any other account.

6.6. Documents Prepared by the PMC to be Property of the Institute

i) All plans, drawings, specifications, designs, reports and other documents (collectively referred
to as “Consultancy Documents”) prepared by the PMC (or its Sub Consultants) in performing
the services shall become and remain the property of the Institute and all intellectual property
rights in such Consultancy Documents shall vest with the Institute.

ii) The PMC shall, not later than termination or expiration of this Contract, deliver all Consultancy
Documents to the Institute, together with a detailed inventory thereof. The PMC, its Sub-
Consultants or a Third Party shall not use these Consultancy Documents for purposes unrelated
to this Contract without the prior written approval of the Institute.

6.7. Accuracy of Documents

The PMC shall be responsible for accuracy of the data collected by it directly or procured from
other agencies / authorities, the designs, drawings, estimates and all other details prepared by
it as part of PMC services. It shall indemnify the Institute against any inaccuracy in its work
which might surface during implementation of the Project, if such inaccuracy is the result of
any negligence or inadequate due diligence on part of the PMC or arises out of its failure to
conform to good industry practice. The PMC shall also be responsible for promptly correcting,
at its own cost and risk, the drawings including any re-survey / investigations.

6.8. PMC’s Personnel and Sub-consultants

i. The PMC shall deploy a well constituted PMC support team meeting the requirements and duly
approved by the Institute shall be present at the Institute site throughout the Project. The
48
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

person designated as the Team Leader of the PMC’s personnel shall be responsible for the
coordinated, timely and efficient functioning of the personnel. In addition, the PMC shall
designate a suitable person as Project Manager (the “Project Manager”) who shall be
responsible for day to day performance of the services.

ii. The Project Management Consultancy Team shall comprise of a Team of professionals headed
by the team Leader.

iii. Team leader and Project Manager shall be deployed within 15 days after issuing LOA by the
Institute whereas the other members of Project Management Team shall be deployed within
30 days after issuing LOA by the Institute, as required.

iv. The general composition of the PMC team shall be as follows: -

Sl. No. Team Composition Number Qualification and


Minimum Experience in
years
1 Team leader and Project Manager 1 M. Tech. (Civil) with 20
years or BE/B. Tech. (Civil)
with 25 years’ experience
2 Civil & Structural Engineer 3 M. Tech. / B. Tech. 15/20
years’ experience
3 Architect 1 Degree in Architecture
with 10 years’ experience
4 Contract Specialist/legal 1 BE/B. Tech./LLB with 15
years’ experience
Sl. No. Team Composition Number Qualification and
Minimum Experience in
years
5 Mechanical / Electrical Engineer 2 BE/B. Tech. (Mech./
Elect.) with 10 years’
experience
6 Public Health Engineer 1 M. Tech. (Civil) with 10 or
BE/B. Tech. (Civil) with 15
years’ experience
7 IT Expert 1 BE/B. Tech. (IT) with 10
years’ experience
8 Quantity Surveyor/ Billing Engineer 1+2 BE/B. Tech. (Civil) /
Diploma (Civil) with
5/10 years’ experience

9 Quality Control Engineer 5 BE/B. Tech. (Civil) with


10 years’ experience

49
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

10 Environmental and Social Expert 1 M. Tech. / B. Tech.


(Environ./Civil) with 5/10
years’ experience
11 Construction Engineer 5 BE/B. Tech.
(Civil/Mech./Electrical)
With 8 years’ experience
12 Interior Designer (as per requirement) 1 B. Arch. with 5
years’ experience
13 Surveyor 1 BE/B. Tech. (Civil) with
5 years’ experience
14 Supervisors (minimum 1 under each 5 Diploma (Civil / Mech. /
construction engineer) Electrical Engineering)
15 Lab Technician 2 Diploma (Civil / Mech.
Engineering) with 5 years’
experience
16 Auto Cad Draftsman 2 Diploma (Civil Engg.)
with 5 years’
experience
17 Other required Personnel As essential/required and
mutually agreed

However, the exact composition of the team shall consist of any or all the above mentioned
functionaries depending on the requirement of the project. It could also consist of more/less
than the member of one type of functionaries, as decided by the Institute depending on the
requirement of the project. The deployment of the personnel (continuous or intermittent) at
site shall be done on approval of the Institute.
v) Maximum age for the personnel in the PMC shall be 55 years for Team Leader/Project manager
and 50 years for other members of the PMC team. The Institute shall have full liberty to ask PMC to
remove any official deployed for the work without attributing any reason.
vii) The PMC shall comply with such directions for removal of the official within 15 (fifteen)
days of issue of written notice of replacement; the substitute if any desired by the Institute
shall be deployed within 15 days with the approval of the Institute.

viii) The bidder is required to submit the CVs of the members of the team prior to deployment
at site for approval. If the Institute feels that the CV of the person is not suitable for the
work then another CV of similar category shall be forwarded for consideration and
approval.

ix) PMC Local Office: To ensure proper performance of all activities of the project, the PMC
shall open a fully functional site office within a month of signing of Agreement at or near
the project site at their own cost till the completion of the project and shall have the
required dedicated personnel stationed there for interaction all the time. No site personnel
shall be transferred / withdrawn without the consent of the Institute. Similarly, prior to
induction of any new personnel on the project site the approval of the Institute shall be
obtained.

50
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

x) Sub-Consultants: The PMC may, with prior written approval of the Institute, engage
additional Sub-Consultants or substitute an existing Sub-Consultant as per the requirement
of works, at its own cost.

6.9. Additional Services

The PMC shall make available, on the Institute’s written request, such additional services
in to those described in this agreement and on such terms and conditions as may be
mutually agreed upon between the Institute and the PMC.

6.10. Changes and Additions

The Institute shall have the right to request PMC in writing to make any changes, modifications,
and/or additions within the design and broad scope to PMC’s scope of services. The PMC shall
on such written requests carry out the consequential work on account of such changes /
modifications or addendum etc. without any additional payment from the Institute.

6.11. Settlement of Disputes:

6.11.1. Amicable Resolution

Any dispute, difference or controversy of whatever nature between the Parties, howsoever
arising under, out of or in relation to this Agreement (the "Dispute") shall in the first instance
be attempted to be resolved amicably through discussions between the Parties.

6.11.2. Dispute Resolution

a) Any dispute, difference or controversy of whatever nature howsoever arising


under or out of or in relation to this agreement (including its interpretation)
between the Parties, and so notified in writing by either Party to the other Party
(the “Dispute”) shall, in the first instance, be attempted to be resolved amicably in
accordance with the conciliation procedure set forth in Clause 6.11.3.

b) The Parties agree to use their best efforts for resolving all Disputes arising under
or in respect of this agreement promptly, equitably and in good faith, and further
agree to provide each other with reasonable access during normal business hours
to all non- privileged records, information and data pertaining to any Dispute.

6.11.3. Arbitration

a. Procedure
Any Dispute which is not resolved amicably within 30 days, the same shall be referred to the
Director of the Institute. There upon, the Director, shall appoint a sole arbitrator within

51
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

thirty days. The proceedings of the arbitrations shall be conducted as per Arbitration &
Conciliation Act 1996.

b. Place of Arbitration
The place of arbitration shall ordinarily be the Institute but by agreement of the Parties, the
arbitration hearings, if required, may be held elsewhere.

c. English Language
The request for arbitration, the answer to the request, the terms of reference, any written
submissions, any orders and awards shall be in English and, if oral hearings take place, English
shall be the language to be used in the hearings.

d. Enforcement of Award
The parties agree that decision or award resulting from arbitration shall be final and binding upon
the parties and shall be enforceable in accordance with the provision of the
Arbitration Act subject to the rights of the aggrieved parties to secure relief from any higher
forum.

e. Performance during Dispute Resolution


Pending the submission of and/or decision on a dispute and until the arbitral award is published,
the Parties shall continue to perform their respective obligations under this
agreement, without prejudice to a final adjustment in accordance with such award.

6.12. Termination of Agreement

The Institute, without any prejudice to its right against the PMC in respect of any delay may
absolutely terminate the contract, by three months' notice in writing, in any of the following cases:
a) If the PMC being a firm shall pass a resolution or the courts shall make an order that the firm
shall be wound up or if a receiver or a manager on behalf of the creditor shall be appointed
or if circumstances shall arise which entitle the court or creditor to appoint a receiver or
manager which entitles the court to make up a winding order.

b) If the PMC commits a breach of any of the terms of the Agreement. If the PMC fails to remedy
any breach here of or any failure in the Performance of its obligation within 30 days of receipt
of notice.

When the PMC has made themselves liable for action under any of the clauses aforesaid, the
Institute shall have powers:

(i) To terminate this agreement.

(ii) To engage another PMC to carry out balance work at the risk and cost of the PMC
appointed through this Agreement for which original PMC shall not be allowed to
participate. In such eventuality, all the documents (reports / drawings / designs etc.)
submitted by the outgoing PMC shall be the property of the Institute.

52
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

c) If due to any contingency, whatsoever it may be, the Institute decides to curtail the scope of
work or totally abandon the work, payment to the PMC will be made up to the stage of work
executed by them up to the date of issue of the letter intimating about the Institute's decision.

d) In the event of termination of agreement, due to reasons attributable to the PMC, the
performance guarantee shall be forfeited absolutely.

6.13. Suspension of Agreement

The Institute may, by written notice of suspension to the PMC, suspend all payments to the PMC
hereunder if the PMC shall be in breach of the Contract or shall fail to perform any of its
obligations under the Contract, including the carrying out of the Services; provided that such
notice of suspension
(i) Shall specify the nature of the breach or failure, and

(ii) Shall provide an opportunity to the PMC to remedy such breach or failure within a period not
exceeding 30 (thirty) days after receipt by the PMC of such notice of suspension.

6.14. Delay, Liquidated Damages and penalty

6.14.1 Force Majeure

a) For the purposes of this contract, “Force Majeure" means an event which is beyond the
reasonable control of both parties and which makes parties’ performance of its obligations
hereunder impossible or so impractical as reasonably to be considered impossible in the
circumstances, and includes, but is not limited to, war, riots, civil disorder, earthquake, fire
explosion, storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial action are within the
power of the party invoking Force Majeure to prevent), confiscation or any other action by
government agencies.

b) Force Majeure shall not include:


(i) any event which is caused by the negligence or intentional action of a party or such party's
sub Architect or agents or employees, nor

(ii) any event which a diligent party could reasonably have been expected to both [a] take into
account at the time of the conclusion of this contract and [b] avoid or overcome in the carrying
out its obligations hereunder.

c) Force Majeure shall not include insufficiency of funds or failure to make any payment required
hereunder.

d) Both parties have to keep a record of such conditions which delay the work and the time period
for completion of the project will extend accordingly.

No Breach of Contract :

53
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

The failure of a party to fulfil any of its obligations hereunder shall not be considered to be a
breach of, or default under, this contract in so far as such inability arises from an event of Force
Majeure, provided that the party affected by such an event has taken all reasonable precautions,
due care and reasonable alternative measures, all with the objective of carrying out the terms
and conditions of this contract.

Measures to be taken :
A party affected by an event of Force Majeure shall take all reasonable measures to remove such
party's inability to fulfil its obligations hereunder with minimum of delay.

A party affected by an event of Force Majeure shall notify the other party of such event as soon
as possible and in any event not later than fourteen (14) days following the occurrence of such
event providing evidence of the nature and cause of such event and shall similarly give notice of
the restoration of normal conditions as soon possible.

The parties shall take all reasonable measures to minimize the consequences of any event of Force
Majeure.

e) Extension of Time as a result of Force Majeure :


Any period which a party shall pursuant to this contract complete any action or task shall be
extended for a period equal to the time during which such party was unable to perform such
action as a result of Force Majeure.
Consultation :
Not later than thirty (30) days after the award of work, as the result of an event of Force Majeure,
have become unable to perform a material portion of the services, the parties shall consult with
each other with a view to agreeing on appropriate measures to be taken in the circumstances.

6.14.2 Responsibility for Delay

Any delay on schedule, in completing the project other than the delay purely attributable to the
Institute will be attributed to the PMC irrespective of the source of the delay. In cases of
such delay, compensation, as specified in Clause 6.14.3 will be levied.

6.14.3. Extension of Time

Extension of time may be granted by the Institute, if reasonable and sufficient grounds as per
assessment of the Institute exist for the delay by PMC in fulfilling their obligations. No financial
claim of the PMC shall be entertained by the Institute attributable to such extension except the
extension of time if agreed. The extension of time, if granted, will also be without prejudice to
the right of the Institute to levy compensation from the PMC for the delay at a later date. The
validity of performance guarantee shall also be extended accordingly by the PMC at his own
cost.

6.14.4 Liquidated Damages

54
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

a) The time allowed for carrying out the work as specified shall strictly be observed by the PMC
and shall be the essence of the contract. The work shall, throughout the stipulated period
of contract, be processed with all diligence and in the event of failure of PMC to get the
work completed within the agreed time schedule, the PMC is liable to pay damages to the
Institute in case of delay in completion of the project beyond the time limit stipulated, solely
attributed to the PMC @ 0.25% (zero point two five percent) on fee for each week of delay
subject to maximum of 10% (ten percent) of the fee.

b) In addition to clause liquidated damages, PMC shall be liable to pay damages to the tune of
2% (two percent) of the consultancy fee payable in case GRIHA star rating as decided by the
Institute is not achieved. The amount shall be deducted from each RA bill on pro-rata basis
and shall be released on submission of GRIHA star certification. The institute has decided to
achieve GRIHA 3 Star rating.

c) The decision of Director, of the Institute or any other competent Authority of the Institute
to levy compensation for delay and the amount of compensation levied is final and binding
and is completely excluded from preview of conciliation and arbitration. The Institute may
decide to deduct the Compensation amount against any sum payable to the PMC, under
this agreement.

d) Penalty for deficiency in Services:

In addition to the liquidated damages not amounting to penalty, warning may be issued
to the PMC for minor deficiencies on its part. In the case of significant deficiencies in
Services causing adverse effect on the Project or on the reputation of the Institute, other
penal action may be taken by the Institute including debarring for a specified period or
with holding.

e) The following activities shall attract penalties which shall be deducted from the monthly bill
for consultancy services: -

Sl. No. Activities Penalty

1 Report Submission If there is any delay in report submission, the Institute may impose a
penalty by deducting Rs.1,000.00 per day of delay per report.
2 Absent from Duties For any reason whatsoever, if any team member remains absent
from duty for a cumulative period of more than 15 working days in a
years or more than 5 working days at one time, the PMC shall deploy
a personnel of equal or higher qualification and experience under
the intimation to the Institute. In the event of the failure of the
consultant to do so, a penalty of 0.1% (zero point one percent), shall
be made from the payment due.
3 Delay in Bill Submission If there is any delay in Bill submission, the Institute will impose a
penalty by deducting Rs. 1,000.00 per day of delay per bill.

55
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

4 Change of Manpower In change of manpower a.


Key personnel 1 time.
b. Other professional 2 times.
c. For any change in key personnel more than one time after
confirmation the Institute will impose a penalty of Rs.25,000/(Rupees
twenty five thousand Only) on each change.
d. For any change in other professionals during the work, the
Institute will impose a penalty of Rs.5,000/-
5. Mistake in If any major error is found in taking measurements Which is +/- 10%,
measurements due the Institute will impose a penalty by deducting up to
to negligence/ Rs.5,000/(Rupees Five Thousand Only) per mistake.
informational
6. Conduct quality The Institute may conduct independent quality monitoring and
control checking of works carried out by contractor and certified or /and
measures & QA recommended for payment by the PMC. If such checks disclose that
works certified or /and recommended for payment by the PMC do not
meet the specified requirement, the Institute will not pay the PMC fees
for the affected portion which shall be calculated @ 3 % of the value of
such work. In addition, the Institute will impose a penalty up to 100%
of such fee (calculated for the work) and without entitlement to
payment of further Fees in this scope of work.
7. Performance of the If the service of a team member provided by the PMC is not acceptable
team members to the Institute, the Consultant shall replace the team member within
30days of given such notice. If the PMC fails to quickly deploy/replace
a team member as instructed by the Institute the Institute may make
temporary arrangement. The temporary deployment/ replacement
shall be paid by the PMC. In addition to the cost of the temporary
replacement, the Institute shall impose a penalty up to 50% of the
cost of the temporary deployment/ replacement until such time that
the PMC provides an acceptable replacement/ team member.

f) In the event of total default / failure by the PMC in providing the Services, The Institute
reserves the right to get the Services executed by any other consultant at the cost and risk
of the PMC.

6.14.5. Compensation for Cost Over run

Any cost overrun over and above the approved project cost for the project other than the
cost overrun by the Institute’s decisions will be attributed to the PMC. In this case a
compensation of 0.5% of the fee payable to the PMC for every 1% cost overrun on the
Approved project cost (after accounting the Institute’s decisions, if any) subject to a
maximum of 10 % of the total fees, will be levied by the institute.

The decision about the total percentage of such compensation to be levied (subject to the
maximum specified) shall be the sole discretion of the Director, IIM Ranchi and shall be final
and binding and excluded from the preview of conciliation and arbitration.
56
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

6.15. Payment Terms to PMC

6.15.1. Payment Milestones: The Institute shall make the payments against the invoices raised by the
PMC in accordance with the payment milestone as set forth in table below, within 30 days
from the date of submission of the respective invoice except where there is an objection /
disagreement on the bill by the Institute:

a) Pre-Construction Phase: 15% of the fees, Payment milestone during pre-construction phase
shall be as follows:

i. On submission of survey reports, i.e. Geotechnical survey and Hydrological survey - 3% of the
total fees.
ii. On completion of Civil & Structural design engineering and it’s vetting - 5% of the total fees.
iii. On approval of tender documents to invite the bids for the appointment of the Contractor-
4 % of the total fees.

iv. On commencement of construction work by the selected Contractor: 3% of the fees.

b) Construction Phase and project closure: 60% of the fees. Payment milestone during construction
phase shall be as follows:

(i) 50% (Fifty percent) of the fees for construction phase shall be released on pro-rata linked
with the payment made to the contractor on quarterly basis.

(ii) 10% (Ten percent) of the fees for construction phase shall be released after settlement of
accounts, settlement of CTE / audit observation arbitration or any other observations,
handing over of work and obtaining occupancy certificate and other approvals as per scope
of the services of project management consultant.

c) During O&M Phase: 25% of the fees. Payment during O&M phase shall be as follows:

(i) Total time frame of O&M period shall be 24 months.

(ii) Payment shall be made on equal quarterly installment

6.16 PMC will seek prior approval of the Institute for the following:

i) Issuing / approving variation orders which have financial implications, except in emergency
situation as reasonably determined by the PMC.

ii) Approving rates for new items of work or for existing items of work which deviate in quantities
beyond the limits defined in the contract.

57
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

6.17 Indemnity

a) The PMC shall indemnify and hold harmless the institute and each of its representatives,
agents and employee against and from any claims, demands, damages or costs arising from
the act/acts, neglect or omission of the PMC, its representatives, agents and employee
including those causing death, injury or damage to property of any individual or party.
b) The PMC shall also indemnify and hold harmless the institute and each of its
representatives, agents, partners and employee against and from any claims demands,
damages or costs arising from or at the instance of the staff, employee or workmen of any
of the agencies involved in the project including the PMC. Architects, construction agencies
or sub agents of any of such agencies including under the workmen’s compensation act or
any other statutory provisions.

7. TIME SCHEDULE:

The total duration for the assignment shall be as:-

i) Pre-construction Stage to be reckoned from the 15th day 6 Months


of award of the work i.e. issue of work order / letter of
award.
ii) Construction Stage (from the date of commencement of 24 Months
works at site after activity at (i) above till the construction
is completed in all respects and the project is handed over
to the Institute.)
iii) Operation & Maintenance Stage (from the date of 24 months
handing over of the project to the Institute)

Note: Defect liability period shall be 12 months from the date of handing over of the buildings, with all
allied services completed in all respects, to IIM Ranchi.

Form - 1
Transmittal Letter

Tender No. ______________

Location: ________________

Date: ___________________

58
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

From:
[ Name of the Firm]
_________________________
_________________________
_________________________

To,
___________________________,
Indian Institute of Management, Ranchi,
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi – 834008, Jharkhand

Subject: Selection of Project Management Consultant (PMC) to provide “Project Management


Consultancy for the development of permanent campus (Phase-I works) of IIM Ranchi along with all
Engineering services at HEC Area, Near DAV Alok Public School, Ranchi, Jharkhand.”

Dear Sir,

We, the undersigned, offer our willingness to undertake the above subject work in accordance with RFP
Document. The Bid Security amounting to Rs. 20.00 lakhs is being submitted as per RFP document.

This submission is being made on behalf of …………………………………… (Name of Bidder) by


…………………….. (Name of authorized signatory), duly authorized to
submit this
Proposal.

Our bid is valid for your acceptance for a period of 180 days from the bid due date of the bid (bid due date)
as per bid document or any extension thereto.

We understand that you are not bound to accept any Proposal you receive.

Sincerely,

Signature:

Name & Designation of the authorized


Signatory:

Name of Firm:
Address:
59
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 2

Bidder’s Profile

Tender Notice No. IIMR/Admin./Pur/RFP/PMC/2018-19/02 Dt. 18.06.2018

Sl. Particulars Details


No.
1. Name of bidder
2 Legal status of bidder Company/ Partnership Firm
3 PAN details
4 GST Registration details
5 Registration No. and Year of commencement of
business
6 Address of registered office
7 Address particulars Main / Corporate Office : Ranchi
Branch :
8 Address particulars of other offices (Other 1.
than Sl. No. 7) 2.
3.
4.
5.
9 Name, designation and correspondence particulars Name :
of Authorized Signatory Designation :
Tel. / Mobile No. :
E-mail :

Note: The following documentary evidences are to be enclosed:

1. Certificate of Registration
2. Certificate of Registration of relevant statute in respect of main/ branch offices mentioned at Sl.
No. 7 & 8
3. Power of attorney, issued in favour of authorized signatory, to sign and submit the proposal as per
attached format.

Signature:

60
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Name & Designation of the authorized


Signatory:

Form - 3

Technical Capacity (Experience) of the Bidder to claim eligibility

Tender No. __________________

Sl. Name of Address and Date of Whether Project Scope of


work/ contact cost (in the Bidder
No. participated

Start Completion

Project detail of The as single Rs. Cr)

and Institute/ firm / lead excluding


location organization member, in the cost of

a JV land

61
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Note:

1. Detailed Information in respect of each Project is to be enclosed.


2. Successfully completion certificate of the project issued from the competent authority/Engineer-
in-charge to be enclosed for each project. Provisional Certificate issued in this regard would also be
eligible. In absence of such certificates, self-certification issued by the Director of the bidding
Company stating clearly the reason for non-issuance of the same by the client, to the full
satisfaction of the Institute, may be considered.

Signature:

Name & Designation of the authorized


Signatory:

Name of Firm:

Address:

Form - 4

62
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Project Data Sheet to claim Eligibility

(Separate Form to be submitted for Eligible Project)

Tender No. __________________

Project name, location and brief description


of its nature
Project owner
Briefly describe the general specifications of
the finished project / building
Total Built-up covered area
(in Sq. M.)
Total Land Area (in acres)
Total cost of the project (in Rs Crore)
(excluding cost of land)
Duration (from getting the appointment to
handover)
Date of start of project and Actual Date of
Completion
Reference (name, title, tel. no. / e-mail)

Note:

1. Certificate from the client to be enclosed for each project.


2. Provisional Certificate issued in this regard would also be eligible. In absence of such certificates, self-
certification issued by the Director of the bidding Company stating clearly the reason for nonissuance
of the same by the client, to the full satisfaction of the Institute, may be considered.

Signature:

Name & Designation of the authorized


Signatory:

Name of Firm:

Address:

63
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 5

AFFIDAVIT FOR SIMILAR WORK EXPERIENCE

To,
_____________________________,
Indian Institute of Management Ranchi,
Suchana Bhawan, Audrey House Campus,
Meur’s Road, Ranchi – 834008 (Jharkhand)

I/We undertake and confirm that eligible similar works (s) has/ have not been got executed
through another PMC/ agency on back to back basis. Further that, if such a violation comes to
the notice of the Institute, then I/we shall be debarred for tendering in the IIM’s in future forever.
Also, if such a violation comes to the notice of the Institute before date of commencement of
services, the Institute shall be free to forfeit the entire amount of Performance Guarantee.

Yours faithfully

(Signature of Authorized Signatory)

64
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 6

KEY EMPLOYEES LIST

No Name of Employee Qualifications Age Years of CV Attached


Experience
A. Civil Engineers

1 Yes/No
2 Yes/No
3 Yes/No
B. Electrical / Mechanical Engineers

1 Yes/No
2 Yes/No
3 Yes/No
C. Public Health Engineers

1 Yes/No
2 Yes/No
3
D. Environment Planners / Engineers

1 Yes/No
2 Yes/No
3
E. Urban Planners / Designers

1 Yes/No
2 Yes/No
65
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

3 Yes/No
F. Architects
1 Yes/No
2 Yes/No
3 Yes/No
G. Contract Legal Specialties
1 Yes/No
2 Yes/No
3 Yes/No
H. Any Other

(Signature of Authorized Signatory)

Form - 7
CURRICULUM VITAE (CV) OF KEY EMPLOYEE
(Not to exceed 3 pages)

Tender No. __________________

1 Name of Employee:

2 Date of Birth:

3 Nationality:

4 Years with the firm:

5 Total Professional Experience (in years):

66
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

8. Educational Qualifications

Qualifications University / Institute Year of passing

9. Employment History (in chronological order)

Name of Employer Positions Held Period From Period to


and address

10. Detailed Tasks to be assigned in this Project:

11. Details of Projects worked on:

Certificate

I/We certify that the above information is true to the best of my knowledge and belief and nothing
material has been concealed herein.

(Signature of Authorised Signatory)

Form - 8

67
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

FINANCIAL CAPACITY OF THE BIDDER

Tender No. __________________

(In Rupees Crores)

Particulars 2016-17 2015-16 2014-15 2013-14 2012-13


Turnover

Net worth

Profit After Tax

Instructions:

The bidder shall attach copies of the balance sheet, financial statement and Annual Report for 5
(five) years as stated above. The financial statements shall include the following:

a. Bidder needs to fill the Annual Turnover for last five financial years;

b. Be audited by a statutory auditor;

c. Be completed, including all notes to the financial statements.

d. This form should be certified by the Statutory Auditor of the Company.

----------------------------------- -------------------------------------
(Signature of Statutory Auditor) (Signature of Authorized Signatory)

68
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 9

FORMAT FOR POWER OF ATTORNEY

Tender No. __________________

Know all men by these presents, We___________________________________ (name of the company


and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize
Mr./Ms. (Name), __________________ son/daughter/wife of

__________________________and presently residing at __________________, who is [presently


employed with us and holding the position of _________________________], as our true and lawful
attorney (hereinafter referred to as the “Attorney”) to do in our name and on our behalf, all such acts,
deeds and things as are necessary or required in connection with or incidental to submission of our Bid
for Selection of Project Management Consultant(PMC) to provide “Project Management Consultancy for
the development of permanent campus of IIM Ranchi along with all Engineering services at HEC Area,
near DAV Alok Public School, Ranchi, Jharkhand” being developed by the Indian Institute of Management
Ranchi (the “Institute”) including but not limited to signing and submission of all applications, bids and
other documents and writings, participate in Pre-bid and other conferences and providing information/
responses to IIM, Ranchi, representing us in all matters before IIM Ranchi, signing and execution of all
contracts including the License Agreement and undertakings consequent to acceptance of our bid, and
generally dealing with IIM Ranchi in all matters in connection with or relating to or arising out of our bid
for the said Project and/ or upon award thereof to us and/or till the entering the Agreement with IIM
Ranchi.

AND, we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in
exercise of the powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF, WE,____________________, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED


THIS POWER OF ATTORNEY ON THIS ____ DAY OF ________, 2018.

For ---------------------------

(Signature)

(Name, Title and Address)

69
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Witnesses:

1. [Notarized] Accepted

(Signature)
(Name, Title and Address of the Attorney)

Form - 10

Bidder’s Affidavit

(To be swore on a non-judicial stamp paper of Rs.10/-)

Tender No. __________________

AFFIDAVIT

*I/ We________________________________ *Director/ Proprietor/ Authorized Signatory of


______________________________________________ (mention name of firm/company and complete
address) do hereby solemnly affirm and declare as under:

1. That *I/We *am/are registered as _____________________________ (name of *firm/company) vide


registration No. __________________ under the provisions of _________________________
(mention the name of the Act).

2. That *I/We __________________________________ have applied in response to


“Project Management Consultancy for the development of permanent campus of IIM Ranchi along
with all Engineering services at HEC area, Near DAV Alok Public School, Ranchi, Jharkhand.”

3. That the above named bidder is eligible to submit the proposal as neither the bidder nor any of its
related entities have been de-barred/restrained/ blacklisted by any central Government/state Govt.
agency/ Autonomous body central Government/state Govt / public sector undertaking etc. in last 5
years from last date of submission of bid, from providing PMC services of similar works.

DEPONENT

VERIFICATION

70
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

*I/we ____________________ the above named deponent do hereby verify that the contents of the
aforesaid are true and correct to the best of *my/our knowledge and belief and nothing is concealed
therefrom.

Verified at ______________ this _____________________ day of _______ 2018.

DEPONENT

Form - 11

DETAILS OF TECHNICAL PERSONNEL TO BE DEPLOYED


FOR THIS PROJECT

Tender No. __________________

Sl. Name Qualification Designation Details of Role in Remarks


No. Experience this
project
1 2 3 4 5 6 7

71
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

(Signature of Authorized Signatory)

72
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 12
DETAILS OF DISCIPLINES FOR WHICH CONSULTANTS ARE PROPOSED TO BE APPOINTED BY THE
BIDDER FOR THIS PROJECT

Tender No. __________________

Sl. Details of Role in this


Name of Discipline Remarks
No. Discipline Project
1 2 3 4 5

(Signature of Authorized Signatory)

73
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 13 Format for Performance Security Bank Guarantee


(To be provided at the time of signing of Agreement)

Tender No. __________________

In consideration of the Institute having offered to accept the terms and conditions of the proposed
agreement between……………………………….. and …………………………………… (hereinafter called “the said
PMC” name of the work
(hereinafter called “the said consultancy agreement”) having agreed to production of an irrevocable
bank guarantee for Rs-----(Rupees -----Only) as a security/ guarantee from the PMC for compliance of
his obligations in accordance with the terms and conditions in the said consultancy agreement.

1. We………………………………. (hereinafter referred to as the “Bank”) hereby undertake to (indicate


the name of the Bank) _________________________________ pay to the Indian Institute
of Management Ranchi an amount not exceeding Rs.----
(Rupees------ only) on demand by the Indian Institute of Management Ranchi.

2. We……………………………….. do hereby undertake to pay the amounts due and payable (Indicate
the name of the Bank) ______________________________ under this Guarantee without
any demur, merely on a demand from the Indian Institute of Management Ranchi that the
amount claimed is required to meet the recoveries due or likely to be due from the said PMC.
Any such demand made on the bank shall be conclusive as regards the amount due and
payable by the bank under this Guarantee . However, our liability under this Guarantee shall
be restricted to an amount not exceeding Rs.------- (Rupees ----only).

3. We, the said bank, further undertake to pay to the Indian Institute of Management Ranchi any
money so demanded not withstanding any dispute or disputes raised by the PMC in any suit
or proceeding pending before any Court or Tribunal relating thereto, our liability under this
present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment
thereunder, and the contractor(s) shall have no claim against us for making such payment.

74
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

4. We…………………………………… further agree that the Guarantee herein contained shall (indicate
the name of the Bank) _________________________________ remain in full force and effect
during the period that would be taken for the performance of the said consultancy agreement,
and it shall continue to be enforcement till all the dues of the Indian Institute of Management
Ranchi under or by virtue of the said consultancy agreement have been fully paid, and its
claims satisfied or discharges, or till the, Director of the Institute, certifies that the terms and
conditions of the said consultancy agreement have been fully and properly carried out by the
said PMC and accordingly discharges this guarantee.

5. We………………………………. further agree with the Indian Institute of Management Ranchi that
the (indicate the name of the Bank) _______________________ shall have the fullest liberty
without our consent, and without effecting in any manner our obligations hereunder, to vary
any of the terms and conditions of the said consultancy agreement or to extend time of
performance by the said PMC from time to time or to postpone for any time or from time to
time any of the powers exercisable by the Indian Institute of Management Ranchi against the
said PMC, and to forbear or enforce any of the terms and conditions relating to the said
consultancy agreement, and we shall not be relieved from our liability by reason of any such
variation or extension being granted to the said PMC or for any forbearance, act of omission
on the part of the Indian Institute of Management Ranchi or any indulgence by the Indian
Institute of Management Ranchi to the said PMC or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so
relieving us.

6. This Guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7. We………………………………. lastly undertakes not to revoke this Guarantee except with (indicate
the name of the Bank) ______________________________ the previous consent of the
Indian Institute of Management Ranchi in writing.

8. This Guarantee shall be valid up to …………….. unless extended on demand by the


Indian Institute of Management Ranchi Notwithstanding anything mentioned above, our liability
against this Guarantee is restricted to Rs.---- (Rupees ------- only) and unless a claim a writing is
lodged with us within six months of the date of expiry or extended date of expiry of this Guarantee
all our liabilities under this Guarantee shall stand discharged.

Dated the……………… day off………… For……………………………………………….

(Indicate the name of the Bank)

75
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

76
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

14
FORMAT FOR EMD / BID SECURITY

Tender No. ____ ______________

KNOW ALL MEN by these presents that we ………………………………….…... (Name of


Bank) having our registered office at ……………………… (Name of country) (hereinafter called
“the Bank”) are bound to Indian Institute of Management Ranchi, in the sum of Rs. 10.00 lakhs for
which payment will and truly to be made to the said Indian Institute of Management Ranchi, the bank
binds itself, its successors and assigns by these presents.

WHEREAS…………………………(Name of bidder) (hereinafter called “the bidder”) has submitted its bid
dated __________ to provide Project Management Consultancy for the development of permanent
campus of IIM Ranchi along with all Engineering services at HEC Area, Near DAV Alok Public School,
Ranchi, Jharkhand

AND WHEREAS the bidder is required to furnish a bank guarantee for the sum of Rs.10.00 lakhs
(Rupees ten lakhs only) as bid security against the bidder’s offer as aforesaid.

AND WHEREAS_______________ (Name of Bank) have, at the request of the bidder, agreed to give
this guarantee as hereinafter contained.

1.0 We further agree as follows

1.1 That the Indian Institute of Management Ranchi may without affecting this guarantee grant time
or other indulgence to or negotiate further with the bidder in regard to the conditions contained in
the said bid and thereby modify these conditions or add thereto any further conditions as may be
mutually agreed upon between the Indian Institute of Management Ranchi and the bidder.

1.2 That the guarantee herein before contained shall not be affected by any change in the constitution
of our bank or in the constitution of the bidder.

1.3 That any account settled between the Indian Institute of Management Ranchi and the bidder shall
be conclusive evidence against us of the amount due hereunder and shall not be questioned by us.

1.4 That this guarantee commences from the date hereof and shall remain in force till
__________ (date to be filled up).

1.5 That the expression ‘the bidder’ and ‘the bank’ herein used shall, unless such an interpretation is
repugnant to the subject or context, include their respective successors and assigns.

2.0 The conditions of this obligation are:

a. if the bidder withdraws his bid during the period of bid validity, or

77
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form -

b. if the a. bidder having been notified of the acceptance of his bid by the Indian Institute of
Management Ranchi during the period of bid validity: -

i. fails or refuses to furnish the required performance security as per bid condition.

ii. fails or refuses to enter into a contract within 10(ten)days of issue of letter of award
by the Indian Institute of Management Ranchi.

We undertake to pay to the Indian Institute of Management Ranchi up to the above amount upon
receipt of his first written demand, without the Institute having to substantiate his demand provided
that, in his demand the Institute will note that the amount claimed by him is due to him owing to the
occurrence of any one or more of the conditions (a), (b) mentioned above, specifying the occurred
condition or conditions.

Signature of ………………………….

Authorized official of the bank

Signature of the witness Name of Official ……………………..

……………………………………. Designation …………………………..

Name of the witness Stamp/seal

……………………………………. of the bank ……………………………

Address of the witness

………………..………………………

………………………………………

…………………………………….…

78
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

15
FORM OF CONSULTANCY AGREEMENT
(TO BE USED AT THE TIME OF SIGNING OF AGREEMENT WITH PREFERRED BIDDER)

1.0 This agreement is made at Ranchi on the ---- day of --------- 2017 between Director, IIM Ranchi,
having its office at Indian Institute of Management Ranchi, Suchana Bhawan, Audrey House Campus,
Meur’s road Ranchi 834008 (hereinafter called “The Institute” which expression shall, unless
repugnant to the context or meaning thereof be deemed to mean and include its successors, legal
representatives and assigns) of the First Part.

And

M/s. ____________________________, a Company incorporated under the Companies Act 1956


having Head Office at __________________________________________________ , (hereinafter
called the “PMC” which expression unless repugnant to the context shall mean and include its
successors-in-interest assigns etc.) of the Second Part.

Whereas Indian Institute of Management, Ranchi is desirous, to provide name of the work as per the
scope of consultancy services called the “The Consultancy services” and has accepted a tender
submitted by the _____________________ PMC to provide the said consultancy services. NOW THIS
CONSULTANCY AGREEMENT WITHNESSTH as follows.

In this consultancy agreement words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to.

2.0 The following documents shall be deemed to form and be read and constructed as part of this
consultancy agreement viz.

i. NIT and Article of Agreement.

ii .Conditions of contract, scope of project management consultancy services , technical


package by bidder ,all duly filled forms.

iii. Financial bid submitted by bidder.

iv. Letter of award, integrity pact

v. All the correspondence till award of this contact i.e. amendments, pre bid query replies
and any other document necessary to make the part of consultancy agreement.

In consideration of the payment to be made by Indian Institute of Management Ranchi to the


____________________ as hereinafter mentioned, the PMC hereby covenants with IIM Ranchi to
execute and complete the Project Management Consultancy as per scope of consultancy by nine years
79
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form -

from the date of commencement of consultancy agreement (thirty six month completion of
construction work and handing over of the project to the Institute twelve months defect liability
period from the handing over of project for use and sixty months for maintenance of infrastructure
and services after defect liability period) therein in conformity in all respects with the provisions of the
contract.

Indian Institute of Management Ranchi hereby covenants to pay the PMC in consideration of the “The
Consultancy services”, the total contract fee ____% of the project cost the fees stated in the letter of
award (LOA) subject to such additions thereto or deductions there from as may be made under the
provisions of the consultancy at the times and in the manner prescribed in this consultancy agreement.

3.0 OBLIGATION OF THE PMC

The PMC shall ensure full compliance with tax laws of India with regard to this contract and shall be
solely responsible for the same. The PMC shall keep Indian Institute of Management Ranchi fully
indemnified against liability of tax, interest, penalty etc., of the PMC/ contractor(s) in respect thereof,
which may arise.

IN WITHNESS OF WEREOF the parties hereto have caused their respective common seals to be
hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first above
written.

For and on behalf of the PMC For and on behalf of the IIM Ranchi

Signature of the authorized official Signature of the authorized official

Name of the PMC Name of the official

Stamp / Seal of the PMC Stamp / Seal

Signed, sealed and delivered

By the said By the Said

_________________________ _____________________
on behalf of the PMC on behalf of the IIM
: Ranchi:
80
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

in the presence
of: in the Presence of

Witness_______________________ Witness ____________________

Name and address ______________ Name and address ____________

16

UNDERTAKING FOR INTEGRITY PACT

Tender No. __________________

To,

_______________________________,

Indian Institute of Management Ranchi,

Suchana Bhawan, Audrey House Campus,

Meur’s Road, Ranchi - 834008 (Jharkhand)

Dear Sir,

I/We acknowledge that Institute is committed to follow the principles thereof as enumerated
in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the Request for Proposal (RFP) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that the making of the bid shall be regarded as an unconditional and
absolute acceptance of this condition of the RFP.

I /We confirm acceptance and compliance with the Integrity Agreement in letter and spirit
and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when RFP is finally accepted

81
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form -

by Institute. I/We acknowledge and accept the duration of the Integrity Agreement, which
shall be in the line with Article I of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the RFP, Institute , shall have unqualified, absolute and
unfettered right to disqualify the Bidder and reject the RFP in accordance with terms and
conditions of the RFP.

Yours faithfully

(Signature of Authorized Signatory)

INTEGRITY PACT

(To be signed by the Bidder and same signatory competent/ authorized to


sign the relevant contract)

INTEGRITY AGREEMENT

This Integrity Agreement is made at __________ on this _____ day of _____ 2018.

BETWEEN

The Institute represented through Director IIM Ranchi, Suchana Bhawan, Audrey House, Ranchi,
(Hereinafter referred as the Institute, which expression shall unless repugnant to the meaning or
context hereof include its successors and permitted assigns)

AND

________________________________ (Name and Address of the Firm/ Company) through


________________________ (Details of duly authorized signatory) (hereinafter referred to as the
“Bidder” and which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns).

82
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Preamble

WHEREAS the INSTITUTE has floated the RFP (RFP No._________________) (hereinafter referred to
as “RFP/Bid”) and intends to award, under laid down procedure, contract for
______________________ (Name of work) hereinafter referred to as the “Contract”

AND WHEREAS the Institute values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/ transparency in its relation with PMC.

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this
Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions
of which shall also be read as integral part and parcel of the Tender/Bid documents and Contract
between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witness as under.

Article 1: Commitment of the Institute


The Institute commits itself to take all measures necessary to prevent corruption and to observe
the following principles:

83
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

(i) No employee of the Institute, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally entitled
to.

(ii) The Institute will, during the Tender process, treat all Bidder(s) with equity and reason. The
Institute will, in particular, before and during the Tender process, provide to all Bidder(S) the same
information and will not provide to any Bidder(s) confidential/additional information through which
the Bidder(s) could obtain an advantage in relation to the Tender process or the Contract execution.

(iii) The Institute shall endeavor to exclude from the Tender process any person, whose conduct
in the past has been of biased nature.

(iv) If the Institute obtains information on the conduct of any of its employees which is a criminal
offence under the Indian Penal code (IPC)/ Prevention of Corruption Act, 1988 (PC Act) or is in
violation of the principles herein mentioned or if there be a substantive suspicion in this regard, the
Institute will inform the Vigilance Officer and in addition can also initiate disciplinary actions as
per its internal laid down policies and procedures.

Article 2: Commitment of the Bidder

I. It is required that each Bidder/ PMC (including their respective officers, employees and
agents) adhere to the highest ethical standards, and report to the Institute all suspected acts of fraud
or
corruption or Coercion or Collusion of which it has knowledge or becomes
aware, during the tendering process and throughout the negotiation or award of a contract.

II. The Bidders/PMC commit himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process
and during the Contract execution:

(i) The Bidder/ PMC will not, directly or through any other person or firm, offer, promise or give
to any of the Institute employees involved in the Tender process or execution of the Contract or to
any third person any material or other benefit which he/she is not legally entitled to, in order to
obtain in exchange any advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.

(ii) The Bidder/ Institute will not enter with other Bidder into any undisclosed agreement or
understanding, whether formal or informal. This applies in particular to fee, specifications,
certifications, subsidiary contracts, submission or non-submission of bids or any other actions to
restrict competitiveness or to cartelize in the bidding process.

(iii) The Bidder/ PMC will not commit any offence under the relevant IPC/PC Act. Further the
Bidder/ PMC will not use improperly, (for the purpose of competition or personal gain), or pass on
to others, any information or documents provided by the Institute as part of the business

84
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

relationship, regarding plans, technical proposals and business details, including information
contained or transmitted electronically.

The Bidder/ PMC will, when presenting his bid, disclose any and all payments he has made, is
committed to or intends to make to agents, brokers or any other intermediaries in connection with
the award of the Contract.

(iv) The Bidder/ PMC will not instigate third persons to commit offences outlined above or be an
accessory to such offences.

(v) The Bidder/ PMC will not, directly or through any other person or firm indulge in fraudulent
practice means a willful misrepresentation or omission of facts or submission of fake/forged
documents in order to induce public official to act in reliance thereof, with the purpose of obtaining
unjust advantage by or causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Institute interests.

(vi) The Bidder/ PMC will not, directly or through any other person or firm use Coercive Practices
(means the act of obtaining something, compelling an action or influencing a decision through
intimidation, threat or the use of force directly or indirectly, where potential or actual injury may
befall upon a person, his/her reputation or property to influence their participation in the
tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Institute under law or the Contract or its
established policies and laid down procedures, the Institute shall have the following rights in case of
breach of this Integrity Pact by the Bidder/ PMC and the Bidder/ PMC accepts and undertakes to
respect and uphold the Institute’s absolute right:

i. If the Bidder/ PMC either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his
reliability or credibility in question, the after Institute giving 14 days’ notice to the PMC shall have
powers to disqualify the Bidder(s)/ PMC from the Tender process or terminate/determine the
Contract, if already executed or exclude the Bidder/ PMC from future contract award processes.
The imposition and duration of the exclusion will be determined by the severity of transgression
and determined by the Institute and such exclusion may be forever or for a limited period as
decided by the Institute.

ii. Forfeiture of EMD/ Performance Guarantee/ Security Deposit: If the Principal/Owner has
disqualified the Bidder(s) from the Tender process prior to the award of the Contract or
terminated/ determined the Contract or has accrued the right to terminate/ determine the

Contract according to Article 3(1), the Institute, apart from exercising any legal rights that may have
accrued to the Institute, may in its considered opinion forfeit the entire amount of Earnest Money.

iii. Criminal Liability: If Institute obtains knowledge of conduct of a Bidder or PMC, or of an employee
or a representative or an associate of Bidder or PMC which constitutes corruption within the
85
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

meaning of IPC Act, or if the Institute has substantive suspicion in this regard, the Institute will
inform the same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

I. The Bidder declares that no previous transgressions occurred in the last 5 years with any other
Company in any country confirming to the anticorruption approach or with Central Government or
State Government or any other Central/State Public Sector Enterprises in India that could justify his
exclusion from the Tender process.

II. If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender
process or action can be taken for banning of business dealings/holiday listing of the Bidder/ PMC
as deemed fit by the Institute.

III. If the Bidder/ PMC can prove that he has resorted/ recouped the damage caused by him and
has installed a suitable corruption prevention system, the Institute may, at its own discretion,
revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

I. The Bidder/ PMC undertake to demand from all subcontractors a commitment in conformity
with this Integrity Pact. The Bidder/ PMC shall be responsible for any violation(s) of the principle laid
down in this Agreement/Pact by any of its Sub-contractors/ sub- vendors.

II. The Institute will enter into Pacts on identical terms as this one with all Bidder/ PMC and
Contractors.

III. The Institute will disqualify Bidder/s, who do not submit, the duly signed Pact between the
Employer and the Bidder, along with the Tender or violate its provisions at any stage of the Tender
process, from the Tender process.

Article 6: Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the PMC 09 (Nine) months
after the completion of work under the contract or till the continuation of defect liability period,
whichever is more and for all other Bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid
despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority of the Institute .

Article 7: Other Provisions

I. This Pact is subject to Indian law, place of performance and jurisdiction is the office of Director
IIM Ranchi, who has floated the Tender.

II. Changes and supplements need to be made in writing. Side agreements have not been made.
86
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

III. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact
remains valid. In this case, the parties will strive to come to an agreement to their original
intensions.

IV. It is agreed term and condition that any dispute or difference arising between the parties with
regard to the terms of this Integrity Agreement/Pact, any action taken by the Institute in
accordance with this Integrity Agreement/Pact or interpretation thereof shall not be subject to
arbitration.

Article 8: LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed to
be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of brevity,
both the Parties agree that this Integrity Pact will have precedence over the Tender/Contact
documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date
first above mentioned in the presence of following witnesses:

------------------------------------------------------- -----------------------------------------------------

(For and on behalf of Institute) (For and on behalf of Bidder)

Witnesses:

I. ---------------------------------------- II. ------------------------------------------------------

(SIGNATURE, NAME AND ADDRESS)

Place:

Date:

87
Tender No.
IIMR/Admin/Pur/RFP/PMC/2018-19/02
Dated 21st June, 2018

(SIGNATURE, NAME AND ADDRESS)

88
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Form - 17

PRICE BID (PART – II)

Financial package e-submission form

REQUEST FOR PROPOSAL (RFP)


REF NO: IIMR/Admin./Pur/RFP/PMC/2018-19/02 Dated: 21st June, 2018

Name of work : Selection of PROJECT MANAGEMENT CONSULTANT (PMC) to “Provide


Project Management Consultancy for the development of permanent campus (Phase - I
Works) of IIM Ranchi along with all Engineering services”

Site Location: IIM RANCHI CAMPUS, at HEC area, near DAV Alok Public School, Ranchi,
Jharkhand”.

Name of the Bidder:

Tender No. Description Unit Fees in Rs. Fees in Rs.


of services Lump-sum (in figures) (in words)
IIMR/Admin/Pur/RFP To provide Project Management For complete
/PMC/2018-19/02 Consultancy for the development job as per the
Dt. 21st June 2018 of permanent campus (Phase-I conditions of
works) of IIM Ranchi along with RFP
all Engineering services including
operation and maintenance at
HEC area, Near DAV Alok Public
School, Ranchi, Jharkhand

Note: Above fees is excluding GST. GST shall be paid to the agency as per actuals.

Place: ------------------------------

Date: Signature of Bidder / Authorized Signatory


Annexure - A
Scope of Comprehensive Architectural Services

89
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

1.1 Role of the Architect

The role of Architect will be to provide the Architectural Services for (Phase-I works) for the campus
as per the scope of services covered in this section. The scope of work of PMC shall not
include these services to be provided by the Architect.

1.2 Scope of Services

The broad scope of Services of Architect (Phase -1 works) covers the following:

a) Topographical survey of the proposed site- The Architect will prepare the Specifications
and requirement for carrying out Topographical survey and the Survey of all existing
services and other constraints existing in and around the site. Thereafter the work will be
got executed by the Architect and the report will be utilized for planning and designing of
the overall scheme.

The responsibility of the completeness and correctness of the survey will lie with the
Architect

b) Site evaluation, Study of existing land use in and around the project area, analysis of
architectural character, socio-cultural aspects & heritage of the region.

c) Study of existing infrastructure, accessibility, circulation pattern and parking.

d) Ascertain the Institute’s requirements, examine site constraint & potential and prepare a
design brief for Institute’s approval.

e) Preliminary proposal with design philosophy (zoning, micro-planning, phasing, etc.) for
development and their impact on immediate environs.

f) Preparation of overall Master Plan of the Campus.

g) Concept drawings of individual buildings with plans, elevations & sections.

h) Conceptual design of services and their inner connectivity, preliminary designs, and
specifications.

i) Urban design including volumetric study and urban form recommendations including
pedestrian / vehicular movement and parking.

j) Landscape Architecture, site-planning, suitability & appraisal, landform, drawings of


landscaping elements, open space design, plant structure, illumination design, street
furniture and graphic design and signages.

90
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

k) Final concept design and drawings, technical specifications including finishes of individual
buildings and services (both external and internal).

l) Green Building Design - All the design and detailing of the campus shall be with GRIHA- 3
Star Rating. Relevant Specification and initial assessment report shall be submitted by the
Architect and the detailed simulation and documentation shall be done by the PMC to
obtain GRIHA- 3 Star Rating. Nothing extra shall be paid to the architect on this account.

m) Architectural planning should be barrier free and accessible for DAP as per the
prevailing norms of Govt. of India/CPWD.

1.2.1 The Architect shall be required to provide the following as part of his services:

1.2.1.1 Preparation of Architectural control guidelines / checklist & preparation of drawings of


individual buildings and overall master-plan of the campus and their approval from the
statutory bodies by complying all the applicable norms / codes / guidelines /regulations/
bye-laws / statutes of local as well as Central Govt. Bodies.

1.2.1.2 Prepare report on site evaluation and analysis with basic approach to circulation, activity
distribution and interconnectivity and external linkages including preliminary estimate of
project cost based on allowable F.A.R.

1.2.1.3 Furnish report on measures required to be taken to mitigate the adverse impact, if any, of the
proposed development on its immediate environs.

1.2.1.4 Conceptual & final design, specifications, estimates of Acoustic treatment of Modern class
rooms, auditorium and other large sized rooms (wherever applicable).

1.2.1.5 Conceptual & final design, specifications, estimates of Non-conventional use of energy
(wherever applicable).

1.2.1.6 Conceptual & final design, specifications of Rain water harvesting of the entire site along with
its approval from the concerned bodies (if any).

1.2.1.7 Recycling of waste water, its appraisal, suitability study & preparation of final design/schemes
along with specifications & estimates.

1.2.1.8 Conceptual & detailed design of solid waste management system.


1.2.1.9 Periodic supervision for ensuring smooth progress and adherence to design concept during
execution of work (up to 25 architect visits)

2.1 Sequence of Services

2.2 During Preliminary Planning Stage

91
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Following activities shall be carried out during Preliminary Planning Stage:

Preparation of master plan of the campus showing circulation pattern, zoning of various land
uses and relevant details, development strategy. It may be noted that the requirements of
various building/ structures have been projected for phase-I only but master plan and all the
external services will be designed for whole of the project in total plot of 60.04 acres.

The Architect shall get the approval of the conceptual scheme from the Institute both through
presentations, physical models, computer walkthrough etc. Comments and suggestions or
alternate proposal of the Institute shall be evaluated and suitably incorporated till the concept
design is accepted and frozen.

2.3 Concept Design

a) Ascertain the Institute requirements and examination of site constraints and potential
for individual buildings, external and internal systems/ services, and preparation of a
brief for the Institute’s review/ recommendations and Institute’s approval including
conceptual/ control designs/ drawings/ documents and incorporating required
changes, if any.

b) Development of the concept design after interacting with the Institute.

c) Submission of the concept design and make presentation of the entire scheme.

d) Modifications in the concept plan taking into account the comments, suggestions of the
Institute and submitting the same to the Institute for approval.

e) Submission of the final concept design along with models, photograph, 3D-walk
through, bird’s perspective and human eye views of public areas and circulation areas
and other important features etc. The cost of such models, photographs, etc. shall be
borne by the Architect.

f) Preparation of preliminary estimate of project, based on P.A.R. of CPWD.

g) Preparation of three-dimensional views and three-dimensional walk-through of the


entire campus in relation to open spaces and physical model in suitable scale showing
the proposal and surrounding areas.

h) Submission of drawings of master-plan and individual buildings plans, elevations &


sections to the Institute / statutory authorities for approval & ensure compliance with
codes, standards and legislation as applicable and carry out necessary changes as may
be required and obtain approvals from all regulatory authorities.
92
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

i) Obtaining approvals from the Municipal & other local authorities.

2.4 During Final Design Stage

a) Development and Submission of the Master Plan and Modifications of the Master Plan
taking into account the comments and suggestions of the Institute.
b) Submission of the Final Master Plan to local bodies/ statutory and incorporating changes, if
any, suggested by them and resubmitting the same for approval.

It may be noted that the requirements of various building/structures have been projected
for phase-I only but master plan and all the external services will be designed for whole of
the project in total plot of 60.04 acres.

c) Preparation of drawings showing the common facilities for circulation, parking open spaces
and external Architectural form as per the approved drawings.

d) Preparation of final architectural drawings including all floor plans, sections and elevations

for all buildings.


The working drawing shall include:
i) Layout Plan showing:

- All proposed buildings, play fields, green area, Sewage Treatment Plant,
Sump, Rain Water Harvesting, Electrical Sub-Station etc.

- Road network, foot path, walkways, Blow up of road junction/ parking area
and
other such area as required.
- External services

ii) Final Drawings of:


- Floor plans, superimposed with all conceptual services/ disciplines
- Elevations
- Sections
- Wall profiles
- Doors & Window details
- Stairs/ Ramps/ Lifts details
- Details of building parts, areas, and critical special treatments
- Toilet details
- Flooring pattern and details
93
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

- Dado details

- Roof flow, draining including rain water harvesting system underground


tank
- Layout and drawing of all types of furniture, all Computer lab equipment,
all
kitchen equipment etc.
- Any other conceptual detail required by the Institute.

2.5 During Municipal and Statutory Approval Stage

a) Obtaining approval of the master Plan from local / statutory authorities. The
Institute
provide all the support to obtain the approvals.
b) The Architect shall prepare schematic network of all services and its
interconnectivity including water supply, drainage, sewerage, electrical,
communication, fire detection and firefighting, solid waste management
system, rain water harvesting, recycling of waste water, irrigation system,
use of solar energy and other services as may be indicated by the Institute.
The Architect shall also prepare an integrated layout plan of the Institute
Campus showing all the services. The PMC/Contractor shall obtain approval
of schemes of Fire, Lift and Environment based on detailed design from the
concerned local statutory /authorities.

2.6 During Pre-tendering Stage

Conceptual plan for Structural, Mechanical and Electrical work/ services - HVAC, Internal &
External Electrification, Substation, DG Set, LT & HT Cabling and Networks, Lifts and
escalators , Machine rooms, Lift and escalators shall be designed in accordance with DAP
and old age person to make the campus barrier free. Fire Fighting, water and sewerage
network and Traffic Analysis etc. so that there is no major deviation in the detailed drawing.

Preparation of necessary details and drawings showing landscape, street furniture and
graphic signage including site appraisal and suitability, site- planning, land form and grading,
surface drainage design and water management, open space design-roads, parking hard &
soft areas, walls, gates

a. fences, design, plant structure and features, garden furniture design, illumination design,
graphic design and signage, co-ordination of external services, periodic inspection
& evaluation of construction works as per final designs and specifications

2.7 During Implementation Stage: Architect shall confirm whether the Detailed Engineering
Drawings / Good for construction drawings prepared by other agencies are broadly in
accordance with the Concept & Final design.

94
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

PMC shall review and issue of certified detailed architectural design and drawing as per final
design and comments of Architect to ensure the compliance and conformity.

Site visits of Architect required prior to the construction stage shall be deemed to be
included in the lump-sum fee of the Architect.

The Architect having adequate qualifications and experience of at least 10 years of work will
make periodical site visit as and when required during the entire period of construction, for
resolution of conflicts/ coordination and to ensure that work is being carried out as per
approved drawings. The mandatory number of site visits of Architect shall be 25 numbers
during the construction phase.

The expenses for site visits shall be included in the lump sum fee of the consultancy services
of the Architect and nothing extra shall be payable on this account.

Beyond 25 numbers of visit, if some of the Experts are called by the institute for fulfilment
of all the Contractual obligations by the Architect, the Architect shall provide such services
beyond 25 numbers of visit, if some of the experts are called by the Institute for fulfilment
of all the contractual obligations by the Architect, the Architect shall provide such services
in accordance with the terms and rates stipulated herein below.

The charges shall be paid for additional experts @ of INR 5,000/- per day per person. The
charges for to & fro fare will be reimbursed by the Institute at actual. Charges for lodging &
boarding at actual subject to ceiling of INR 3,000/- per day per person will be reimbursed
by the Institute and the local transportation shall be arranged by the institute.
A deduction of INR 15,000/- would be made per visit on the Architect for non-deployment
of the persons as required by the Institute during the 25 visits as stated above.

2.8. During Completion Stage:

Occupation certificates, wherever necessary from the local bodies after completion of work
and inspection by Municipal / Fire Electrical Inspectors will be obtained by PMC/Contractor
and supply the same to the Institute. Any fee payable to local bodies for issue of completion
certificate, shall be borne by the employer. However, Institute may call upon Architect for
advice

PMC/Contractor shall prepare completion drawings (as built drawings), plans elevations and
cross sections etc. indicating the details of the building and all internal and external services
as completed in hard (10 sets) and soft (2 sets) copies as indicated by the Institute.

After the above are completed, Architect shall submit their Completion report, recording his
approval or comments if any, to be attended by PMC / Contractor during rectification
period.

95
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

Assist the employer in Arbitration / Litigation case that may arise out of the contract
entered into, in respect of above project, regarding clarifications / interpretations, supply
of drawings, designs, specifications as and when required. The architect’s role will be
limited to these clarifications only and unless specifically required by Arbitrator / Court.
These will be reimbursed on above basis.

The above scope of services of the Architect is indicative in nature. The Architect shall have
to provide all the services not specifically excluded but required for successful
implementation of the project.

96
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

ANNEXURE – B

Tentative Tender Drawings

Master Plan, Floor Plans and other relevant drawings for development of the campus as attached
hereinafter form part of this RFP. The tender drawings attached hereinafter are tentative and only for
the reference of PMC to understand the comprehensive scope of work. The campus under phase-I
works will have major buildings as specified below. Based on the Institute requirement, any number
of more building(s) can be added or deleted in this list.

Proposed Buildings and Services:

SL. NAME OF BUILDING TOTAL TOTAL PHASE-I PHASE-II


NO. NO. BUILT UP BUILT UP BUILT
AREA AREA (NO. UP AREA
(IN SQM) & IN SQM) (NO. & IN
SQM)
1 Academic Blocks 4 6000 2 2
3000 3000
2 Hostels 3 27000 2 1
18000 9000
3 Dining Hall for students 2 4000 1 1
2000 2000
4 Staff dining hall 1 2500 1 -
2500
5 Faculty Block 3 7500 2 1
5000 2500
6 Administrative Building 1 4000 1 -
4000
7 Library 1 6000 1 -
6000
8 Computer Lab 1 6000 1 -
6000

97
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

9 MDP Block 1 12000 - 1


12000
10 Seminar Hall 1 2000 1 -
2000
11 Commercial Centre and Dispensary 1 2000 1 -
2000
12 Sub-station and Utilities 1 1000 500 500

13 Director’s Residence 1 300 1 -


300
14 Faculty Residence Block 4 16000 2 2
8000 8000
15 Staff Houses, A type Block 6 3000 3x500 each 3x500
1500 1500
16 Staff Houses, C type Block 2 2000 1 1
1000 1000
TOTAL 101300 61800 39500

MASTER PLAN

98
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

EXISTING SITE PLAN

99
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

CONTOUR PLAN

PROPOSED MASTER
PLAN

100
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

101
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

FLOOR PLANS
& ELEVATIONS

102
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

103
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

104
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

105
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

106
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

107
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

108
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

109
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

110
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

111
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

112
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

113
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

114
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

115
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

116
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

117
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

118
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

119
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

120
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

121
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

122
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

123
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

124
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

125
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

126
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

127
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

128
Tender No. IIMR/Admin/Pur/RFP/PMC/2018-19/02 Dated 21st June, 2018

129

You might also like