izh&fcm dokfjt fjiykbz] fnukad 21@05@2020 · the cghb may conduct independent quality...

44
izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 fo"k;%&,u-,e-Mh-lh gs rw vf/kdkfj;ks a ,oa deZpkfj;ks a ds izLrkfor vkoklh; ;ks tuk] fu;kukj txnyiqj ftyk cLrj es a ih-,e-lh dk;Z gs rq da lYVs a V p;u ckcr~ A la nHkZ%&1- lekpkj i= es a fnuka d 30@04@2020 ,oa 01@05@2020 dks izdkf’kr ,oa ea My ds os clkbZV es a fnuka d 30@04@2020 dks viyks Ms M vkj-,Q-ih-A 2- izh &fcM cSBd la iUu fnuka d 08@05@2020- ¼ohfM;ks a dkUQzs a fla x ds ek/;e ls ½ ,oa dk;Zikyu vfHk;a rk la Hkkx txnyiqj dks es y ls izkIr fcM DokfjtA mDr fo"k;a kxZr fuEu da lYVs a V~l ds }kjk izh&fcM ds rkjrE; es a Dokfjt@lq>ko izLrq r fd;k gS ftudk fjIykbZ la yXu gSA 1. SGS India Pvt Ltd, Pune. 2. Stup Consultants Pvt Ltd, Mumbai. 3. Voyant Solutions Pvt Ltd, Haryana. 4. Arcop Associates Pvt Ltd, New Delhi. 5. Almondz Global Infra. Consultants Ltd, New Delhi. 6. Tecton Project Services Pvt Ltd. 7. Tata Consulting Engineers Limited, Pune. 8. Laxmi Narayan Associates, New Delhi. 9. NPCC Consultants, Gurgaon. 10. RITES Limited. 11. Innovative Cad Centre. 12. AUM Architect, New Delhi. 13. Design Accord, 14. Engineers India Limited, New Delhi. dk;Zikyu vfHk;a rk] NRrhlx<+ x`g fuekZ.k e.My] la Hkkx txnyiqjA

Upload: others

Post on 06-Jun-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020

fo"k;%&,u-,e-Mh-lh gsrw vf/kdkfj;ksa ,oa deZpkfj;ksa ds izLrkfor vkoklh; ;kstuk] fu;kukjtxnyiqj ftyk cLrj esa ih-,e-lh dk;Z gsrq dalYVsaV p;u ckcr~A

lanHkZ%&1- lekpkj i= esa fnukad 30@04@2020 ,oa 01@05@2020 dks izdkf’kr ,oa eaMy dsosclkbZV esa fnukad 30@04@2020 dks viyksMsM vkj-,Q-ih-A

2- izh &fcM cSBd laiUu fnukad 08@05@2020- ¼ohfM;ksa dkUQzsaflax ds ek/;e ls½ ,oadk;Zikyu vfHk;ark laHkkx txnyiqj dks esy ls izkIr fcM DokfjtA

mDr fo"k;akxZr fuEu dalYVsaV~l ds }kjk izh&fcM ds rkjrE; esa Dokfjt@lq>koizLrqr fd;k gS ftudk fjIykbZ layXu gSA

1. SGS India Pvt Ltd, Pune.2. Stup Consultants Pvt Ltd, Mumbai.3. Voyant Solutions Pvt Ltd, Haryana.4. Arcop Associates Pvt Ltd, New Delhi.5. Almondz Global Infra. Consultants Ltd, New Delhi.6. Tecton Project Services Pvt Ltd.7. Tata Consulting Engineers Limited, Pune.8. Laxmi Narayan Associates, New Delhi.9. NPCC Consultants, Gurgaon.10. RITES Limited.11. Innovative Cad Centre.12. AUM Architect, New Delhi.13. Design Accord,14. Engineers India Limited, New Delhi.

dk;Zikyu vfHk;ark]NRrhlx<+ x`g fuekZ.k e.My]

laHkkx txnyiqjA

Page 2: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

SGS India Private Limited, Pune.S.No. Page No. & Clause No. / Description of

MatterQuery Clarification by CGHB

1. Page no. 13, clause 4 & 5 kindly confirm Tender Fee, Bank Guarantee &Solvency certificate is required from Nationalizedor schedule bank? as RFP documents showssomewhere Nationalized & somewhereschedule.

As per Corrigendum – 2

2. Page no. 8, As nationwide lockdown due to corona virusgrant extension for bid submission date. As per As per Corrigendum - 2

but see CGHB website.

3. page no. 63, & page no. 27 Please provide relaxation or provide alternativesfor submission of some formats in RFPdocuments on Stamp paper or Notary due toclosure of courts.

As per RFP.

Page 3: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Stup Consultants Pvt Ltd, Mumbai.S.No. Page No. & Clause No. Query Clarification by CGHB

1. RFP Pg. No. 10; Point no. iv

Consultant must havesuccessfully completed for two works in which oneproject work included high rise building projectincluding development work of the campus withcost not less than Rs. 600 Crores INR and anothercompleted building project work includingdevelopment works costing not less than 300Crores INR in India as Project ManagementConsultant (PMC) during last 5 years.

We would request you to relax it as stated below:-

Consultant must have successfully completed for twoworks in which one project work included high risebuilding project including development work of thecampus with cost not less than Rs. 300 Crores INR or17,50,000 Sft Built up area and another completedbuilding project work including development workscosting not less than 100 Crores INR or 650000 sft inIndia as Project Management Consultant (PMC) duringlast 10 years. We also request that project cost beallowed to be escalated @ 7% per annum for projectscompleted in previous years.We request you to include project Built up area as thecriteria as well since many clients wish to keep theproject cost confidential and the same is not disclosedin completion certificates.

As per Corrigendum - 2

2. RFP Pg. No. 39; Point no. C.1

The Consultant shall also be responsible forDesign Review provided by the designconsultant, checking the layouts,taking measurements, checking and certifyingcontractor’s bills.

This will require design teams from office to review/ proof check the design, however, same is notreflected in the ‘Team composition’ given in page 9and ‘Break Down of Cost’ - page 35.Please clarify? As per Corrigendum - 2

3. RFP Pg. No. 45; Point no. D.1

Team Leader(Educational &

We would request you to modify it as stated below:-As per Corrigendum - 2

Relevant experience)

M. Tech. in Civil Engineer withM. Tech. in Civil Engineer with minimum 15years / B.Ein Civil Engineering with minimum 20

As per Corrigendum - 2

Page 4: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

minimum 15years of experience in thedesigning, construction management, andsupervision of Integrated urbaninfrastructure with minimum 5 yearsexperience in the capacity of team Leader forsimilar assignment (i.e.Construction of High Rise Building and alliedworks). And also have at least 5 years ofexperience should be in planning andmonitoring of projects, procurement of goods,works and services and projectimplementation.

years of experience in the designing, constructionmanagement, and supervision of Integrated urbaninfrastructure with minimum 5 yearsexperience in the capacity of team Leader for similarassignment (i.e. Construction of High Rise Building andallied works). And also have at least 5 years ofexperience should be in planning and monitoring ofprojects , procurement of goods, works and servicesand project implementation.

4.RFP Pg. No. 48; Point no. 1.1 Documentcontroller: Educational qualification &Responsibility.

We consider that there is a typo- error occurred in bothEducational qualification requirement & Responsibilityrequirements.Please clarify.

As per Corrigendum - 2

5. RFP Pg. No. 35; Point no. 1.1

We confirm that the rate quoted above areinclusive of all applicable taxes (Including GST),cess and levies and also inclusive of all office andsite supervision expenses & other expenses whichmay be incurred by the firm and personnel

towards office equipments and automation,hardware, software...

We would request you to modify it as stated below:-

We confirm that the rate quoted above are inclusive ofall applicable taxes (Excluding GST), cess and leviesand also inclusive of all office and site supervisionexpenses & other expenses which may be incurred bythe firm and personnel towards officeequipments and automation, hardware, software.

Inclusive of GSTand all other taxes royalties etc.

6. RFP page No. 55 ; Clause 3.7

Conduct quality control measures and QA

The CGHB may conduct independent qualitymonitoring and checking of works carried out bycontractor and certified or /and recommended forpayment by the Consultant. If such checks disclosethat works certified or /and recommended forpayment by the Consultant do not meet the

We would request to Delete this clause.

As per RFP

Page 5: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

specified requirement, CGHB will not pay theConsultant fees for the affected portion which shallbe calculated @ 2.5% of the value of such work. Inaddition, CGHB will impose a penalty upto 100% ofsuch fee and without entitlement to payment offurther fees in this scope of work.

7. RFP page No. 55 ; Clause 3.7

If there is any change in manpower

a. Key personnel as proposedin the bid shall not be changed during thecontract period. However, in case ofsituations beyond control of theconsultant, if any key personal is replacedduring the working period, it shall alwaysbe with equal better qualified

experiencedpersonnel. The same shall be allowedafter interview and approval of CGHB. Insuch case a compensation of Rs.2.0 Lakhper such per change in case of teamleader and Rs.1.0 Lakh per change incase of other key personnel shallbelieved.

b. In case of other team members, CGHBshall impose a penalty up to Rs 25,000/-(Rupees Twenty Five Thousand Only) oneach change.

We request you to consider waiver of the penaltytowards replacement of key personnel and modify theclause as under: Key personnel as proposed in the bidshall not be changed during the contract period.However, in case of situations beyond control of theconsultant, if any key personal is replaced during theworking period, it shall always be with equal betterqualified experienced personnel. The same shall beallowed after interview and approval of CGHB.Please confirm.

As per RFP

8. RFP page No. 05 ;2. Last date for submission ofbid 22.05.2020 upto4:00 PM at office of EE CGHBDiv. Jagdalpur Due to Covid 19 pandemic lockdown, we would

request to extend the date of submission of bid tominimum 04(Four) weeks. Please confirm.

As per Corrigendum – 2,Please, check website regularly, anymodification will be uploaded to it.

Page 6: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

9. RFP Pg. No. 48; Essential Qualification,Experience and Responsibility of the Personnel -Safety Engineer :-Graduate/Dipl. in Electrical Engg. withexperience of at least 5/10 years of experiencein site supervision of installation of electricalworks in buildings & safety work of high riseapartment etc.

We would request you to modify it as stated below:-

Safety EngineerGraduate/Dipl. in Electrical Engg./ Civil Engg. withexperience of at least 5/10 years of experience in sitesupervision of installation of electrical works inbuildings & safety work of high rise apartment etc.Please confirm

As per Corrigendum - 2

10. RFP page No. 12 ; Clause 3.2.5,However, theexact composition of the team shall consist of anyor all the above mentioned functionariesdepending on the requirement of the project. Itcould also consist of more/less than the member ofone type of functionaries, as decided by CGHBdepending on the requirement of the project. Thedeployment of the personnel (continuous orintermittent) at site shall be done on approval ofCGHB and payment for all the positions shall bemade as and when deployed to the site on themonthly basis. (Payment will be released byCGHB when received from NMDC)

• The Consultant shall become entitled topayment only after CGHB has received thecorresponding payments from the NMDC forthe work done by the Consultant. Any delay inthe released of payment by the NMDC to theCGHB leading to a delay in the release thecorresponding payment to CGHB to theConsultant, shall not be entitle the consultantto any compensation/interest from CGHB.

We would request you to modify it as stated below:-

However, the exact composition of the team shallconsist of any or all the above mentioned functionariesdepending on the requirement of the project. It couldalso consist of more/less than the member of one typeof functionaries, as decided by CGHB depending onthe requirement of the project. The deployment of thepersonnel (continuous or intermittent) at site shall bedone on approval of CGHB and payment for all thepositions shall be made as and when deployed to thesite on the monthly basis. (Payment will be releasedby CGHB on monthly basis)

• The Consultant shallbecome entitled to payment after certificationfrom CGHB.

As per Corrigendum - 2

11. RFP page No. 22 ; Clause 9, The Team leadershall deliver the presentation. No other personshall be allowed to deliver the presentation. Incase the Team leader does not attend for makingpresentation the marks in “PRESENTATION” shallnot be given.

The Team leader or equally qualify member of thecompany management shall deliver thepresentation.Please confirm on the above. As per Corrigendum – 2,

Page 7: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

12. RFP Page No. 36;Para2 of “Appendix-A” “Wecertify that we have not been barred bytheCGHB/Government of Chhattisgarh (GovtCG), or any other state government in India (SG)or Government of India (GoI), or any of theagencies of GoCG/SG/GoI from participatingin its projects.”

It may kindly be taken into considerations thatcertain firms / companies are a number ofdecades old. Hence, it will be difficult to givesuch details without any specified time period, asthey may not have records of such events indistant past.Further, the otherdeclarations in this Appendix, only request forinformation for the last three years. Therefore, werequest you to kindly consider restricting theterm / duration of this declaration to the last 3years or currently, as on date of bid submission.

As per RFP

13. RFP Page No. 60; Para 13 “Indemnity andInsurance” “*that the ceiling on consultant’s liabilityshall be limited to _ETBA approved by CGHBexcept that such ceiling shall not apply to actions,claims, losses or damages caused by consultant’sgross negligence or reckless conduct”.

However, the term “ETBA” has not been defined inthe Tender. Hence, please confirm and ensure thatthe term “ETBA” refers to the Fee value of ourConsultancy Agreement only?

As per RFP

Page 8: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Voyant Solutions Pvt Ltd, Pune.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page 103. ELIGIBILITY CRITERIA FOR QUALIFICATIONConsultant must have successfully completed for twoworks in which one project work included high rise buildingproject including development work of the campus withcost not less than Rs. 600 Crores INR and anothercompleted building project work including developmentworks costing not less than 300 Crores INR in India asProject Management Consultant (PMC) during last 5 years.

We request that consultants experience in last 7 years tobe taken into consideration, this is generally being followedin most of the Government departments

As per Corrigendum - 2

2. Page 13 4. EARNEST MONEY DEPOSIT (EMD)i. Proposal should necessarily be accompanied by anEarnest Money Deposit for an amount of Rs. 18.0 lakh (Rs.Eighteen lakh only) in the form of a Demand Draft

We request that MSME firms should be exempted frompayment of EMD.Also kindly confirm BG is accepted against EMD As per RFP

3. Page 13 4. EARNEST MONEY DEPOSIT (EMD)i. Proposal should necessarily be accompanied by anEarnest Money Deposit for an amount of Rs. 18.0 lakh (Rs.Eighteen lakh only) in the form of a Demand Draft

kindly confirm if BG is accepted against EMDAs per Corrigendum - 2

4. Page 17 c. Envelope 2: “Technical Proposal”(v) All nominated experts must be Indian nationals. Onlyone CV should be submitted for each position. Higherrating will be given to nominated experts who are regularfull-time employees who have been employed continuouslyby the bidder for more than 36 months prior to the proposaldue date.

Since this is a PMC project and not a design project werequest that weightage to be given to number of Eligibleprojects rather than giving weightage to permanentemployment As per RFP

5. Page 45 D. Essential Qualification, Experience andResponsibility of the PersonnelPosition Team LeaderEducational and Relevant Experience M. Tech. in CivilEngineer with minimum 15years of experience in thedesigning, construction management, and supervision ofIntegrated urban infrastructure with minimum 5 years'experience in the capacity of team Leader for similar

Masters in Structure/ Mechanical/Project Management/Construction supervision to be considered equivalentqualification to M Tech in Civil Engineer

As per Corrigendum - 2

Page 9: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

6. Page 45 D. Essential Qualification, Experience andResponsibility of the PersonnelPosition Team LeaderEducational and Relevant ExperienceM. Tech. in Civil Engineer with minimum 15years ofexperience in the designing, construction management,and supervision of Integrated urban infrastructure withminimum 5 years' experience in the capacity of teamLeader for similar

We request that B Tech with 20 years of experience to beconsidered equivalent to M Tech with 15 years ofExperience

As per Corrigendum - 2

7. Page 55 clause 3.74 Change of Manpowera. The same shall be allowed after interview and approvalof CGHB. In such case a compensation of Rs.2.0 Lakh persuch per change in case of team leader and Rs.1.0 Lakhper change in case of other key personnel shall believed.b. In case of other team members, CGHB shall impose apenalty up to Rs 25,000/- (Rupees Twenty Five ThousandOnly) on each change.

We request that no penalty to be levied if the change inexpert is due to Health issues or person leaving theOrganisation.We also request that the compensation charges to bereduced to: 1 Lakh for Team Leader 50,000 for Deputy ProjectManager 15,000 for other team members

As per RFP

8. Page 12 Payment TermsThe deployment of the personnel (continuous orintermittent) at site shall be done on approval of CGHB andpayment for all the positions shall be made as and whendeployed to the site on the monthly basis. (Payment will bereleased by CGHB when received from NMDC)

Since this is a PMC project and consultant need to mobilizeteam at site hence we request CHB that 20% of the Fee tobe paid as mobilization advance against BG. As per RFP

9. Page 12 Payment TermsThe deployment of the personnel (continuous orintermittent) at site shall be done on approval of CGHB andpayment for all the positions shall be made as and whendeployed to the site on the monthly basis. (Payment will bereleased by CGHB when received from NMDC)

The scope involves pre-construction phase also theteam deployed in pre-constructio phase should also bepaid on monthly basis on man-month basis, as per thequote given for the monthly payment for constructionphase OR 15% of Fee to be paid.Our suggestive payment terms are:

a. Mobilisation advance – 20 % against BGb. 15% - Pre construction phase (10 % of Design

review report +5% on Tender Report)c. 65% - Construction Phase on monthly basis as per man-

As per RFP

Page 10: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

10. Page 39 C. BROAD SCOPE OF WORK OF PROJECTMANAGEMAETCONSULTANT1. The Project Management Consultant shall beresponsible for Construction Supervision, quality assuranceand adherence to approved tender cost of the projectsduring execution & implementation of works at site. TheConsultant shall also be responsible for Design Reviewprovided by the design consultant, checking the layouts,taking measurements, checking and certifying contractor'sbills

We request CHB to kindly clarify if complete Design reviewand Tender process is under consultant scope. If yes thenwe request that input of Architect to be added under TeamComposition, the Architect can provide input fromconsultant's Home office. As per RFP

11. Page 39 C. BROAD SCOPE OF WORK OF PROJECTMANAGEMAETCONSULTANT1. The Project Management Consultant shall beresponsible for Construction Supervision, quality assuranceand adherence to approved tender cost of the projectsduring execution & implementation of works at site.

We request CHB to kindly confirm if the Contractor of theproject is finalized and appointed for the project.

Tender call

12. Page 54 3.1 Performance SecurityThe Authority shall retain by way of performance security(the “Performance Security”), 5% (Five percent) of all theamounts due and payable to the Consultant, to beappropriated against breach of this Agreement or forrecover of liquidated damages as specified herein.

We request CHB to kindly accept Performance securityequivalent to 5% of NET FEE (excluding GST) in the Formof Bank Guarantee (BG) initially valid initially for 1 year andsubstantially increased post expiry.We therefore request that EMD of the consultant to bereturned on submission of BG and no deductions to bemade from monthly payments

As per Corrigendum - 2

Page 11: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Arcop Associate pvt lted Delhi.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 9 & 10 Clause-ivThe Bidders eligible for participating in theAssignment shall be a single Business Entity havingundertaken and completed Project ManagementConsultancy Services involving independent reviewand approval of designs and drawings, day to daysupervision, monitoring of progress and quality ofconstruction, erection and installation work,reporting, bill verify and ensuring compliance by theContractor as per the Design and Specifications etc.during Implementation period of project fulfilling thefollowing requirements

Consultant must have successfully completed for twoworks in which one project work included high risebuilding project including development work of thecampus with cost not less than Rs. 600 Crores INRand another completed building project work includingdevelopment works costing not less than 300 CroresINR in India as Project Management Consultant (PMC)during last 5 years.

Consultant must have successfully completed for two worksin which one project work included high rise building projectincluding development work of the campus with cost not lessthan Rs. 600 Crores INR and another completed buildingproject work including development works costing not lessthan 300 Crores INR in India or abroad as ProjectManagement Consultant (PMC) during last 5 years.

This is very important as the projects executed outside Indiaare also of high quality standards and executed with usinglatest construction technologies and highest level ofproficiency. Such expertise should be allowed to be used in thisproject also to enhance the quality of the project. By includingthis we will be bringing international expertise to the project.Such criteria would enhance the ambit of project by providingthe additional global expertise. Similar condition is beingconsidered generally in all Government tenders.

Kindly include the experience of subsidiary company in Indiaor abroad should be considered as qualifying experience aslong as bidder should have more than 60% shareholding inthe subsidiary company or vice versa.

For the parameter of evaluating the experience, it is requestedthat the experience of the subsidiary company of the parentcompany should also be considered. Such criteria wouldenhance the ambit of project by providing the additional globalexpertise of the subsidiary company while evaluating theexperience of the bidder in the eligibility criteria.

The global experience and expertise of the subsidiary companyhaving executed illustrious projects internationally shallenhance the credibility, profitability, and timely execution.

As per Corrigendum - 2

Page 12: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

With respect to the cost of executed work being consideredfor qualifying experience, the value of executed works shallbe brought to the current level by enhancing the actual valueof work done at a simple rate of 7% per annum, calculatedfrom the date of completion to previous day of last day ofsubmission of tender.

This clause is included in all the Central & State Governmenttenders floated for the consultancy works.

2. Page No. 10 Clause viConsultant shall have a average Grass AnnualTurnover of minimum Rs. 5.0 Crores INR fromprofessional fees in last 3 (three) financial yearsending 31.03.2019 (Audited Balance sheet fromcertified Chartered Accountant or reputed audit firm tobe furnished).

Hence on this page and anywhere else it should read thesame.

As per Corrigendum - 2

3. Page No. 11 Clause 3.2.5

Teamcomposition

DesiredQualification

MinimumExperience inyears

Team Leader M.Tech(Civil) 15 years

Teamcomposition

DesiredQualification

MinimumExperience inyears

Team Leader M.Tech(Civil)Master inbuildingEngineering andmanagementwith Bachelor inArchitecture

10 years

B.E. Civil 15 years

As per Corrigendum - 2

4. Page No. 12 Clause a.a. However the exact composition of the team shallconsist of any or all the above mentionedfunctionaries depending on the requirement of theproject. It could also consist of more/less than themember of one type of functionaries, as decided byCGHB depending on the requirement of the project.The deployment of the personnel (continuous or

The frequent change in the composition of team (Number ofperson) may be avoided and the team / any personnel oncedeployed should not be removed before upto at least one yearafter the deployment. As the frequent change in the site staffwill affect the quality / progress of the project.The payment to the Consultant shall be made by ChhattisgarhHousing Board irrespective of the payment received by them

As per RFP

Page 13: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

intermittent) at site shall be done on approval ofCGHB and payment for all the positions shall bemade as and when deployed to the site on themonthly basis. (Payment will be released by CGHBwhen received from NMDC). The Consultant shall become entitled to payment

only after CGHB has received the correspondingpayments from the NMDC for the work done by theConsultant. Any delay in the released of paymentby the NMDC to the CGHB leading to a delay inthe release the corresponding payment to CGHB tothe Consultant, shall not be entitle the consultant toany compensation/interest from CGHB.

from NMDC, as the consultant will be in the financial crisis if themonthly payment is not released by CGHB since the consultantwill have to pay salaries to the team deployed at site.

5. Page No. 13, Clause No. 5.Solvency Certificate of Rs. 1.8 Crs.

The bidders should be solvent for a value not less thanRs. 1.8 crs.(Rs. One Crore Eighty lakh.) and shallsubmit an Original Solvency Certificate from anyNationalized Indian bank / Scheduled Commercialbank including a foreign bank having a branch in India(including correspondent bank / representative office inIndia) and the certificate should be dated not earlierthan 3 months from the due date a of submission ofBid. The bidder may also submit the original solvencycertificate along with offer.

This clause may be deleted as the solvency certificate isgenerally not asked to be submitted in any Governmentconsultancy tender

As per RFP

6. Page No. 14,Clause No. 7 CONFLICT OF INTERESTCGHB policies require that selected bidders undercontracts provide professional, objective, andimpartial advice and at all times hold the CGHBinterests paramount, avoid conflicts with otherassignments or their own corporate interests and actwithout any consideration for future work. Biddersshall not be engaged for any assignment that wouldbe in conflict with their prior or current obligations toother CGHBs, or that may place the mina position ofnot be ingable to carry out the assignment in thebest interest of CGHB. Without limitation on thegenerality of the foregoing, bidders, and any of their

This clause may be deleted, for the reasons as mentioned inthe representation letter submitted along with pre bid quaries,same is attached here for easy reference.

As per Corrigendum – 2

Page 14: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

associates shall be considered to have a conflict ofinterest and shall not be engaged under any of thecircumstances set forth below:(i) If a consultant combines the function ofconsulting with those of contracting and/or supply ofequipment; or(i) If a consultant is associated with or affiliated to acontractor or manufacturer; or(iii) If a consultant is associated with or affiliated toor combines the function of consulting with the firmthat prepared the Detailed Project Report (DPR)Architectural Planning or proof checking engineering,design for the project(s) under assignment.

(iv) If a consultant is owned by a contractor or amanufacturing firm for the projects(s) underassignment. offering services as bidders for theconsultant should include relevant information onsuch relationships along with a statement in theTechnical proposal cover letter to the effect that theconsultant will limit its role to that of a consultant anddisqualify itself and its associates from work, in anyother capacity or any future project within the nextfive years (subject to adjustment by CGHB in specialcases), that may emerge from this assignment(including bidding or any part of the future project).The contract with the consultant selected toundertake this assignment will contain anappropriate provision to such effect; or

(v) If there is a conflict among consultingassignments, the consultant (including its personnel)and any subsidiaries or entities controlled by suchconsultant shall not be engaged for the relevantassignment.

This clause may be deleted, for the reasons as mentioned inthe representation letter submitted along with pre bid quaries,same is attached here for easy reference.

As per Corrigendum - 2

Page 15: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

7. Page No. 15. Clause 9 PREPARATION OF THEPROPOSALa. The proposal shall be in English language. Theoriginal proposal (Key submissions, Technical andFinancial proposals) shall contain no interlineationsor overwriting, except as necessary to correct errorsmade by bidders themselves. Any such corrections,interlineations or overwriting must be initialed by theperson(s) who had signed the proposal. Theauthorized representative of the bidder shall initial allpages of the original hard copy of the KeySubmissions, Technical and Financial proposal. Allthe documents should be Hard Bound.i. Bidder’s proposal (the proposal) shall consist ofthree (3) envelopes- Envelope-1 - Key submissions,Envelope-2 -Technical proposal, Envelope-3 -Financial proposalThe bidder shall submit Original hard bounddocument in each of the above envelopes and shallalso submit a soft copy in CD ROM of all the contentsof “Key Submission” and “Technical Proposal” in aseparate cover in Envelope –2

Online submission of bid may be allowed as the hard copysubmission of the proposal is not possible in the currentsituation, since all the modes of transport flight, bus and trainetc. are not operating due to lock down imposed by theGovernment of India.

As per RFP, but seewebsite regularly for any

corrigendum upload.

8. Page No. 16 & 17 Clause No.cEnvelope 2: “Technical Proposal”

(ii) Description of Experience of Bidder to illustrateExperience (Not to exceed A-4 size Three page foreach Project) in Form TECH-2. Experience ofProject Management Consultancy (from Projectcommencement to Completion) should be supportedby a certificate from an authority of the rank ofExecutive Engineer/ General Manager of the client.The certificate should clearly set outthe name of the project, activities undertaken, projectcost, date of commencement and date of completionof project management consultancy services. Incase the Project cost is not set out in the certificatefrom the client, the bidders can submit a certificate

The submission of TDS certificate in case of foreign projectexperience may be exempted, since the system of TDS doesnot exist in those countries.

As per Corrigendum - 2

Page 16: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

from Statutory Auditor indicating the same. In caseof works done for the client other thanGovernment/Government undertaking, the biddershall submit the copy of TDS, duly notarizedissued by the client for the total period of workas a proof of the payment made by the clientalong with the copy of work order and thecompletion certificate

(iii) Average Annual Turn Over in last threeFinancial Years from project ManagementConsultancy Services in Form TECH-3. TheTurn Over should be certified by the StatutoryAuditor/Chartered Accountant. Turn Over notcertified by Statutory Auditor/CharteredAccountant or not clearly stating that the turnover relate to revenue received from projectManagement Consultancy Services shall notbe considered for evaluation.

(iv) CVs (Curriculum Viate) of the Team leaderand other key personnel proposed for thisassignment. It should not exceed four pages(A-4 size) for each expert’s CV using FormTECH-4. The name, age, nationality,background employment record, andprofessional experience of each nominatedexpert, with particular reference to the type ofexperience required for the assignmentshould be presented in the CV.

There is some typographical error. It should be read thesame as in the Clause no. vi on Page No. 10 of EligibilityCriteria

This clause may be deleted as the actual team to be deployedat site can be decided only after award of the work to theconsultant.

As per Corrigendum - 2

9. Page No. 18 Clause D.Envelope 3:”Financial Proposal”

(i) The Financial proposal must be submitted in hardcopy using Form FIN – 1 Bidders shall use onlyIndian currency in preparation of Forms FIN-1. Thebilling rate shall be inclusive of – Remuneration to theincluding cost of personnel, all out-of pocketexpenses, cost of lodging, boarding, travel,

The GST shall be paid extra over and above the consultancyfee as per applicable rates from time to time as per theGovernment rules.

As per RFP

Page 17: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

transportation, documentation overhead, all the taxes(including GST), cost to company, profits etc.

10. Page No. 22 Clause 9The Team leader shall deliver the presentation. Noother person shall be allowed to deliver thepresentation. In case the Team leader does notattend for making presentation the marks in“PRESENTATION” shall not be given.

Any Director / Senior member of the consultancy firm may beallowed to deliver the presentation if the Team leader is notavailable at that point of time. As per Corrigendum - 2

11. Page No.29 & 30, Form Tech-2Certificate from client

It may not be possible to obtain the certificate from the client inthe desired format and already available certificate may notcontain some of the points. We request the already availablecertificate may be considered which will definitely contain allthe important information. However if any information is notavailable in the certificate, that will be filled from our side in theForm Tech-2.

As per Corrigendum - 2

12. Page No. 31 Form Tech-3FORM TECH-3AVERAGE ANNUAL TURN OVER IN LAST THREEFINANCIAL YEARS

FROM PROJECT MANAGEMENT CONSULTANCYSERVICES

There is some typographical error. It should be read the sameas in the Clause no. vi on Page No. 10 of Eligibility Criteria

As per Corrigendum - 2

13. Page No. 32 & 33 Form Tech-4FORM TECH-4CURRICULUM VITAE (CV) FORMAT TO BESUBMITTED WITH PROPOSAL

MAXIMUM AGE FOR THE PERSONNEL SHALL BE60YEARS FOR TEAM LEADER AND 55 YEARS FOROTHER MEMBERS OF THE TEAM

This clause may be deleted as the actual team deployed at sitecan be decided only after award of the work.

As per RFP

14. Page No. 39 Clause 7 Deployment ScheduleThe position, the numbers and duration of deploymentof personnel as shown in the Form FIN-1 are indicativeonly. The number of positions and duration ofdeployment of personnel shall be decided andreviewed and adjusted from time to time by CGHB inconsultation with the consultant, as may be appropriate

The frequent change in the composition of team (Number ofperson) may be avoided and the team / any personnel oncedeployed should not be removed before upto at least one yearafter the deployment. As the frequent change in the site staffwill affect the quality / progress of the project.

As per Corrigendum - 2

Page 18: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

for efficient performance of services provided that suchadjustment shall be within the ETBA. The consultantshall cause adjustment in the deployment schedulewithout delay.

15. Page No. 40 clause 2The Consultant shall assist in obtaining the requisitestatutory approvals related to the entrusted works,handing over the completed works to CGHB or itsdesignated agencies on its completion.

Obtaining the statutory approval is already in the scope of theArchitectural consultant. Hence this clause may be deleted toavoid duplication of scope. Government will unnecessarily endup spending and wasting money and paying PMC consultantsfor work which has already been done and finished before theappointment of PMC or already exists in the scope of theArchitectural Consultant.

As per Corrigendum - 2

16. Page No. 40 clause 3The Project Management Consultants shall alsocarry out scrutiny to ensure sufficiency of thereports, drawing, designs, estimates, BOQ etcprepared by other consultants engaged by CGHBassisting CGHB in finalizing extra items, claims ofcontractor and architectural and other consultants ifrequired.

Since the tender for appointing the contractor / executingagency has already been floated on EPC Mode-3 (lumpsumbasis). Hence it may be infructuous and may lead to theduplication of scope. Government will unnecessarily end upspending and wasting money and paying PMC consultants forwork which has already been done and finished before theappointment of PMC or already exists in the scope of theArchitectural Consultant.

As per Corrigendum - 2

17. Page No. 40 clause 4The Consultant shall carry out scrutiny and assist inprocessing of tender documents for the variousworks under the project incorporating all statutory /mandatory provisions in respect of labour laws,taxes/ levies etc as per relevant rules, and obtainingapproval from CGHB. The Consultant shall assistCGHB in Tender Process Management which shallinclude pre tender meetings, compilation of queries,preparation of draft response, opening and evolutionof tenders, negations if required and signing ofagreement etc.

This stage is already over since the comprehensive tender forappointing contractor/ execution agency has already beenfloated on EPC mode-3 (lump sum basis). Hence this clausemay be deleted. Government will unnecessarily end upspending and wasting money and paying PMC consultants forwork which has already been done and finished before theappointment of PMC or already exists in the scope of theArchitectural Consultant.

As per Corrigendum - 2

18. Page No. 40 Clause 6In case, any such necessity comes up within two yearsafter the expiry of contract, the PMC shall be obliged toattend to the set of queries and assist CGHB bydeputing competent personnel for clarification. CGHB

In case, any such necessity comes up within two years afterthe expiry of contract, the PMC shall be obliged to attend to theset of queries and assist CGHB by deputing competentpersonnel for clarification. CGHB shall reimbursed the returneconomy class airfare and Rupees Ten Thousand (10,000/-

As per RFP

Page 19: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

shall reimbursed the return economy class airfare andRupees Ten Thousand (10,000/-) per Diem for thepurpose.

/30,000/-) per Diem for the purpose.

19. Page No. 45, Clause DEssential Qualification, Experience andResponsibility of the PersonnelProject Management Team: The minimum EducationalQualification, Experience and Responsibility of thePersonnel’s shall be as follows –

Position Team Leader

Educational andRelevantExperience

M. Tech. in Civil Engineer with minimum15years of experience in the designing,construction management, andsupervision of Integrated urbaninfrastructure with minimum 5 yearsexperience in the capacity of teamLeader for similar assignment (i.eConstruction of High Rise Building andallied works). And also have at least 5years of experience should be inplanning and monitoring of projects ,procurement of goods, works andservices and project implementation.

Position Team Leader

Educational andRelevantExperience

M. Tech. BE( Civil) in civil Engineer with minimum15years of experience in the designing,construction management, and supervision ofIntegrated urban infrastructure with minimum 5years experience in the capacity of team Leaderfor similar assignment (i.e Construction of HighRise Building and allied works). And also have atleast 5 years of experience should be in planningand monitoring of projects , procurement of goods,works and services and project implementation. As per Corrigendum - 2

20. Page No. 50 & Page No. 53, Clause 2.7Appendix D-DRAFT Consultancy Agreement

The Consultant shall become entitled to payment onlyafter CGHB has received the corresponding paymentsfrom the NMDC for the work done by the Consultant.Any delay in the released of payment by the NMDC tothe CGHB leading to a delay in the release the

The payment to the Consultant shall be made by ChhattisgarhHousing Board irrespective of the payment received by themfrom NMDC as the consultant will be in the financial crisis, ifmonthly payment is not released by CGHB since the consultantwill have to pay salaries to the team deployed at site. As per RFP

Page 20: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

corresponding payment to CGHB to the Consultant,shall not be entitle the consultant to anycompensation/interest from CGHB.

21. Page No. 55 Clause 3.7The following activities shall attract penalties whichshall be detected from the monthly bill forconsultancy services

Sr.No.

Activities

Penalty

4 Change ofManpower

If there is any change in manpower.a. Key personnel as proposed in

the bid shall not be changedduring the contract period.However, in case of situationsbeyond control of the consultant,if any key personal is replacedduring the working period, itshall always be with equal betterqualified experienced personnel.The same shall be allowed afterinterview and approval of CGHB.In such case a compensation ofRs.2.0 Lakh per such perchange in case of team leaderand Rs.1.0 Lakh per change incase of other key personnelshall believed.

b. In case of other teammembers, CGHB shall imposea penalty up to Rs 25,000/-(Rupees

Twenty Five Thousand Only) on eachchange.

This clause may be deleted.

As per RFP

Page 21: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Almondz Globlal Infra, New Delhi.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 10; Clause 3:Eligibility Criteria for QualificationConsultant must have successfully completed for twoworks in which one project work included high risebuilding project including development work of thecampus with cost not less than Rs. 600 Crores INRand another completed building project work includingdevelopment works costing not less than 300 CroresINR in India as Project Management Consultant (PMC)during last 5 years.

We request the authority to kindly amend this clause asfollows:

Consultant must have undertaken/ ongoing/ successfullycompleted for two works in Infrastructure Projects/ Smart Cities/ high rise building / Institutional Building/ Commercial Buildingproject with cost not less than Rs. 300 Crores INR India asProject Management Consultant (PMC)/ Authority Engineering/Independent Engineering during last 5 years.

See Corrigendum - 2

2. Page No. 10:JV or Consortium of any kind will not be permitted forthis RFP.

We request the authority to kindly allow Joint Venture /Consortium of at least 3 partners. As per RFP

3. Page No. 12; Clause 3.2.5:The deployment of the personnel (continuous orintermittent) at site shall be done on approval of CGHBand payment for all the positions shall be made as andwhen deployed to the site on the monthly basis

We request the authority to kindly make a commitment to paythe key personnel’s remuneration quoted in financial Form Fin1 (Page No. 35 of the RFP). As per RFP

4. Page No. 20; Clause 8:Scoring CriteriaRegular Employment with the Firm

We request the authority to kindly drop this criteria sinceexperts for such projects are usually hired on project basis andare not always full time employees of a particular company. See Corrigendum - 2

5. Date Extension Due to extension of current COVID-19 lockdown, request theauthority to kindly extend the proposal due date for thecaptioned project till 30h June,2020 since courier services andthe Indian postal services are not giving any assurance fortimely delivery of the same.

As per Corrigendum - 2See CGHB website

regularly, if anycorrigendum upload.

Page 22: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Tecton Project Services Pvt Ltd,S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 45

RFP under Essential Qualification, Experience,and Responsibility of the Personnel :

Team Leader: B.E (Civil) in Civil Engineer with a minimumof 10 years of experience should be allowed insteadof M.Tech (Civil) in Civil Engineer with a minimum of 15 yearsof experience .

Dy. Project Manager (Civil): Graduate in Civil Engineer withminimum 07 years of experience should be allowed insteadof Graduate in Civil Engineer with minimum 10 years ofexperience.

Site Engineer (Civil): Graduate/Dip. in Civil Engineer withminimum 03/05 years of experience should be allowed insteadof Graduate/Dip. in Civil Engineer with a minimumof 03/10 years of experience.Regular employment with the firm (15% Marks from scoringsection) to be deleted and also requested to delete thecondition that "only Team leader can deliver the presentation.No other person shall be allowed to deliver the presentation. Incase the Team leader does not attend for making presentationthe marks in “PRESENTATION” shall not be given."

As per Corrigendum – 2

2. Page No.20

RFP under Scoring Criteria (Sl. No.1):

Specific experience of the Consultants relevant to theassignment; a. Up to two works : 10 points b. Three ormore projects : 15 points .

Please clarify, if we have to submit the completion certificateof three projects of 600 Cr (High Rise) and Three Projects of300 Cr (Any Development Work) to achieve the 15 points orany three projects i.e, one project of 600 cr, the second projectof 300 crore and third project of 300 cr. will fulfill the conditionof receiving the full marks (15 points) under this category. Asminimum eligibility criteria in RFP is One Project of 600 Cr andOne Project of 300 Crore is to be submitted.

As per Corrigendum - 2

Page 23: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

3. Page no. --Time Extension: Bid Submission As you are aware that due to Corona Virus Epidemic there isnation wise lockdown in India. Many areas are underContainment Zone where any movement is restricted.Moreover interstate transfer is also restricted/banned. Stamppapers and notary on affidavits etc is not available due to thislockdown. It is therefore kindly requested to extend the bidsubmission date till lockdown ends and get the suitable time forpreparation and submission of bid thereafter.

As per RFP

Page 24: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Tata Consulting Enginers Limited.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 40Clause - C-4Scope of services…………..

In view of the scale of the project, we recommend to includethe scope of, Review of MEP services and other utilities Review of Infrastructure services, Review of specialised services required for Hospital,

Auditorium, sports complex etc.The design experts will be able to carry out value engineeringconsidering integrated and mix use township.Also, procurement assistance (including review ofspecifications, correctness of BOQ etc) needs design expertise.Suggest to add additional manmonths towards Home officeservices for both the activities mentioned above.

As per RFP

2. Page no. 10, Clause no. 3.0 (iv)Consultant must have successfully completed for twoworks in which one project work included high risebuilding project including development work of thecampus with cost not less than Rs. 600 Crores INRand another completed building project work includingdevelopment works costing not less than 300 CroresINR in India as Project Management Consultant (PMC)during last 5 years.

Request you to consider the projects completed in last 7 yearsinstead of 5 years

Also considering the quantum of works, it will be appropriatethat the second building project also to be of atleast 500 crores As per Corrigendum - 2

3. Page no. 10, Clause no. 3.0 (v)Consultant Shall have currently in hand at least oneCentral / State Government / PSU of Central or StateGovernment/Autonomous body of the Central or StateGovernment project with minimum Project cost Rs. 100Crores INR and work shall be in progress at site withminimum 15% work completed. (Certificate fromcompetent authority to be furnished)

Instead of ongoing projects, experience on only completedprojects with Government organization to be considered.

Looking at size of the project, only project worth 500 cr to beconsidered instead of 100 cr

Kindly confirm weather only building projects will be consideredor project of any nature including water supply etc will also beconsidered.

As per Corrigendum - 2

4. Page no. 10, Clause no. 3.0 (vi)Consultant shall have an average Grass Annual

Looking at the size of the project, the average annual turnovercriteria to be considered to be atleast 500 cr. As per RFP

Page 25: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

Turnover of minimum Rs. 5.0 Crores INR fromprofessional fees in last 3 (three) financial years ending31.03.2019 (Audited Balance sheet from certifiedChartered Accountant or reputed audit firm to befurnished).

5. Page no. 12, Clause no. 3.2.9The Consultancy period shall be initially for 36 monthseffective from the joining date of the Team leaderwhich can be extended further. However, the PMCteam, of the given project/s shall continue to work tillthe completion of that/those project/s. In case theservices are required to be increased any further, thereshall be an increase of consultancy fee by 10% perannum on the previous year billing rate.

Consultancy period shall commence from the date of issue ofLOA

As per RFP

6. Page no. 13, Clause no. 4Earnest Money Deposit

We request to accept EMD in form of Bank Guarantee as well,issued by any scheduled bank in India. Also please provide theformat for Bank Guarantee.

As per Corrigendum - 2

7. Page no. 16, Clause no. 9 (c) (iii)Description of Experience of Bidder to illustrateExperience (Not to exceed A-4 size Three page foreach Project) in Form TECH-2. Experience ……….the name of the project, activities undertaken, projectcost, date of commencement and date of completion ofproject management consultancy services. In case theProject cost is not set out in the certificate from theclient, the bidders can submit a certificate fromStatutory Auditor indicating the same.

Our company statutory auditor may not be able to certify theproject cost but will be able to certify only fee received by us.Hence accept only the certificates/documents issued by Client.

As per RFP

8. Page no. 35, Financial formsWe confirm that the rate quoted above are inclusive ofall applicable taxes (Including GST), cess and leviesand also inclusive of all office and site supervisionexpenses & other expenses which may be incurred bythe firm and personnel towards office equipments andautomation, hardware, software,

Kindly confirm weather the rates shall be inclusive of GST orexclusive. Normally all Government tenders, the rates areexclusive of GST and the same is reimbursed by Client atactual.

Including of GST alreadymentioned in RFP, page

no. 18 & 35.

9. page no. 9 & 39, Clause 3 & 1The Bidders eligible for participating in the Assignmentshall be a single Business Entity having undertakenand completed Project Management Consultancy

Kindly elaborate the scope related to approval of designs anddrawings from PMC.Kindly elaborate the scope regarding responsibility for designreview provided by consultants.

As per RFP.

Page 26: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

Services involving independent review and approval ofdesigns and drawings, day to day supervision,monitoring of progress and quality of construction,erection and installation work, reporting, bill verify andensuring compliance by the Contractor as per theDesign and Specifications etc. during Implementation

The Project Management Consultant shall beresponsible for Construction Supervision, qualityassurance and adherence to approved tender cost ofthe projects during execution & implementation ofworks at site. The Consultant shall also be responsiblefor Design Review provided by the design consultant,checking the layouts, taking measurements, checkingand certifying contractor’s

We propose to involve some of the team members having coredesign engineering experience in structural, MEP andinfrastructure areas to effectively carry out the design anddrawing review activity. Kindly confirm.

10. page no. 40, clause no. C-4The Consultant shall carry out scrutiny and assist inprocessing of tender documents for the various worksunder the project incorporating all statutory /mandatory provisions in respect of labour laws, taxes/levies etc as per relevant rules, and obtaining approvalfrom CGHB. The Consultant shall assist CGHB inTender Process Management which shall include pretender meetings, compilation of queries, preparation ofdraft response, opening and evolution of tenders,negations if required and signing of agreement etc.

We propose to involve a procurement specialist to assist theteam leader for carrying out the tender process managementas this is an independent skill set and is an independentactivity. Kindly confirm.

As per Corrigendum - 2

11. page no----Total Liability of consultant

We request to limit total liability of consultant to the 10% feespayable. As per RFP.

12. page no.43, clause no. 29, aDuring Operation & Maintenance time period (O&M),PMC agency shall ensure by visiting site and submitfortnightly reports to ChhattisgarhHousing Board on theperformance / rectification of works by theO&Magency.

We understand during DLP / O&M period continuousdeployment of staff will be required, please confirm

As per RFP.

13. page no----DLP and O&M period

We understand DLP and O&M period is simultaneous and of 2years

Yes

Page 27: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

14. page no.35, form financial 1Total man-months

We understand total man-months are 792 i.e 22 X 36 duringconstruction phase and 96 man-months during O&M/DLPperiod i.e. 4 x 24, please confirm. As per Corrigendum - 2

15. page no.35, form financial 1B = Add Lump sum 15% over A for office and sitesupervision Expenses……….

We understand B is 15% of amount of A andC is 5% of A + BPlease confirm

As per RFP

16. page no. 17, clause no. 9, ciiIn case of works done forthe client other than Government/Governmentundertaking, thebidder shall submit the copy of TDS, duly notarizedissued by theclient for the total period of work as a proof of thepayment madeby the client along with the copy of work order and thecompletion certificate.

For works done for the client other thanGovernment/Government undertaking, consider certificationfrom Chartered accountant for values of work/fee received

As per Corrigendum - 2

17. page no. 23, clause no. 6MAXIMUM AGE FOR THE PERSONNEL SHALL BE60 YEARS FORTEAM LEADER AND 50 YEARS FOR OTHERMEMBERS

Consider maximum age for all the personnel as 6o years.

As per RFP

18. page no. 10, clause no. 3 (iv)Consultant must have successfully completed for twoworks in which one projectwork included high rise building project includingdevelopment work of the campuswith cost not less than Rs. 600 Crores INR and anothercompleted building projectwork including development works costing not lessthan 300 Crores INR in India asProject Management Consultant (PMC) during last 5years.

We understand in completed works commercial, office building,institutional, residential building projects will be considered,please confirm.

As per RFP

19. page no. 12, clause no. 3.2.9The Consultancy period shall be initially for 36 monthseffective from thejoining date of the Team leader which can be extendedfurther. However, the

We understand quoted rates will be valid for 36 months andafter 36 months will be subject to escalation at the rate of 10%per annum or part thereof, please confirm. As per Corrigendum - 2

Page 28: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PMC team, of the given project/s shall continue to worktill the completion ofthat/those project/s. In case the services are requiredto be increased any further,there shall be an increase of consultancy fee by 10%per annum on the previousyear billing rate.

20. page no. 13, clause no. 5Solvency certificate……….

Please accept copy of solvency certificate instead of original. As per RFP

Page 29: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Laxmi Narayan Associates, New Delhi.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 147. CONFLICT OF INTEREST

CGHB policies require that selected biddersunder contracts provide professional, objective,and impartial advice and at all times hold theCGHB interests paramount, avoid conflicts withother assignments or their own corporateinterests and act without any consideration forfuture work. Bidders shall not be engaged for anyassignment that would be in conflict with their prioror current obligations to other CGHBs, or that mayplace the mina position of not be ingable tocarry out the assignment in the best interest ofCGHB. Without limitation on the generality ofthe foregoing, bidders, and any of their associatesshall be considered to have a conflict of interestand shall not be engaged under any of thecircumstances set forth below:

(i) If a consultant combines the function ofconsulting with those of contracting and/orsupply ofequipment; or

(ii) If a consultant is associated with or affiliatedto a contractor or manufacturer; or

(iii) If a consultant is associated with or affiliated to orcombines the function of consulting with the firmthat prepared the Detailed Project Report (DPR)Architectural Planning or proof checking

Request : This clause may be deleted.

As per Corrigendum - 2

Page 30: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

engineering, design for the project(s) underassignment.

(iv) If a consultant is owned by a contractor or amanufacturing firm for the projects(s) underassignment. offering services as bidders for theconsultant should include relevant informationon such relationships along with a statement inthe Technical proposal cover letter to the effectthat the consultant will limit its role to that of aconsultant and disqualify itself and its associatesfrom work, in any other capacity or any futureproject within the next five years (subject toadjustment by CGHB in special cases), that mayemerge from this assignment (including bidding orany part of the future project). The contractwith the consultant selected to undertake thisassignment will contain an appropriate provisionto such effect; or

(v) If there is a conflict among consultingassignments, the consultant (including itspersonnel) and any subsidiaries or entitiescontrolled by such consultant shall not beengaged for the relevant assignment.

2. Page No. 219. The Team leader shall deliver the presentation. No

other person shall be allowed to deliver thepresentation. In case the Team leader does not attendfor making presentation the marks in“PRESENTATION” shall not be given.

Request : This clause may be deleted.

As per Corrigendum - 2

3. Page No. 39

C. BROAD SCOPE OF WORK OF PROJECTMANAGEMAETCONSULTANT2. The Consultant shall assist in obtaining the requisite

Request : Obtaining the statutory approval is already in thescope of the Architectural consultant.Hence this clause maybe deleted to avoid duplication of scope. Government willunnecessarily end up spending and wasting money andpaying PMC consultants for work which has already been

As per Corrigendum - 2

Page 31: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

statutory approvals related to the entrusted works,handing over the completed works to CGHB or itsdesignated agencies on its completion.

3. The Project Management Consultants shall alsocarry out scrutiny to ensure sufficiency of thereports, drawing, designs, estimates, BOQ etcprepared by other consultants engaged by CGHBassisting CGHB in finalizing extra items, claims ofcontractor and architectural and other consultants ifrequired.

4. The Consultant shall carry out scrutiny andassist in processing of tender documents for thevarious works under the project incorporating allstatutory / mandatory provisions in respect of labourlaws, taxes/ levies etc as per relevant rules, andobtaining approval from CGHB. The Consultantshall assist CGHB in Tender Process Managementwhich shall include pre tender meetings, compilationof queries, preparation of draft response, openingand evolution of tenders, negations if required andsigning of agreement etc.

done and finished before the appointment of PMC or alreadyexists in the scope of the Architectural Consultant.

Request :Since the tender for appointing the contractor /executing agency has already been floated on EPC Mode-3(lumpsum basis). Hence it may be infructuous and may leadto the duplication of scope.Government will unnecessarilyend up spending and wasting money and paying PMCconsultants for work which has already been done andfinished before the appointment of PMC or already exists inthe scope of the Architectural Consultant.

Request :This stage is already over since the comprehensivetender for appointing contractor/ execution agency hasalready been floated on EPC mode-3 (lumpsum basis).Hence this clause may be deleted.Government willunnecessarily end up spending and wasting money andpaying PMC consultants for work which has already beendone and finished before the appointment of PMC or alreadyexists in the scope of the Architectural Consultant.

4. Page No. 39 Clause-7

5. Deployment ScheduleThe position, the numbers and duration ofdeployment of personnel as shown in the FormFIN-1 are indicative only. The number of positionsand duration of deployment of personnel shall bedecided and reviewed and adjusted from time totime by CGHB in consultation with the consultant,as may be appropriate for efficient performance ofservices provided that such adjustment shall be

Request : The frequent change in the manpower may result inthe efficiency of the team deployed. The team once deployed atsite shall be retained for at least one year.

As per Corrigendum - 2

Page 32: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

within the ETBA. The consultant shall causeadjustment in the deployment schedule withoutdelay.

5. Page No. 55, Clause 3.7

6.Change of manpower - If there is any change inmanpower.

a. Key personnel as proposed in the bid shall not bechanged during the contract period. However, incase of situations beyond control of the consultant,if any key personal is replaced during the workingperiod, it shall always be with equal better qualifiedexperienced personnel. The same shall be allowedafter interview and approval of CGHB. In such casea compensation of Rs.2.0 Lakh per such perchange in case of team leader and Rs.1.0 Lakh perchange in case of other key personnel shallbelieved.

b. In case of other team members, CGHB shallimpose a penalty up to Rs 25,000/- (Rupees TwentyFive Thousand Only) on each change.

Request : No penalty shall be imposed on the consultant inany such circumstances. Hence this clause may be deleted.

As per RFP.

Page 33: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

National Project Consultant Corporation, Gurgaon.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Consultant must have successfully completed for twoworks in which one project work included high risebuilding project including development work of thecampus with cost not less than Rs. 600 Crores INRand another completed building project work includingdevelopment works costing not less than 300 CroresINR in India as Project Management Consultant (PMC)during last 5 years

Consultant must have successfully completed for two works inwhich1) One project work included multi-storey building projectincluding development work of the campus with cost not lessthan Rs. 600 Crores INR2) Another completed building project work includingdevelopment works costing not less than 250 Crores INR inIndia as Project Management Consultant (PMC) during last 5years

As per Corrigendum - 2

Page 34: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

RITES Limited (Govt. of India Enterprisese)S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 10; Clause 3: para iv,Eligibility Criteria for QualificationConsultant must have successfully completed twowork project having minimum project cost Rs. 600/-Crores and Rs. 300/- Crores including high risebuilding and development works.

For fair and wide competition, relaxation in value of completedwork project may please be given.

See Corrigendum - 2

2. Page No. 10; Clause 3: para v,Eligibility Criteria for QualificationConsultant shall have at least one project in hand ofhaving minimum project cost Rs. 100/- Crores INR isrequired.

Although value of completed project cost as per eligibilitycriteria Rs. 600/- Crores is required, which is much higher incomparison to work in hand /ongoing project cost required. As per RFP

3. Date of Submission of bid The last date of submission of bid may also be extendedby at least 2 week so as to submit the bid.

As per As perCorrigendum - 2

but see CGHB websiteregularly for any update.

Page 35: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Innovative Cad Centre,S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 10, SECTION -1 ELIGIBILITY CRITERIAFOR QUALIFICATION point no VConsultant must have successfully completed for twoworks in which one project work included high risebuilding project including development work of thecampus with cost not less than Rs. 600 Crores INRand another completed building project work includingdevelopment works costing not less than 300 CroresINR in India as Project Management Consultant (PMC)during last 5 years.

Suggestion- As the scope of work is very vast. We suggest toplease considering the various project which have total projectcost not less than Rs. 600 Crores during last 5 years.

As per Corrigendum - 2

2. Page No. 10, SECTION -1 ELIGIBILITY CRITERIAFOR QUALIFICATION point no VConsultant Shall have currently in hand at least oneCentral / State Government / PSU of Central or StateGovernment/Autonomous body of the Central or StateGovernment project with minimum Project cost Rs. 100Crores INR and work shall be in progress at site withminimum 15% work completed.

Suggestion- We suggest to please consider the various projectwhich have total project cost not less than Rs. 100 Crores

As per Corrigendum - 2

3. Page No.18, SECTION - 1 d.Envelope 3:"Financial Proposal"The billing rate shall be inclusive of - Remuneration tothe including cost of personnel, all out-of pocketexpenses, cost of lodging, boarding, travel,transportation, documentation overhead, all the taxes(including GST), cost to company, profits etc.

We suggest the financial proposal should be excluding GST.

Inclusive of GST and allother taxes.As per RFP.

4. Page no. 22 SECTION2 EVALUATION PROCESSPoint No. 9The Team leader shall deliver the presentation. Noother person shall be allowed to deliver thepresentation. In case the Team leader does not attendfor making presentation the marks in"PRESENTATION" shall not be given.

We suggest the presentation should deliver by Authorizedrepresentative of Consultant

As per Corrigendum - 2

Page 36: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

5. Page no. 35 FORM FIN-IFormat for Financial Proposal

• In format of financial proposal the value ofC (i.e 5% of A+B Amount= ) is not clarify.• The sum of Minimum Required Staff no. 4for DLP + O&M for 2 years is missing.

So that the value of D (Total Billing Amount ofFinancial proposal) should be= A + B + C + The sum of Minimum Required Stafffor DLP + O&M for 2 years

We suggest adding the column for addition of GST in totalquoted amount by bidder.

As per Corrigendum - 2

Page 37: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

AUM Architect,S.No. Page No. & Clause No. /

Description of MatterQuery Clarification by CGHB

1. page no. 10, Request for allowing JV for this size of the project As per RFP.2. To allow mid-sized architectural companies like ours to bid for

this project so that we get a chance to show our performanceand help service for our national project.

AS per RFP.

Page 38: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Design Accord,S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Page No. 8,Point 5. Last date for submission of bid 22.05.2020upto4:00 PM at office of EE CGHB.

In this regard, you are requested to kindly allow receipt date ofsubmission of bids as 30 June 2020 considering the prevailingCOVID 9 Corona virus Lockdown resulting limited availabity ofmanpower and travel restrictions .

As per RFP

2. Page No. 10, Section 1. point 3, viii, 5th point

• JV or Consortium of any kind will not be permitted forthis RFP.

and

3.1 Experience of a bidder as a member ofconsortium/Joint Venture for any project/work shall notbe considered.

In this regard, you are requested to kindly allow JV/Consortiumto enable mid size firms like ours to participate in the bidin right earnest.

As per RFP

3. Page No. 9 & 10, Clause No. 3 (iv)– Experience of successfully completed two works(One work of INR. 600 Crore and another work of INR.300 Crore in India) as Project Management Consultant(PMC) during the last 5 years:

Requesting to kindly accept experience of two works eachcosting INR. 400 Crore during the last 7 years for betterparticipation As per Corrigendum - 2

4. Page No. 10, Clause No. 3 (v)– One ongoing government project costing INR 100Crore with minimum 15% work completed:

Kindly accept one project in progress of Architectural &Engineering Consultancy Services / DPR of Central / StateGovernment / PSU of Central or State Government /Autonomous body of the Central or State Governmentproject costing INR. 100 Crore with minimum 15%work completed at site.

As per RFP

5. Clause No. 3 (vi) at Page No. 10, Clause No. 9 (c) (iii)at Page No. 17 & Form TECH-3 at Page No. 31 –Average Annual Turnover of minimum INR. 5.0 Crore

in last 3 (three) financial years ending on 31.03.2019:: It is specified at Clause No. 3 (vi) at Page No. 10that the Consultant shall have a average grass annualturnover of minimum INR. 5.0 Crore from Professional

Requesting to kindly consider average annual turnover ofminimum INR. 5.0 Crore from Professional Fees only forevaluation instead of Revenue received fromProject Management Consultancy Services in last 3financial years ending on 31.03.2019. This will enable widerparticipation.

As per Corrigendum - 2

Page 39: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

Fees in last 3 financial years ending on 31.03.2019whereas as at Clause No. 9 (c) (iii) at Page No. 17 it isspecified that the average annual turnover relate toRevenue received from Project ManagementConsultancy Services.

Page 40: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

PRE-BID QUERIES CONCERNING REQUEST FOR PROPOSAL (RFP) FOR “PROJECT MANAGEMENT CONSULTANCY (PMC) FOR CONSTRUCTION OFINTEGRATED TOWNSHIP FOR NMDC AT VILLAGE NIYANAR JAGDALPUR.”

Engineers India Limited, New Delhi.S.No. Page No. & Clause No. / Description of Matter Query Clarification by CGHB

1. Brief about Project, Page -06 For Community Hall, Auditorium, Commercial Block andHospital block, Whether centralized AC facility or split ACneeds to be considered.Please clarify.

As per RFP

2. Duration of PMC Services, page-7 Bidder understands that total 36 months duration is inclusive ofPre-Construction (Design / Engg, Tender preparation, TenderProcess Management, award of works etc.) and Constructionphase both.

CGHB to kindly confirm.

As per Corrigendum - 2

3. Deployment Schedule page no. 39 May please elaborate the term “ETBA” As per Corrigendum – 2

4. Clause – C-2- Broad Scope of Work of ProjectManagement consultant in Page - 40

Bidder understands that, the responsibility of Obtaining allstatutory approvals including NOC’s and completion certificate /occupation certificate etc are in the scope of Architect/ DesignConsultant.

CGHB to kindly confirm.

As per Corrigendum - 2

5.

Clause – C- point no. 5 - Broad Scope of Work Page-40

Bidder understands that, PMC shall prepare the consolidateddraft replies of audit queries & all arbitration / litigation caseswith respect to the project and send to client. Furnishing suchreplies by PMC shall be limited to their areas of work andscope of work as defined in the Bid document.CGHB to kindly confirm.

As per RFP

6.Clause – C-point no. - 4- Broad Scope of Work ofProject Management consultant in Page – 40

Bidder understands that, the tender documents shall beprepared by the Architect / design Consultant and the sameshall be floated and received by CGHB. The PMC shall assistCGHB in Tender process management.

As per Corrigendum - 2

Page 41: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

7.

Clause – C-point no. 26- Broad Scope of Work ofProject Management consultant in Page – 43

Bidder requests CGHB to kindly modify the said clause asbelow:

Obtain and submit all the records and the records of anychanges made in the works during the progress of works andsubmit adequate number of completion reports and completiondrawings for the project, prepared by the contractor/ DesignConsultant/ Architect all such changes, duly authenticated asrequired for obtaining “Completion/Occupancy Certificate” fromstatutory authorities, wherever required.

CGHB to kindly consider and confirm.

As per RFP

8.

Clause 3.2.5 Eligibility Criteria Page -11Clause- D- Essential Qualification, Experience andResponsibility of the Personnel , Page- 45

Bidder requests CGHB to kindly modify the said clause asbelow:

Team Leader – “B.Tech/B.E. in Civil Engineer with minimum15 Year …….works and services and project implementation”.

CGHB to kindly consider and confirm.

As per Corrigendum - 2

9.

General Condition of Contract:Clause 2.7- PAYMENT OF FEES – Bullet point -Page-51

Bidder requests CGHB to kindly replace the above clause asbelow:

“The payment of the consultant shall be released within 15days of the invoice raised by Consultant.”

CGHB to kindly consider and confirm.

As per Corrigendum - 2

10.

Clause- 3-3.7- Performance Security, LiquidatedDamages and Penalties, Sr. no. 1- Checking ofdesigns and Report Submission –Page- 55 and 56

The review process of the design/ drawings shall predominantlydepend on the quality/ adequacy of design / drawings preparedby the Architect/ Design Consultant and prompt compliance ofPMC observations. Therefore any delay in review of abovedocuments cannot be solely attributable to the PMC. Hence,bidder requests this clause may please be deleted.

CGHB to kindly consider and confirm.

As per RFP

Page 42: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

11.

Clause- 3-3.7- Performance Security, LiquidatedDamages and Penalties, Sr. No. 3 Delay in BillSubmission - Page- 55 and 56

Generally the responsibility of submission of RA Bills (alongwith necessary back-up documents) rests with Contractor.However, the PMC shall endeavor to check/ certify the samewith in earliest possible time for further process / payment byCGHB. Therefore any delay in Bill submission cannot be solelyattributable to the PMC. In view of above, this clause mayplease be deleted.

CGHB to kindly consider and confirm.

As per RFP

12.

Clause- 3-3.7- Performance Security, LiquidatedDamages and Penalties, Sr. no. 4. Change ofManpower - Page- 55 and 56

As any change in manpower will be only in the case of situationbeyond the control of PMC and after interview and approval ofCGHB, so penalty in this regards is unfair. Hence, bidderrequests CGHB to kindly delete the words “In such case acompensation of Rs.2.0 Lakh per such per change in caseof team leader and Rs.1.0 Lakh per change in case of otherkey personnel shall believed. ”and“In case of other team members, CGHB shall impose apenalty up to Rs 25,000/- (Rupees Twenty Five ThousandOnly) on each change.”

CGHB to kindly consider and confirm.

As per RFP

13. Clause- 3-3.7-Performance Security, LiquidatedDamages and Penalties, Sr.no. 6 - Conduct qualitycontrol measures and QA -Page- 55 and 56

Bidder requests CGHB to kindly delete the said clause.

CGHB to kindly confirm. As per RFP

14.

Clause- 13 -INDEMNITY AND INSURANCE- Page 60

Bidder request CGHB to kindly include following new subclause:

“It is agreed between CGHB and PMC that the aggregateliability of PMC arising from total recoveries/adjustments onaccount of delays / mistakes, at PMC’s end and / or any otheraccount, from PMC FEES shall not exceed 5% of PMC FEESeffectively received under this AGREEMENT. To protect theirinterest, PMC shall keep the matter on record and shallmaintain file /register with the acknowledgements etc. for issueof drawings, clarifications/ instructions given to the PMC/

As per RFP

Page 43: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

Contractors/ Agency / CGHB in writing. ”

CGHB to please consider and confirm.

15.

Clause- 19.2-Arbitration-Page- 63

Arbitration between the Bidder (being CPSU) and CGHB shallbe as per the “Administrative Mechanism for Resolution ofCPSES Disputes (AMRCD) as mentioned in DPE OM No.4(1)/2013-DPE(GM)/FTS'1835 dated 22-05-2018 and asamended from time to time or any other prevailinginstructions/OM of DPE in this regard".

CGHB to kindly confirm.

As per Corrigendum - 2

16.

Clause- 19.2-Arbitration-Page- 63

Bidder requests CGHB to kindly modify the point (a) of saidclause as below:

“Any Dispute arising out of, in connection with, or related to thisAgreement and RFP which is not resolved amicably within 30days, the same shall be referred to the Chairman CGHB. Thereupon, the Chairman CGHB, shall appoint a sole arbitratorwithin thirty days.resolved through arbitration by a SoleArbitrator to be mutually appointed by the parties. Theproceedings of the arbitrations shall be conducted as perArbitration & Conciliation Act 1996.”

CGHB to kindly confirm.

As per Corrigendum - 2

17.

General

In view of scope of services to be provided under thisassignment. Bidder requests CGHB to kindly include thefollowing clause as below:

“In the event of any claim, action, demand, or any proceedingswhatsoever being invoked by vendor(s), contractor(s),bidder(s), or prospective bidder(s) appointed by PMC on behalfof CGHB arising out of or in relation to or consequent upon thiscontract agreement or engagement of such vendor(s) orcontractor(s), bidder(s), or prospective bidder(s), PMC shallprovide all the necessary assistance including recommendation(except on legal issues) until a period of one months after the

As per RFP

Page 44: izh&fcM Dokfjt fjIykbZ] fnukad 21@05@2020 · The CGHB may conduct independent quality monitoring and checking of works carried out by contractor and certified or /and recommended

expiry of Defect Liability Period on mutually agreeable rates.

CGHB undertakes to hold PMC harmless and indemnified fromany claim, action, demand, or any proceeding whatsoeverinvoked by vendor(s), contractor(s), bidder(s), or prospectivebidder(s) of CGHB against PMC arising out of or in relation toor consequent upon this Contract or engagement of suchvendor(s) or contractor(s), bidder(s), or prospective bidder(s)and shall reimburse for all costs (including legal and incidentalcosts such as travel as well as man-hour costs), charges andexpenses incurred by PMC in defending or settling any suit,writ or other action or proceedings by any such third party[including vendor(s), contractor(s), bidder(s), or prospectivebidder(s)] in which PMC has been made or impleaded as aparty/ Defendant/ or Respondent and/or for prosecuting anyappeal, revision, or review in respect thereof, whether theclaim, suit, writ or other action or proceedings is based oncontract, quasi contract, tort of any other basis or breach oflaw.”

18.

General

Considering lock down situation and travel and courier servicesrestriction, bidder requests pre-bid meeting date and bidsubmission date may please be extended by at least 4 weeks.

As per Corrigendum – 2,but see website regularly

for any update.