CORRIGENDUM. I. Prequalification of PMC Firms, Page 3 of the Prequalification Document

Similar documents
TENDER NOTICE. TENDER SCHEDULE Sl. No. Description Details. Contact Details

TENDER DOCUMENT. INTERIOR WORKS FOR WEALTH HUB AT TIGER CIRCLE BRANCH, MANIPAL

TENDER DOCUMENT TENDER ID : BAN

INDIAN INSTITUTE OF SCIENCE BENGALURU

THE PLANTATION CORPORATION OF KERALA LIMITED (A Government of Kerala Undertaking) KOTTAYAM-4

Board of School Education Haryana, Bhiwani Re-Tender Notice Empanelment of Vendors for Live CCTV surveillance system. For. HTET Exam Dec

EXPRESSION OF INTEREST (EOI) for

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD.(SBIIMS), (WHOLLY OWNED SUBSIDIARY OF SBI) GUWAHATI CIRCLE OFFICE

BHARAT HEAVY ELECTRICALS LIMITED Jagdishpur

STANDARD BIDDING DOCUMENTS FOR LOW VALUE PURCHASE

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

BID-DOCUMENT CONSULTANT - GST FOR THE FINANCIAL YEAR TERMS OF REFERENCE

Kamla Nehru Institute of Technology Sultanpur (U.P.) Phone: Notice Inviting Short Term Tender

Tender Document. For. Supply and Installation of Classroom Desk & Student Chair

ENGINEERING PROJECTS (INDIA) LIMITED (A Government of India Enterprise) Southern Regional Office, Chennai. Tender No. SRO/MKT/TH/473 April 06, 2016

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE

MUNICIPAL COUNCIL, DHAMANGAON RLY., DIST. AMRAVATI. DETAILED TENDER NOTICE No. 533, Dtd. 03/03/2014

TENDER DOCUMENT PART I (TECHNICAL BID) 01. Limited Tender No. & date : ECL/RJML/GM/E&T/18-19/16 dt

DATED: DUE ON

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

SUB: Fixing of Rate contract for Computer Consumables-Cartridges for One year. TENDER DOCUMENT. TECHNICAL BID (Part A)

NOTICE: TENDER KISS DELHI

FOR ASSIGNING THE CONTRACT FOR SALE OF USED ANSWER BOOKS OF THE EXAMINATIONS HELD IN

ENGINEERING PROJECTS (INDIA) LIMITED (A Government of India Enterprise) Southern Regional Office, Chennai. Tender No. SRO/MKT/TH/277 May 27, 2014

(A statutory body of Govt of Kerala)

CHARTERED ACCOUNTANT /COST ACCOUNTANT FIRMS

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

NIB NO. CS/ NIB/ 01/ 2018 Dated

Name of the work: AIR CONDITIONING WORKS TO BE CARRIED OUT AT OUR EXISTING BRANCHES IN THE REGION RO JAIPUR. SYNDICATEBANK:

NIT No: Civil/IMSc/11/2015

APPLICATION FOR TENDER

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

Central University of Orissa

Limited Tender. Annexure A

REQUEST FOR PROPOSAL FOR APPOINTMENT OF CHARTERED ACCOUNTANTS/FIRM ON CONTRACT BASIS. Real Estate Regulatory Authority, Karnataka

Chennai Metro Rail Limited (A Joint Venture of Govt. of India and Govt. of Tamil Nadu)

Kolkata SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

at 13:30 hrs

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION (YASHADA) RAJBHAWAN COMPLEX, BANER ROAD PUNE

Òkjrh; çks ksfxdh lalfkku xqokgkvh, xqokgkvh& Indian Institute of Technology Guwahati,

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER

LIMITED TENDER DOCUMENT FOR FINALIZING MEDIA AGENCY FOR HERITAGE INDIA QUIZ 2017

BID DOUCMENT FOR ELECTRONIC TENDRING

NOTICE INVITING BID. 1 (a) Essential Pre- Qualification documents required to be submitted for validity of Technical Bids:

TENDER NO. WBTBCL /

SITC OF SMF BATTERIES AT OUR DATA CENTRE SHIVAJI NAGAR PUNE.

Ref. No. INST/12(253)/2017/PUR Date: 06/12/2017 NOTICE INVITING TENDER

GOVT OF KARNATAKA. (two cover e Procurement)

OSMANIA UNIVERSITY HYDERABAD , INDIA

Tender No. 15 / Date: TENDER NOTIFICATION. Security Deposit (in Rupees) 1. Pulse Oximeter / /-

Consultancy services for Providing PMC for the work of Construction of 500 Room Ladies Hostel at IISc

* * * * * TENDER DOCUMENT FOR SUPPLY OF CHAIN PULLEY BLOCK REQUIRED FOR RET CONSTRUCTION SLUICE GATE

West Bengal Renewable Energy Development Agency

Board of School Education Haryana, Bhiwani Empanelment of Vendors For Live CCTV Surveillance on turnkey basis for Evaluation Centres March 2018

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. STATE BANK OF INDIA, CIRCLE OFFICE KOLKATA, SAMMRIDDHI BHAWAN, 1, STRANDS ROAD, KOLKATA

BOARD OF SCHOOL EDUCATION HARYANA,BHIWANI. Re-Tender NOTICE OF WASTAGE SWEEP (RADDI) FOR THE YEAR BSEH/MM/05/Wastage Sweep Dated:

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

at Bandra Kurla Complex, Mumbai. The work is estimated to cost Rs lakh and is to be completed within 3 months.

ANIIDCO LTD. Terms & Conditions for Appointment as Internal Auditor

TENDER DOCUMENT. TECHNICAL BID (Part A)

TAMIL NADU STATE TRANSPORT CORPORATION (MADURAI) LTD,. VIRUDHUNAGAR REGION CIVIL ENGINEERING DEPARTMENT

NIT-14 /2017. Rate Contract for Laboratory Consumables Cost of tender Rs.1500/- (Non refundable)

TENDER DOCUMENT OF PURCHASE OF: Free Wheel Ratchet Bearing - NSS 30. M/s. Address. Details of Contact person in SPMCIL regarding this tender:

* * * * * TENDER DOCUMENT FOR SUPPLY OF CASTING ITEMS FOR MAHANADI BARRAGE PROJECT

No.1988 Date. 06/09/2017. Detail Quotation Call Notice for Supply of Hot Air Oven for Sterilization of Glass Bottles.

RAICHUR POWER CORPORATION LIMITED (YERMARUS THERMAL POWER STATION)

No. 532/D/21/16/14-15 Date : RATE CONTRACT TENDER FOR SUPPLY OF LAUNDRY CHEMICALS

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 26/ /Supply

JALPAIGURI MUNICIPALITY

TENDER NO : CTR/LDH/1812/Fur/ DATED: DUE ON : AT : 02:00 p.m. PART I INVITATION OF TENDER

GST NO: 36AAACT8873F1Z1

Special Instructions:- To,

YASHWANTRAO CHAVAN ACADEMY OF DEVELOPMENT ADMINISTRATION RAJBHAVAN COMPLEX, BANER ROAD, PUNE

TENDER NOTIFICATION FOR SUPPLY OF WALL CALENDARS

BHARAT SANCHAR NIGAM LIMITED (A

STATE BANK OF INDIA, REGIONAL BUSINESS OFFICE: VI 1/6 VIP ROAD, 3 RD FLOOR, ZONAL OFFICE-BIDHANNAGAR, KOLKATA

Tender No: STPIN/PUR/QUO/16-17/18 Dated 16/03/2017 SOFTWARE TECHNOLOGY PARKS OF INDIA

Tender for. Supply and Installation of DNA/RNA Fragment Analyzer System

Phone No

NOTICE INVITING TENDER. Ten No. TEN/004/UPS/AO

Tender inviting two bid quotations for supply of Note counting Machines & AMC. Supply of Note counting Machines. As per enclosed attachment

KERALA FINANCIAL CORPORATION

INDIAN INSTITUTE OF TECHNOLOGY MADRAS ENGINEERING UNIT CHENNAI Tender No: 16/ /Supply

NATIONAL INSTITUTE OF FASHION TECHNOLOGY, BENGALURU.

NIT No.: ECE-INS Date: October 11, 2018 NOTICE INVITING TENDER

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

CORRIGENDUM NOTICE INVITING TENDER

(A GOVT. OF WEST BENGAL UNDERTAKING) H.O. & R. O.: 2, DurgaCharan Doctor Lane, Kolkata

TECHNICAL OFFER (ENVELOPE I)

ICSI HOUSE, C-36, Sector-62, Noida

TAMILNADU INDUSTRIAL DEVELOPMENT CORPORATION LIMITED

TENDER DOCUMENT FOR SUPPLY OF ELECTROMAGNETIC BRAKES FOR 25T GANTRY CRANE FOR ANANDAPUR BARRAGE PROJECT

KARNATAKA STATE FINANCIAL CORPORATION APPOINTMENT OF MERCHANT BANKER AS ARRANGER

TENDER DOCUMENT. AIR-CONDITIONING WORKS AT AT KATKOL BRANCH

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

BID CAPACITY ASSESSMENT FORM

TENDER DOCUMENT. (With Revised date of Submission) for ANNUAL MAINTENANCE CONTRACT FOR DIGITAL MULTI-FUNCTION PHOTOCOPIERS

Harish-Chandra Research Institute Chhatnag Road, Jhunsi, Allahabad

ICSI HOUSE, C-36, Sector-62, Noida

Transcription:

CORRIGENDUM Work: Ref: Providing Project Management Consultancy Services for Construction Works at IIMB Existing Campus and New Campus, Bengaluru 1) Existing Campus Indian Institute of Management Bangalore, Bannerghatta Road, Bengaluru 2) New Campus Indian Institute of Management Bangalore, Survey No.47, Mahanthalingapura Village, Jigani Hobli, Anekal Taluk Tender No.PM/IIMB/PMC/2018-19/02 I. Prequalification of PMC Firms, Page 3 of the Prequalification Document The Technical Bid Document can be downloaded from the respective link: www.iimb.ac.in/opportunities/commercial till 26.06.2018 and submit the tender as per the schedule given in Page 4 of the document. Duly filled in pre-qualification documents with seal and sign on every page, should be addressed to The Project Manager, Indian Institute of Management Bangalore, Bangalore and submitted to the Estate Section, Indian Institute of Management, Bannerghatta Road, Bangalore-560 076 on or before 3.00 PM on 26.06.2018. The Technical Bid Document can be downloaded from the respective link: www.iimb.ac.in/opportunities/commercial till 29.06.2018 and submit the tender as per the schedule given in Page 4 of the document. Duly filled in pre-qualification documents with seal and sign on every page, should be addressed to The Project Manager, Indian Institute of Management Bangalore, Bangalore and submitted to the Estate Section, Indian Institute of Management, Bannerghatta Road, Bangalore-560 076 on or before 3.00 PM on 29.06.2018. 1 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

II. Schedule for Prequalification (Technical Bid), Page 4 of the Technical Bid Document SCHEDULE FOR PREQUALIFICATION (TECHNICAL BID) Sl.No Particulars zdate 1 E-publishing the Pre-qualification (Technical Bid) document 12.06.2018 2 a) Last date of submission of Hard Copies of technical bid documents duly signed with seal in all pages. Date: Time: Place: 26.06.2018 15.00 hours Estate Section, IIMB b) Tender Document fees c) EMD Details (i) For project works @ Existing campus (ii) For project works @ New campus: Rs.1000/- + 18%GST Rs.1,00,000/- Rs.50,000/- Online Mode of transfer Bank Details: Bank Name- HDFC Bank Ltd Bank Address: J.P.NAGAR, BRANCH, BANGALORE Branch Code : 0133 IFSC CODE: HDFC0000133 Customer HDFC Bank a/c name: Indian Institute of Management Customer HDFC Bank a/c number: 01331450000019 3 Intimation to prequalified Consultants 27-06-2018 4 Return of EMD to unsuccessful Consultants 28.06.2018 2 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

SCHEDULE FOR PREQUALIFICATION (TECHNICAL BID) Sl.No Particulars zdate 1 E-publishing the Pre-qualification (Technical Bid) document 12.06.2018 2 d) Last date of submission of Hard Copies of technical bid documents duly signed with seal in all pages. Date: Time: Place: 29.06.2018 15.00 hours Estate Section, IIMB e) Tender Document fees f) EMD Details (iii) For project works @ Existing campus (iv) For project works @ New campus: Rs.1000/- + 18%GST Rs.1,00,000/- Rs.50,000/- Online Mode of transfer Bank Details: Bank Name- HDFC Bank Ltd Bank Address: J.P.NAGAR, BRANCH, BANGALORE Branch Code : 0133 IFSC CODE: HDFC0000133 Customer HDFC Bank a/c name: Indian Institute of Management Customer HDFC Bank a/c number: 01331450000019 3 Intimation to prequalified Consultants 02-07-2018 4 Return of EMD to unsuccessful Consultants 03-07-2018 3 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

III. Clause 10 (c) of Terms and Conditions for Prequalification, Page 6 of the Technical Bid Document Details of the experience and past performance of the Consultant (or of each party to a joint venture) on works of similar nature within the past ten years and details of current works on hand and other contractual commitments. Details of the experience and past performance of the Consultant (or of each party to a joint venture) on works of similar nature within the past five years and details of current works on hand and other contractual commitments. IV. Clause 10 (e) of Terms and Conditions for Prequalification, Page 6 of the Technical Bid Document The PMC firms should have experienced technical personnel specialized in works like major civil, Sanitary, Water Supply, Electrical Works, Lifts, Air Conditioning, Interiors, Accounts, Lighting, Structural, Safety, Quality Control Assurances green aspects, quantity surveying etc. The PMC firms should have experienced technical personnel specialized in works like major civil, Sanitary, Water Supply, Electrical Works, Lifts, Air Conditioning, Interiors, Acoustics, Lighting, Structural, Safety, Quality Control Assurances green aspects, quantity surveying etc. V. Clause 27 of Terms and Conditions for Prequalification, Page 10 of the Technical Bid Document The defect liability period is three months from the date of virtual completion of the projects. 4 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

The defect liability period is one year from the date of virtual completion of the projects. VI. Clause I.A) of Scope of Professional Services for Project Management Consultants, Page 25 of the Technical Bid Document Value engineering services: The PRJECT MANAGEMENT CONSULTANT should recommend any possible cost reduction for the project provided that the quality of the project is not compromised. Ensure that necessary license Value engineering services: The PROJECT MANAGEMENT CONSULTANT should recommend any possible cost reduction for the project provided that the quality of the project is not compromised. Ensure that necessary license is checked for the sub-contractors. VII. Clause I.B) of Scope of Professional Services for Project Management Consultants, Page 25 of the Technical Bid Document Assist the client in resolving eventual contractual disputes. Assist the client in resolving eventual contractual disputes (up to Defects Liability Period). VIII. Schedule-A, Structure and Organization of Prequalification Questionnaire, Page 29 of the Technical Bid Document 12. Specify the maximum value of work executed during a) 2015-16 b) 2016-17 c) 2017-18 5 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

12. Specify the maximum value of work executed during (professional fees only) a) 2015-16 b) 2016-17 c) 2017-18 IX. Schedule-D, Experience: All Projects in Progress, Page 35 of the Technical Bid Document Column No.5, Value of the Contract (Rs. In lakhs} and Column No.6, Value completed (Rs. In lakhs). Column nos. 5 Value of the Contract (Rs. In lakhs} (Professional Fees only) and 6 Value completed (Rs. In lakhs) (Professional Fees only). X. Sl.No.e of Evaluation Criteria for Prequalification of PMC Consultants, Page 39 of the Technical Bid Document e. Financial Capability i) Average annual financial turnover (gross) 25 Points e. Financial Capability i) Average annual financial turnover (gross) 15 Points 6 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

XI. Sl. No.m of Evaluation Criteria for Prequalification of PMC Consultants, Page 40 of the Technical Bid Document The weightage for the combined evaluation will be as stated below. Technical Bidding - 60% Financial Bidding - 40% Selection of Vendors The selection of the vendors as L1 is made on the basis of the points scored by the vendors in the Technical Bidding and the rates quoted by them in the Financial Bidding. As an example, the following procedure can be followed. In a particular case of selection of vendor, it was decided to have minimum qualifying marks for technical qualification as 60% weightage of the Technical Bids and 40% weightage of the Financial Bid. In response to the tender, three proposals A, B and C were received. The Technical Evaluation Committee awarded them 75, 80 and 90 points respectively. The minimum qualifying points were 70 and all the three proposals were, therefore, found technically suitable and were invited for financial bidding. The financial bids were opened and Price Evaluation Committee examined the financial bids and evaluated the quoted price as under: Proposal A B C Evaluated Cost Rs.120 Rs.100 Rs.110 Using the formula LEC/EC, where LEC stands Lowest Evaluated Cost and EC stands for Evaluated Cost, the committee gave them the following points for financial proposals. A: 100/120 = 83 points B: 100/100 = 100 points C: 100/110 = 91 points In the combined evaluation, thereafter, the evaluation committee calculated the combined technical and financial score as under: Proposal A: 75 x 0.60 + 83 x 0.40 = 78.20 points Proposal B: 80 x 0.60 + 100 x 0.40 = 88.00 points Proposal C: 90 x 0.60 + 91 x 0.40 = 90.40 points 7 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

The three proposals in the combined technical and financial evaluation were ranked as under: Proposal A: 78.40 points : H3 Proposal B: 88.00 points : H2 Proposal C: 90.40 points : H1 The Proposal C at the evaluated cost of Rs.100/- was, therefore, declared as Winner and recommended for negotiations / approval, to the competent authority. j. The weightage for the combined evaluation will be as stated below. Technical Bidding - 70% Financial Bidding - 30% Selection of Vendors The selection of the vendors as L1 is made on the basis of the points scored by the vendors in the Technical Bidding and the rates quoted by them in the Financial Bidding. As an example, the following procedure can be followed. In a particular case of selection of vendor, it was decided to have minimum qualifying marks for technical qualification as 70% weightage of the Technical Bids and 30% weightage of the Financial Bid. In response to the tender, three proposals A, B and C were received. The Technical Evaluation Committee awarded them 75, 80 and 90 points respectively. The minimum qualifying points were 70 and all the three proposals were, therefore, found technically suitable and were invited for financial bidding. The financial bids were opened and Price Evaluation Committee examined the financial bids and evaluated the quoted price as under: Proposal A B C Evaluated Cost Rs.120 Rs.100 Rs.110 Using the formula LEC/EC, where LEC stands Lowest Evaluated Cost and EC stands for Evaluated Cost, the committee gave them the following points for financial proposals. 8 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l

A: 100/120 = 83 points B: 100/100 = 100 points C: 100/110 = 91 points In the combined evaluation, thereafter, the evaluation committee calculated the combined technical and financial score as under: Proposal A: 75 x 0.70 + 83 x 0.30 Proposal B: 80 x 0.70 + 100 x 0.30 Proposal C: 90 x 0.70 + 91 x 0.30 = 77.40 points = 86.00 points = 90.00 points The three proposals in the combined technical and financial evaluation were ranked as under: Proposal A: 77.40 points : H3 Proposal B: 86.00 points : H2 Proposal C: 90.00 points : H1 The Proposal C at the evaluated cost of Rs.110/- was, therefore, declared as Winner and recommended for negotiations / approval, to the competent authority. XII. Clause 15. Services during the Defects Liabilities / Maintenance Period, Page 48 of the Technical Bid Document b) Inspection of works prior to the expiry of the contractors TWO years defects liability/maintenance period, preparation of a final deficiency list if required. Supervision of remedial works and recommendation to IIMB as to the date of the final inspection of works. b) Inspection of works prior to the expiry of the contractors ONE year defects liability/maintenance period, preparation of a final deficiency list if required. Supervision of remedial works and recommendation to IIMB as to the date of the final inspection of works. 9 P a g e S i g n a t u r e o f C o n s u l t a n t w i t h S e a l