You are on page 1of 16

CORRIGENDUM-1

The following additional clauses are included in the tender documents. The same are to
be noted by the Bidder while submitting their Bids.
Bidders shall enclose a signed and stamped copy of this Corrigendum-1 in token of
acceptance of these clauses.
1.0 Power of Attorney / Authorisation

Bidders shall submit Power of Attorney / Authorisation with the Signature and seal
of the company of person signing the Tender document.
2.0 Sub-letting

The CONTRACTOR shall not sublet/sub-contract the whole or any part of work or
assign the order or any part thereof without the prior written consent of MECON.
Such consent, if given, shall not establish any contractual relationship between the
Sub-CONTRACTOR(s) and MECON and shall not relieve the CONTRACTOR of
any liability, responsibility or obligation under this order and the CONTRACTOR
shall be responsible for the acts, defaults or neglects of any Sub-CONTRACTOR
or his representative or workmen as fully as if they were the acts, defaults and
neglects of the CONTRACTOR himself. In the event the CONTRACTOR
contravenes this condition, MECON reserves the right to reject the Work sub-
contracted and complete the same from elsewhere at CONTRACTOR’s Risk and
Cost. The CONTRACTOR shall be solely liable for any loss or damage which
MECON / BSL may sustain in consequence or arising out of such replacing of the
contract work.

3.0 FORCE MAJEURE

3.1 “Force Majeure” shall mean any event beyond the control of the MECON or of the
CONTRACTOR, as the case may be, and which is unavoidable notwithstanding
the reasonable care of the party affected, and shall include, without limitation, the
following:
a) war, hostilities or warlike operations (whether a state of war be declared or
not), invasion, act of foreign enemy and civil war.
b) rebellion, revolution, insurrection, mutiny, usurpation of civil or military
government, conspiracy, riot, civil commotion and terrorist acts.
c) strike, sabotage, unlawful lockout, epidemics, quarantine and plague.
d) earthquake, fire, flood or cyclone, or other natural or physical disaster.

3.2 If either party is prevented, hindered or delayed from or in performing any of its
obligations under the order by an event of Force Majeure, then it shall notify the
other in writing of the occurrence of such event and the circumstances thereof
within 14 days after the occurrence of such event.

Page :1 of 16 
 
3.3 The party who has given such notice shall be excused from the performance or
punctual performance of its obligations under the order for so long as the relevant
event of Force Majeure continues and to the extent that such party’s performance
is prevented, hindered or delayed, the Time for Completion shall be extended.

3.4 The party or parties affected by the event of Force Majeure shall use reasonable
efforts to mitigate the effect thereof upon its or their performance of the order and
to fulfil its or their obligations under the order, but without prejudice to either party’s
right to terminate the order.

3.5 Any delay or non-performance by either party hereto caused by the occurrence of
any event of Force Majeure shall not

a) constitute a default or breach of the order


b) give rise to any claim for damages or additional cost or expense occasioned
thereby

if and to the extent that such delay or non-performance is caused by the


occurrence of an event of Force Majeure.

3.6 If the performance of the order is substantially prevented, hindered or delayed for
a period of more than ninety (90) days on account of Force Majeure during the
currency of the order, the parties will develop a mutually satisfactory solution.

4.0 LIQUIDATION, DEATH, BANKRUPTCY, ETC.

4.1 If the CONTRACTOR shall die, dissolve or become bankrupt or insolvent or


causes or suffers any receiver to be appointed of his business or any assets
thereof compound with his creditors, or being a corporation commence to be
wound up, not being a member's voluntary winding up for the purpose of
amalgamation or reconstruction, or carry on its business under a Receiver for the
benefits of its creditors or any of them, MECON shall be at liberty:

i) to terminate the order forthwith upon coming to know of the happening of


any such event as aforesaid by notice in writing to the CONTRACTOR or
to the Receiver or Liquidator or to any person in whom the order may
become vested,
or
ii) to give such Receiver, Liquidator or other person the option of carrying out
the order subject to his providing a guarantee up to an amount to be agreed
for the due and faithful performance of the order.

5.0 Conflict of Interests

5.1 The Consultant not to benefit from Commissions, Discounts, etc.

Page :2 of 16 
 
(a) The remuneration of the Consultant is indicated in the price schedule and the
same shall constitute the Consultant's sole remuneration in connection with
this Contract or the Services. The Consultant shall not accept for their own
benefit any trade commission, discount or similar payment in connection with
activities pursuant to this Contract or to the Services or in the discharge of
their obligations hereunder, and the Consultant shall use their best efforts to
ensure that any Sub-consultant, as well as the Personnel and agents of either
of them, similarly shall not receive any such additional remuneration.

(b) If the Consultant, as part of the Services, have the responsibility of advising
the Consortium on the procurement of goods or appointment of construction
contractors, the Consultant shall comply with any applicable procurement
guidelines, work contract procedures etc. of the Executing Agency, CVC, CTE
etc. and shall at all times exercise such responsibility in the best interest of the
Consortium.

(c) The Consultant shall not have the benefit either directly or indirectly of any
royalty or gratuity or commission in respect of any patented or protected
article or process used unless it is mutually agreed.

6.0 Prohibition of Conflicting Activities

Neither the Consultant nor their sub-Consultant nor the Personnel of either of
them shall engage, either directly or indirectly, in any of the following activities:

(a) during the term of this Contract, any business or professional activities which
would conflict with the activities assigned to them under this Contract; or

(b) after the termination of this Contract, such other activities as may be specified
in the Contract.
 
7.0 The fees shall be inclusive of all expenses (both direct and indirect) relating to the
performance of the Contract for the entire period of Contract except the official
fees/charges relating to statutory approvals, which shall be paid extra against
documentary evidence.

8.0 The consultant shall not be entitled to any payment or remuneration, over and
above the fees hereinbefore stipulated, on account of any delay caused by any
reason, whatsoever.

9.0  TERMINATION, SUSPENSION AND FORECLOSURE


9.1 MECON may at any time on breach of this Contract by the Contractor give him a written
notice of such breach. If the Contractor does not take appropriate measure to the
satisfaction of MECON within a period of 30 days after issuance of such notice to remedy
that breach, then MECON may terminate this Contract at any time thereafter stating
therein the date of termination.

Page :3 of 16 
 
9.2 MECON reserves the right to terminate this Contract at any time by giving a notice of not
less than 30 (thirty) days. The Contractor shall stop the performance of the Contract from
the Date of termination and hand over all the drawings, documents, etc. MECON shall pay
to the Contractor the cost incurred as decided by the MECON till the date of termination
as compensation. No consequential damages shall be payable by MECON to the
Contractor in the event of termination.
9.3 MECON may suspend the work in whole or in part at any time by giving Contractor notice
in writing to such effect stating the nature, the date and the anticipated duration of such
suspension.
9.4 On receiving the notice of suspension as per above clause, the Contractor shall stop all
such work which MECON has directed to be suspended with immediate effect. The
Contractor shall continue to perform other work in terms of the Contract which MECON
has not suspended.
9.5 MECON may at anytime cancel the suspension notice for all or any part of suspended
work by giving written notice to the Contractor specifying the part of work to be resumed
and the effective date of suspension withdrawal. The Contractor shall resume the
suspended work as expeditiously as possible after receipt of such withdrawal of
suspension notice.
9.6 In the event of suspension of work MECON shall not be liable to the Contractor for any
damage or loss or idle labour caused by such period of suspension of work. MECON shall
not be liable to Contractor for any payment towards watch & ward and any other
expenditure.
9.7 The contract shall be terminated if due to any unforeseen circumstances which may lead
to the foreclosure of the project for reasons such as resource crunch, non-availability of
funds, and for other administrative resource etc. MECON shall however, give 60 days
prior written notice to the contractor of the effective date of termination.
9.8 Contractor shall be compensated only for the quantum of work/services he has rendered
till effective date of foreclosure. Any other claims like compensation for loss in profit,
compensation for loss of reputation etc. or any other consequential damages if any
claimed by the Contractor shall not be given by the Purchaser.

10.0 The clause No. 9.0 (Terms of Payment) of Notice Inviting Tender stands modified as
follows:

TERMS OF PAYMENT:

9.1 Subject to any deduction which MECON may be authorised to make under the
contract, the contract price shall be payable as indicated below:

i) 5% (Five percent) of the contract price shall be made on completion of


registration for four iconic buildings against submission of invoice and
certification by MECON Engineer.

Page :4 of 16 
 
ii) 75% (Seventy-Five percent) of the contract price shall be made as progress
payment based on agreed milestones as per the Billing Schedule to be
submitted by successful bidder and approved by MECON. Payment shall be
made against submission of invoice (not more than one Invoice per month) and
certification by MECON Engineer.

iii) Balance 20% (Twenty percent) of the contract price shall be released after
completion of total scope of works and receipt of platinum certification for four
iconic buildings and certification of Invoice by MECON Engineer.

9.2 TDS as per the statutory rules shall be effected from the above payments.

9.3 All the payments shall be made by Account Payee cheques / Online only.

11.0 Intent of tender as per Sl. No.1.2 of Technical Specification (Annexure-I) shall be
read as.

MECON on behalf of DC-02 intends to appoint an IGBC AP firm to render comprehensive


services which includes design and construction phase services, documentation,
simulation, selection of material/equipment, preparation of templates for design team,
vetting of tender documents of the buildings (pertaining to IGBC requirement) overall
facilitation and any other services as deemed necessary to obtain required certification
and compliance.

Out of sixty (60) buildings envisaged for the project, about 56 buildings of
administrative/factory/workshop type, with a built-up area of about 2,20,000 sq.m, will
comply with design stage Gold rating as per the IGBC guidelines for Green New building
or Green Factory building according to their merits. The design stage gold compliance
for five buildings with an area of about 49,805 sq.m may be taken out of the total
scope of work to meet the immediate requirement of the project authorities. Hence,
the bidders are requested to give a takeoff price for these five buildings as per
Price Format.

In the case of the following four (04) iconic buildings, the bidder shall provide services to
obtain IGBC platinum certification:

Tentative built up
Sl. No. Building name
area (Sq. m)
1 Shore office cum hospitality block 5,603
2 Auditorium ,DY mess and addl. Admin 17,000
building
3 South entry complex (Main gate complex) 1,000
4 General facility building (Building no.8) 6,993
Total built up area 30,596

The detailed scope of work is given under clause 2.0.

This technical specification along with its enclosures forms the part of the tender
document and shall be read in conjunction with commercial part of this tender document.

Page :5 of 16 
 
12.0 Sl. No.2.13 of Technical Specification (Annexure-I) shall be read as

As mentioned elsewhere in this document, apart from the four iconic buildings
mentioned above, the balance buildings are planned either to comply with IGBC factory
guidelines or IGBC new building guidelines. These buildings are not meant for
certification; however, the compliance has to be met for which the selected IGBC AP firm
should provide the necessary input to DC-02 and submit the complete design documents
with compliance report at design stage. Further, a detailed plan depicting the road map
to comply with IGBC credits for construction stage shall also be provided to DC-02 

13.0 The Price Format (Annexure-II) stands modified as follows and the same
shall be followed strictly while submitting the offer:

REVISED PRICE FORMAT

Amount (Rs.)
Sl. No. Description of Item Qty.
1A Consultancy fee for rendering comprehensive services
which includes design and construction phase services,
documentation, simulation, selection of material/equipment,
preparation of templates for design team, vetting of tender
documents of the buildings (pertaining to IGBC requirement) Lumpsum
overall facilitation and any other services as deemed
necessary to obtain IGBC platinum certification for four
iconic buildings and design compliance requirements for
IGBC Gold for rest of the buildings.
2A Goods and services tax (GST) @------------%
3A Total amount including GST, Rupees

1B Takeoff price for rendering consultancy services for design


stage compliance including documentation, simulation,
selection of material/equipment, and any other services as Lumpsum
deemed necessary to meet IGBC Gold rating for five
buildings. The total area of five buildings is about 49805
sq.m
2B Goods and services tax (GST) @------------%
3B Total amount including GST), Rupees

Note: 1. The above total prices are inclusive of all taxes and duties including GST
2. Price bid evaluation shall be done based on the total lumpsum price quoted under Sl.
No 3A. The Takeoff price indicated in Sl. No.3B shall be applicable and binding for the
successful Bidder in case of reduction in scope of work as per Sl. No.1B.

Place: Signature of the authorized signatory


Date: Name:

Name of the Company and seal

Page :6 of 16 
 
14.0 Evaluation Methodology

  The Evaluation Methodology is indicated under Annexure-VIII. The same are to be noted
by the Bidder while submitting their Bids.

Page :7 of 16 
 
ANNEUXRE – VIII
Evaluation Methodology
A two-stage procedure will be adopted in evaluating the bids: (i) a technical evaluation, which will
be carried out prior to opening of financial bid; (ii) a financial evaluation. Firms will be ranked using
a combined technical/financial score, as indicated below:

1) Evaluation of technical bid:

I) Evaluation committee will carry out the evaluation of bids on the basis of the
evaluation criteria mentioned below. If a bidder fails to achieve a minimum
score of sixty (60) in technical evaluation, the bidder shall be rejected at this
stage. MECON shall notify such bidders about the rejection of their technical
bids indicating that their financial bids will be returned unopened after
completion of the selection process.

II) MECON shall simultaneously notify the bidders who have secured the
minimum qualifying marks of 60 or more, indicating the date and time set for
opening the financial bids.

III) The criteria for technical evaluation and corresponding marks shall be as
follows:

Sl. No. Evaluation criteria Marks

A Organizational Experience of the Firm 40

B Experience of projects handled 60

Grand total 100

IV) The scoring criteria shall be evaluated as per the details indicated in the Table
below.

Page :8 of 16 
 
TECHNICAL SCORE

Sl. No. Criterion Maximum Marks awarded


Marks
A Organizational Experience of the Firm (40)

i) Period of business of the firm prior to the 10


date of submission of bid:
> 2 and ≤ 5 years: 2 marks

> 5 years: add 1 mark (to above marks) for


each year completed above 5 years up to
the maximum marks of 10.

(Attach supporting documents)

ii) Office location: 10

More than 3 locations: 6 marks

2 to 3 locations: 4 marks

1 location: 2 marks

4 marks is reserved if the firm has an office at


Bengaluru. This will be added to the above
marks up to the maximum marks of 10.
(Attach supporting documents)

iii) Presence of in-house professionally qualified 10


staff in the firm in following indicative
categories:

1. Architects
2. Landscape architects

3. Energy specialists

4.Modeling software professional

5. Environmental planners/ engineers


Marks ‘per employee’ on experience:

>10 years: 2.0 Marks


>5 and upto10 years: 1.0 marks

≥2 and up to 5 years: 0.5 marks

upto the maximum marks of 10.

Page :9 of 16 
 
Sl. No. Criterion Maximum Marks awarded
Marks
(Refer Annexure 1)

iv) IGBC Accredited Professional in the team 10


>5 Professionals :5 marks

≤ 5 professionals:3 marks
If IGBC premier consultancy firm additional
3marks to be added

If ECBC expert consultant accreditated by


Ministry of energy additional 2 marks to be
added

(Refer Annexure 1)

B) Experience of projects handled (60)

i) Number of similar projects successfully


completed during the last seven (7) years
ending last day of the month previous to the
one in which tenders are invited or in pre
certification stage*

Marks ‘per project’ to a maximum of 20


marks based on IGBC green new building
certification or LEED new construction
certification/GRIHA certification for single
building of 4500 Sq. m or above.

Platinum rating: 4 marks

Gold rating: 2 marks

(Refer Annexure 2) 20
*Design stage completion
documents/beyond stage documents
submitted to IGBC for projects under pre-
certification stage may be produced as
evidence. The projects which are just
registered with IGBC and not progressed
further will not be considered for evaluation

ii) Number of similar projects successfully 20


completed during the last seven (7) years
ending last day of the month previous to the
one in which tenders are invited or in pre
certification stage*

Page :10 of 16 
 
Sl. No. Criterion Maximum Marks awarded
Marks
Marks ‘per project’ to a maximum of 20
marks based on IGBC green factory
building certification for single building of
4500 Sq. m or above.
Platinum rating: 4 marks

Gold rating: 2 marks

(Refer Annexure 3)
* Design stage completion
documents/beyond stage documents
submitted to IGBC for projects under pre-
certification stage may be produced as
evidence. The projects which are just
registered with IGBC and not progressed
further will not be considered for evaluation

iii) Number of similar projects successfully 20


completed during the last seven (7) years
ending last day of the month previous to the
one in which tenders are invited.
Marks ‘per project’ to a maximum of 20
marks based on IGBC green new building
/IGBC green factory building certification or
compliance for total built up area in a single
project of 10,000 Sq. m or above

Platinum rating or compliance: 4 marks

Gold rating or compliance: 2 marks


(Refer Annexure 4)

Note:
1.Bidder shall provide sufficient information and valid proof for each parameter/factor assigned for
calculating the marks in the evaluation criteria. If in the opinion of the committee, sufficient
information and valid proof is not available about some parameter during evaluation, zero (0)
marks may be assigned to that parameter or the Bidder may be considered ineligible as the
case may be depending on the stage of selection.
2. Mecon reserves the right to seek additional documentary evidence from bidder in support of
their respective statements

Page :11 of 16 
 
2) Evaluation of financial bid

I) The financial bids of qualified parties shall be opened in the presence of the
bidder’s representatives who choose to attend. The name of the bidder, the
technical scores and the price quoted by the party shall be read out when the
financial bids are opened.
II) The evaluation committee shall determine whether the financial bids are
complete and without computational errors and arrive total financial price. Any
discrepancy between the rates in figures and in words, lower of the two will
govern.
III) The Lowest Financial Bid amongst all opened Financial Bids shall be given a
financial score of 100 marks. The financial score of Bids will be determined
using the following formula:

FS = 100 x FL/ F

Here FS is the Financial Score, FL is the Lowest Financial Bid among all, and
F is the Financial bid of the bidder.

3) Calculation of composite score (S)

I) For the purpose of calculation of composite score (S) for each bid, the
weightage shall be 70% for Technical Score (TS) and 30% for Financial Score
(FS) of the respective bidder. The Composite Score shall be calculated using
the following formula:

S = TS x 0.7 + FS x 0.3

Where S is Composite Score, TS is Technical Score and FS is Financial Score

II) The bidder achieving the highest composite score will be considered for
awarding the work.

III) In case of a tie at the top position between two or more applicants, preference
shall be given to the applicant who has a higher Technical Score (TS), and this
applicant will be required to match the lowest price bid amongst those in the
tie

IV) In case the applicant selected in a tie, as referred above, refuses to accept the
lowest price bid, the next applicant (in the order of merit list for technical bids)
shall be invited for the acceptance of the lowest price bid; and so on, till the
lowest price bid is matched and a consultancy firm gets selected for the project.

V) The decision of evaluation committee constituted for this project by competent


authority will be final.

Page :12 of 16 
 
Enclosure - I

TOTAL NUMBER OF TECHNICAL PERSONS

Sl. No. Name of Designation Employed IGBC AP / any other Supporting


person Since certification Documents
(Attach
certificate)
1

Add more rows if required …

Page :13 of 16 
 
Enclosure- II

GREEN NEW BUILDING/ NEW CONSTRUCTION PROJECTS


(Attach documentary evidence for each project)

Sl. Name of Location Scope of Year Area (Sq.m)

(Platinum/ Gold/
No. project work

Rating level of

/LEED )
project
1

Add more rows if required …

Page :14 of 16 
 
Enclosure - III
GREEN FACTORY BUILDING PROJECTS
(Attach documentary evidence for each project)

(Platinum/ Gold)
Rating level of
project
Sl. Name of Location Scope of
No. project work
Year Area (Sq.m)

Add more rows if required …

Page :15 of 16 
 
Enclosure IV

GREEN NEW BUILDING /FACTORY BUILDINGS COMPLIANCE OR


CERTIFICATION PROJECTS

(Attach documentary evidence for each project)

Sl. Name of Location Scope of Year Area (Sq.m)

(Platinum/ Gold)
No. project work

Rating level of
project

Add more rows if required …

Page :16 of 16 
 

You might also like