national education society for tribal students (nests) · 2020-03-13 · of dpar 2012/dsr with...

43
Ministry of Tribal Affairs Government of India National Education Society for Tribal Students (NESTS) Shastri Bhawan, New Delhi DOCUMENT FOR Expression of Interest (EoI) For Construction of EMRS/EMDBS Schools EoI document No.:18015/09/2020-NESTS/01 Total no. of pages 43

Upload: others

Post on 18-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

Ministry of Tribal Affairs Government of India

National Education Society for Tribal Students

(NESTS) Shastri Bhawan, New Delhi

DOCUMENT FOR

Expression of Interest (EoI)

For

Construction of EMRS/EMDBS Schools

EoI document No.:18015/09/2020-NESTS/01

Total no. of pages 43

Page 2: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

2

INDEX

Section No Description Pages Cover Page 1 Index 2 Notice Inviting EoI 3

1 Introduction 4

2 General Points and Financial outlay for construction of EMRS

5

3 Aims and Objectives 6

4 Terms of Reference: Scope of Services 7

5 EoI Submission and opening 8-9

6 Allocation of works 10

7 Pre-Qualification Criteria 11

8 Evaluation Criteria 12

9 Court Jurisdiction 13

10 Arbitration 14

11 Force Majeure 15

12 Breach and Remedies 16

13 Performa of Performance Statement 17

14 Price Bid Submission Form 18-19

15 NEFT Mandate Form 20

16 Terms of Payment 21-22

Annexure-I Certificate i.r.o of Rule 133(3) of GFR 2017 23

Annexure-II Integrity Pact 24-28

Appendix -I Form - 'A' Financial Information 29

Appendix -II Credentials of Key Personnel of the PMC 30

Appendix -III Qualification and Experience of Manpower to be deployed in project

31

Appendix -IV Area and Layout Design 32-41

Appendix-V Detail of office setup and Manpower 42

Appendix-VI Format for Performance Security (Bank Guarantee) 42-43

Page 3: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

3

National Education Society for Tribal Students

(NESTS)

NOTICE INVITING EoI

National Education Society for Tribal Students (NESTS), New Delhi invites Expression of

Interest (EoI) in terms of Rule133 (3) of GFR 2017 from Construction Agencies i.e. Central /

State Public Sector undertakings (PSUs) engaged in construction activities in general and

school buildings in particular who fulfil all eligibility requirements as specified vide Section 7

of this EoI document No.:18015/09/2020-NESTS/01.The projects are located at different

parts of the Country. EoIs are invited to determine Lowest Service Charges for Project

Management Consultancy services to be provided for Construction of Eklavya Model

Residential Schools (EMRS) commencing within a period of two years (further extendable

by one year) on Service Charges basis.

TIME SCHEDULE

Date of Publication 13.03.2020

Date of Pre-bid Meeting 25.03.2020 (at 3:00PM)

Bid Submission End Date 07.04.2020 (upto 3.00PM)

Bid Opening Date 07.04.2020 (at 5:00PM)

Presentation of Concept Note by Technically

Qualified Bidders 20.04.2020 onwards

Financial Bid Opening Date 21.04.2020 (at 3:00PM)

Page 4: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

4

SECTION-1

INTRODUCTION

1.0 Introduction

1.1 Ministry of Tribal Affairs (MoTA) was set up in 1999, with the objective of providing more

focused approach on the integrated socio-economic development of the Scheduled Tribes

(STs), in a coordinated and planned manner. Since its inception, endeavour of Ministry of

Tribal Affairs has been to undertake various initiatives for overall upliftment of Tribal across

the country. Amongst these, providing quality education to ST students has been the key

focus areas of the Ministry as educational development is a stepping-stone to economic and

social development and is also the most effective instrument for overall empowerment.

EMRS: Eklavya Model Residential Schools (EMRS) were conceived in the year1997-98 to

impart quality education to ST children in remote areas in order to enable them to avail of

opportunities in high and professional educational courses besides get employment in

various sectors. The schools focus not only on academic education but on the all-round

development of the students. Each school has a capacity of 480 students, catering to

students from Class VI to XII.

In order to give further impetus to EMRS, it has been decided that by the year 2022, every

block with more than 50% ST population and at least 20,000 tribal populations, will have an

EMRS. Eklavya schools will be on par with Navodaya Vidyalaya and will have special

facilities for preserving local art and culture besides providing training in sports and skill

development. Across the country, as per census 2011 figures, there are 564 such sub-

districts out of which there is an EMRS in 102 sub-districts. Thus, 462 new schools have to

be opened by the year 2022.

1.2 Currently there are 285 schools functional across the country.

1.3 The Ministry of Tribal Affairs has identified the sub-districts, where new schools are to be

opened. These schools require a minimum land of 15 acres for EMRS to be made available

by the respective State Governments.

1.4 The Office of Commissioner, NESTS functions as the custodian of EMRS. The bid scan be

submitted to the below mentioned address:

Commissioner (NESTS),

Room No. 415 B-wing

Shastri Bhawan,

Dr. Rajendra Prasad Road,

New Delhi-01

Page 5: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

5

SECTION-2: General Points and Financial outlay for construction of

EMRSs

2.1 General Points:

a. The area and number of units for construction of School Building, Residential facility and Kitchen with Dining has been finalized by the Ministry as mentioned below. The detailed unit wise area and layout design is at Appendix-IV

Sl No Name of Building Unit Finalized Plinth Area

(In Sqm)

1 School Building 1 2580.00

2 Girls Hostels with Warden Residence 1 2360.00

3 Boys Hostels with Warden Residence 1 2360.00

4 Kitchen and Dining 1 550.00

5 Guest House 1 80.00

6 Principal Residence 1 130.00

7 Type III Quarter 15 1200.00

8 Type II Quarter 10 700.00

9 Others (Pump room etc.) 80.00

Total Plinth Area 10,040.00

b. Project Management Consultancy services to be provided for Construction of EMRS for a

period of two years (further extendable by one year) on Service Charges basis.

c. EPF Registration: Preferably agency should have EPF registration, in case EPF

registration is not there, the agency should obtain EPF registration on allotment of work.

d. Submissions of monthly progress reports duly countersigned by authority and progress

chart including uploading on web-based monitoring system of NESTS for release of

funds

e. School building norms specified in the NBC, CBSE & NVS shall be followed in respect of

construction project across the country in plains as well as hilly, North Eastern, LWE

affected and other difficult areas.

f. All the stipulations provided for in the Access India Campaign for Divyang Students to

be ensured.

g. All the fixtures & fitment to be used for construction of EMRS (Schools, Hostels, Kitchen

/Dining & Staff residences) must be of Standard quality conforming to Bureau of Indian

Standard (BIS) without fail.

h. The land for construction of School shall be provided by the concerned State

Government. State Govt. (Principal Secretary/Commissioner, Tribal Affairs) will be

involved for ensuring expeditious transfer of land. Construction work will commence after

transfer of land.

i. The completion period per school shall not be more than 18 months from the date of

award of the contract.

j. The estimated cost of the project will be calculated as per the DSR rate of CPWD for the

year 2012 adjusted for cost indexation for the area mentioned 2.1(a). above

Page 6: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

6

SECTION-3

AIMS AND OBJECTIVES

3.1 Aims and Objectives

3.1.1 EoI is invited under Rule 133 (3) of GFR 2017 from Construction Agencies i.e. Central /

State Public Sector undertakings (PSUs) engaged in construction activities in general and

school buildings in particular who fulfil all eligibility requirements as specified vide Section 7

of this document, for constructing EMRSs in EPC mode.

3.1.2 The aim & objective of this EoI is to determine the lowest service charge to carry out

construction work of EMRS projects at any place in India. The Construction Agencies shall

be required to provide the services as per scope of services defined in Section-4 of this

document.

3.1.2 The lowest service charges so determined shall be applicable on new construction works

allocated to the empanelled agency.

Page 7: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

7

SECTION-4

TERMS OF REFERENCE: SCOPE OF SERVICES

4.0 Scope of Services to be provided by Construction Agency

The brief scope of services on part of the Construction Agency shall include the services as

may be assigned by the NESTS in general but not limited to the following:

4.1 Providing all engineering services on EPC basis (Engineering Procurement Construction) for

creating desired infrastructure. The services will include in general as described but not

limited to the same. The agency is expected to make the assigned project functional and

complete in all respects.

4.1.1 Architectural Consultancy

The architectural consultancy shall include in general detailed site survey, preparation of

survey plans, preparation of Master Plan, Architectural layouts of buildings, elevations,

sections, detailed working drawing, Structural Drawings, detailed Engineering. The details

are as below but not limited to:

i. Obtain approval of NESTS for the conceptual plan/s of project

ii. Preparation of layout and detailed Architectural plans, individual building plans, detailed

working drawings, Structural drawings, drawings of buildings, plumbing, sanitary, water

supply, electrical services, fire protection services, telephone, wiring, landscaping etc. as

per requirement and submission to concerned local bodies, wherever necessary and to

obtain their approval if required before and after completion of work.

iii. Vetting of Structural drawings before execution from IIT/NIT/reputed Govt. Engg. College

iv. Preparation of Preliminary Estimate/Detailed Estimate (Technical Sanction) on the basis

of DPAR 2012/DSR with prevailing Cost Index approved by CPWD.

4.1.2 Project Management Consultancy

The Project Management Consultancy shall include Value Engineering, Tendering,

Execution, Supervision, Quality Control, Maintenance, disbursement of fund to contracting

agencies, Resource optimization etc. The scope of services shall include the services but not

limited to the following:

i. Complete construction of projects through contractors/vendors for work and supply of

materials and labours or both, by way of time scheduling, monitoring, supervision, quality

assurance/control, accounting, payment bills and taxes, royalty, GST, cess etc.

ii. Adherence to the timelines indicates in the project documents.

iii. Co-ordination with all other agencies, local authorities/bodies for implementation of

project as per requirement of site conditions and local bye-laws.

iv. Invitation of tenders giving wide publicity as per GFR 2017 norms and award of works.

v. Supervision and Quality control as per CPWD specifications/BIS codes of practice.

vi. After completion, handing over the project to NESTS in complete shape between NESTS

and the Agency along with a hard copy and soft copy of full set of completed drawings.

vii. Any other services as included in the specific sanction of project.

Page 8: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

8

SECTION-5:

EOI SUBMISSION & OPENING

5.0 Instructions for submission of EOI

5.0.1 Submission of EOI in two envelope system shall be followed:

i. ENVELOPE – I

The Envelope – I (sealed) shall contain all technical documents except financial bid duly

certified by the competent authority in respect of pre-qualification criteria as mentioned in

Section-7 and evaluation criteria mentioned in Section-8.

ii. ENVELOPE – 2

The financial bid in the format specified in Section-14 together with conditions specified

therein duly filled up the blank spaces and all pages duly signed & sealed shall be kept in

Envelope – 2.

iii. ENVELOPE – 3

The Envelope -3 shall contain Envelope – 1 &Envelope – 2.

The wax sealed envelope – 3 shall be submitted in the office of Commissioner, NESTS,

Commissioner (NESTS), Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad

Road, New Delhi-01

The envelopes shall be super-scribed as below:

a. Envelope – 1 : “Eligibility documents”

b. Envelope – 2 : “BID DOCUMENT”

c. Envelope – 3 : Name of work ________________ Bid reference no. _____________ Name of CA _________________ With address

5.0.2 The Envelope – 3 shall be opened first and then Envelope – 1 (eligibility documents) shall be

opened. The intending bidders who fulfil eligibility criteria shall be considered as qualified.

5.0.3 The Envelope – 2 (containing complete Bid Document) shall be opened only for shortlisted

bidders.

5.0.4 Each page of the bid document shall be signed with seal by an officer of bidder not less than

the rank of General Manager or Chief Engineer or equivalent.

5.0.5 Bids of only those bidders whose bids are complete in all respects and qualify as per

eligibility criteria prescribed by NESTS shall be considered. NESTS reserve the right to

accept or reject any or all bids received by it without assigning any reason.

5.0.6 No Correction/modifications in Bid Document shall be allowed at any stage.

5.0.7 The bids can be submitted to the below mentioned address:

Commissioner (NESTS), Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road,

New Delhi-01.

5.1 Pre-Bid Meeting

5.1.1 The bidder (or his authorized representative) to whom the bid document has been issued or

who have downloaded the bid documents from website (www.tribal.nic.in) shall be invited to

Page 9: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

9

attend the pre-bid meeting on date and time mentioned on page 3 of this document which

shall take place in the Conference Room No 734-735, 7th Floor, Shastri Bhawan, New

Delhi. Representatives shall carry Authority Letter for attending the above meeting.

5.1.2 The purpose of the pre-bid meeting shall be to clarify the issues and to answer queries on

any matter that will be raised by the participating intending bidders.

5.1.3 The bidders are requested, to submit all queries so as to reach NESTS office not later than

two days before the meeting. It may not be practicable to answer all queries received during

the meeting but queries and responses / clarifications shall be issued in accordance with the

subsequent clause. All communication must be addressed to Commissioner (NESTS), Room

No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01

5.1.4 The text of the queries raised and the responses given together with any responses

prepared after the pre-bid meeting shall be posted on the website (www.tribal.nic.in) for

information of all concerned. The minutes of pre-bid meeting shall form part of the Bid

Document.

5.2 Opening of Bids

5.2.1 Bids shall be opened at the prescribed time and date as indicated in the bid document. The

bids shall be scrutinized and evaluated by the custodian with reference to prescribed

parameters. During opening of the Bid, the Bid opening official(s) will read the salient

features of the bids like terms and conditions and Service Charges quoted.

5.2.2 In case the specified date of Bid opening falls on or is subsequently declared a holiday or

closed day for the NESTS, the Bids will be opened at the appointed time and place on the

next working day.

5.2.3 Authorized representatives of the Agency/Bidder, who have submitted Bids on time may

attend the Bid opening provided they bring with them letters of authority from the

corresponding Bidders.

5.3 Comparison of Bids and Award Criteria

5.3.1 Shortlisted agency for a particular State may be given an opportunity to accept the Charges

quoted by L1 so notified for that State within the specified period. Eligible bidders may be

considered for allocation of works within the State. Validity of accepted service charges shall

be for a period of 2 years with provision of further extension for an additional period of one

year.

5.3.2 NESTS reserve the right to allocate any or all works on the lowest service charges as

determined & notified in para 5.3.1 above.

Page 10: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

10

SECTION-6

ALLOCATION OF WORKS

6.0 Custodian’s Right to accept any Bid and to reject any or all Bids without assigning

any reason thereof.

6.1 The Custodian reserves the right to accept in part or in full any Bid or reject any or more

Bid(s) without assigning any reason or to cancel the entire or part Bidding process and reject

all Bids at any time without incurring any liability, whatsoever to the affected Bidder or

Bidders.

6.2 NESTS shall not be bound to award any work or all the work to eligible Construction

Agencies only. (The bids being invited are non-binding and without any commitment of

award of work).

6.3 NESTS reserve full right to empanel more agencies after the bidding process is over and who have not participated in the bidding process, provided such agency meets the pre-qualification criterion specified in Section-7 and accept to work on lowest service charges so notified.

6.4 Execution of Memorandum of Agreement

6.4.1 The NESTS shall notify the lowest service charges State-wise in writing. NESTS shall also provide a reasonable time to all eligible bidders to submit the acceptance for execution of works on lowest service charges so notified.

6.4.2 The successful bidder shall execute Memorandum of Agreement on non-judicial stamp paper of Rs. 100/- within fifteen days on allocation of each work from the date of issue of A/A & E/s and start the work from the date of issue of Administrative Approval. The same shall be as per norms of NESTS as amended time to time and can be seen during office hours at NESTS headquarters.

6.5 Corrupt or Fraudulent Practices

6.5.1 It is required by all concerned to observe the highest standard of ethics during the bidding

process and execution of such contracts. In pursuance of this policy, the Custodian/NESTS:

(a) Will reject bid/contract if it determines that the Bidder, recommended for award, has engaged in corrupt or fraudulent or collusion or coercive practices in competing for the contract in question;

(b) Will declare a firm ineligible or blacklist, either indefinitely or for a stated period of time, to be awarded a contract by the custodian/NESTS if it at any time determines that the agency has engaged in corrupt or fraudulent or collusion or coercive practices in competing for, or gross/ deliberate negligence in executing the contract.

(c) The Custodian reserves the right not to conclude contract and in case contract has been issued, terminate the same, if, found to be obtained by any misrepresentation, concealment and suppression of material facts by the Bidder. In addition, legal as well as administrative action for such misrepresentation, concealment & suppression of material facts shall be initiated.

6.5.2 A separate Integrity Pact as per Annexure-II shall be executed on non-judicial on

denomination of Rs. 100/- with the bidder to whom the work shall be allocated.

6.6 Any dispute arising out of the process of bidding shall be dealt with by courts at New Delhi

only.

6.7 It is made clear that acceptance of bid and conveying of the same by NESTS to the

successful bidder does not confer any right to the bidder to get the work allotted. NESTS

reserve its right to take appropriate decision in the matter after taking into account overall

issues concerning the projects as time is the essence of the contract which should be strictly

adhered to by the bidder.

Page 11: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

11

SECTION-7

PRE-QUALIFICATION CRITERIA

7.0 The bidders who shall produce sufficient documents/certificates in respect of having pre-

qualification criteria as mentioned below shall be considered as qualified and eligible for

technical evaluation.

7.1 Pre-qualification Criteria

The pre-qualification criteria for declaring the intending bidders as eligible for technical

evaluation:

7.1.1 As specified under Rule 133(3) of GFR 2017, the bidder/Agency should be a Public Sector

Undertaking set up by the Centre or State Govt. to carryout Civil & Electrical works or any

Central/State Govt. Organization/PSU which may be notified by the Ministry of Urban

Development for such purpose. Relevant supporting documents shall be furnished.

(An affidavit in this regard as per Annexure - I shall be submitted & signed by an officer not

below the rank of General Manager or Chief Engineer or equivalent.)

7.1.2 The Bidder/Agency should have average annual financial turnover of Rs.200.00 Crores (Rs.

60.00 Crores in case of Hilly, North Eastern & other hard areas) on Construction Work (Civil

including Electrical) during last three consecutive balance sheet (i.e. FY 16-17, 17-18 &

2018-19) duly audited by Finance Wing. The Bidder/ Agency should not be a loss-making

agency during any two years in the last three Financial Years mentioned above.

7.1.3 The Bidder/Agency should have an office setup located in the bidding state. The bidder

needs to submit the detail of each office location along with technical staff posted in different

States. Relevant supporting documents shall be furnished for the scrutiny. Details as per

Appendix V

7.1.4 The Bidder/Agency should have satisfactorily completed following building works as

mentioned in Para 8.2 (a) of this document during the last five years ending previous day of

last date of submission of tender as this should be certified by the officer not below the rank

of Chief Engineer / General Manager or equivalent.

a. Five similar work each costing not less than Rs. 25.00 Crores

Note: Similar Works as mentioned in Para 8.2 (a) of this document.

7.1.5 The Bidder/Agency should submit the proposed concept plan (Area, Layout Design, cost and

other) as per specification in Appendix-IV for construction of EMRS with the Bidding

documents.

Note:

a. The Certificate/Documents received from Client Department in respect of satisfactory

completion of work may also be submitted along with MoA/Agreement copy of the awarded

work.

b. In support of above, the Bidder is required to furnish the required documents, Performance

Statement as per Performa in Section-13.

c. Agencies should indicate their preferred State(s) of operation along with the specific reasons.

Page 12: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

12

SECTION: 8

EVALUATION CRITERIA

8.1 Bidder(s) who qualify as per the Eligibility Criteria given in the preceding Clauses will be

shortlisted for further evaluation. They would be required to give a presentation of their

methodology and understanding of the project strategy etc. before the Expert Committee. The

past performance and credentials of the firm will also be assessed by a panel of experts. This will

form a part of Technical Evaluation besides the Documentary Credentials submitted by the

Bidder.

8.2 Technical evaluation once completed, the list of the technically qualified Bidders for opening of their Financial Bids will be displayed on the website (www.tribal.nic.in). Financial Bids of only those Bidders who score a minimum of 60 marks (qualifying) out of 100 in the Technical Qualification Criteria will be opened. The final selection of the successful bidder would be considered as per CVC and NESTS guidelines on the basis of the “Least Cost System (LCS)" in line with Rule 193 of GFR 2017. The Technical Qualification Criteria are:

(Rule 193 of GFR 2017 - Least Cost System (LCS) is appropriate for assignments of a standard or routine nature (such as audits and engineering design of non-complex works) where well established methodologies, practices and standards exist. Unlike QCBS, there is no weightage for Technical score in the final evaluation and the responsive technically qualified proposal with the lowest evaluated cost shall be selected.)

SI No

Sub Head Max. Scor

e

Remarks (Relevant information is to be furnished in tabular form

along with certified Supporting Documents)

a Applicant should have the experience of completion of similar works during last 7 years ending last day of month previous to the one in which tenders are invited. Civil works comprising- RCC framed structure Institutional/ Residential/ Industrial building including services like Electrification, Sanitary & Water Supply, Drainage and Waste Management, Road works, Fire Fighting & Site development etc. from Central/State Govt. Departments / PSUs and/or Autonomous bodies/Public Limited Company listed with stock exchange with supporting evidence & TDS certificate (only as a PMC) as detailed in EoI. The weightage criteria are mentioned below: a. No. of Years of Experience: 20% b. No of Completed Projects: 80%

40 Maximum score will be awarded to the Bidder having the highest number of years of experience in PMC work with highest completed projects. (a) Marking criteria for experience: Less than 4 years = 2 marks 4-6 years = 4 marks More than 6 years = 8 marks (b) Completed projects in the last 5 years: Less than Rs.25 crore = 10 marks Rs. 25 to 50 crore = 20 marks More than Rs. 50 crore = 32 marks (Total score subject to a maximum of 40 marks)

b Annual certified turnover during the last three years, as certified by statutory Auditor/ Chartered Accountant (as per Form-A of Appendix-I)

25 Marking criteria: Less than Rs. 450 crore = 10 marks Rs. 450 to 900 crore = 15 marks More than Rs.900 crore = 25 marks

c Qualification and competence of the personnel to be deputed by PMC for NESTS Project. (Qualification and Experience, as per Appendix-III)

25 Criteria Points: Qualification: 30%;Experience: 70% Total 100% Team Leader- 1, Planning Engineer – 1, Sr. Construction Manager (Civil) – 1 Sr. Construction Manager (Elec.) - 1

d Presentation before Expert Panel 10 Presentation before Expert/Selection Panel in support of Firm's credentials, understanding of the Project, methodology, satisfactory answers to the queries of Members of Expert/Selection Panel etc.

Total Technical Score (TS) 100

Page 13: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

13

SECTION-9

COURT JURISDICTION

The NESTS shall not be bound to give justification for any aspect of the Selection Process and the

decision of the NESTS shall be final and binding on all without anyright of appeal. Further, in case of

any dispute, any Suit or Legal Proceedings against the NESTS, the jurisdiction shall be restricted to

the Courts at Delhi/High Court, New Delhi.

Page 14: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

14

SECTION- 10

ARBITRATION

10.1 Any and all disputes arising from this Agreement or a breach thereof shall be first informed

and settled amicably through mutual discussion within 30 days from notice of dispute by

either of the party.

10.2 In the event of failure to resolve the dispute(s) amicably within 30 days from the date of

notification in writing of the existence of the dispute /difference, such unresolved dispute/

difference shall be settled through Arbitration.

10.3 Any dispute between the Parties arising out of or in connection with this contract or in

respect of any defined legal relationship associated therewith or derived there from, the

Parties agree to submit that dispute to arbitration under the Arbitration and Conciliation

(Amendment) Act, 2015 to be decided by a sole arbitrator. The authority to appoint the

arbitrator(s) shall be the International Centre for Alternate Dispute Resolution. The

International Centre for Alternate Dispute Resolution will provide administrative services in

accordance with the Arbitration and Conciliation (Amendment) Act, 2015 or as amended

from time to time, and the parties shall consent to the same.

a. The arbitration proceedings shall be held at New Delhi (India) and the language used in

the proceedings shall be English.

b. The decision of Arbitrator appointed to deal with such matters shall be accepted by the

parties as final and binding on parties.

c. The decision to continue performance of their respective remaining obligation under this

contract or to rescind the contract shall be decided mutually, despite the continuation of

arbitration proceedings.

d. The parties shall use their best endeavours to procure the decision of the arbitrator within

a period of six months or as early as possible after it has been demanded.

e. The courts in New Delhi (India) shall have exclusive jurisdiction in relation to this contract

including this clause.

f. All fees pertaining to arbitration proceedings shall be borne by the parties equally.

g. All other costs incurred by the parties shall be borne by the respective parties.

h. NESTS will not be a party to any such arbitration and the PMC shall deal with it.

Page 15: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

15

SECTION- 11

FORCE MAJEURE

11.1 Notwithstanding the provisions of contract, the parties shall not be liable for forfeiture of its

performance, security, penalties or termination for default, its delay in performance or other

failure to perform its obligations under the Contract is the result of an event of Force

Majeure.

11.2 For purpose of this clause, "Force Majeure" means an event beyond the control of the parties

and not involving the party’s fault or negligence and not foreseeable, either in its sovereign or

contractual capacity. Such events may include but are not restricted to Acts of God, wars or

revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes, currency

restrictions, insurrection and civil commotion, acts of terrorism etc. Whether a “Force

Majeure” situation exists or not, shall be decided by NESTS, New Delhi and its decision shall

be final and binding on the PMC(s) and all other concerned.

Page 16: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

16

SECTION- 12

BREACH AND REMEDIES

12.1 The PMC agrees to indemnify the NESTS against any and all losses, damages, claims, or

expenses incurred or suffered by the NESTS as a result of the PMC’s negligence or breach

of this Agreement. The PMC understands and acknowledges that any negligence or breach

of this Agreement may cause the NESTS irreparable damage, the amount of which may be

difficult to ascertain and, therefore, agrees that the NESTS shall have the right to apply to a

court of competent jurisdiction for an order restraining any such further breach and for such

other relief as the NESTS shall deem appropriate. Such right of the NESTS shall be in

addition to Remedies otherwise available to the NESTS at law or in equity.

Page 17: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

17

SECTION-13

PERFORMA OF PERFORMANCE STATEMENT

(For the period of last five years)

Bid Reference no :

Name and address of the Bidder :

Details of Building and Similar works received & completed satisfactory

Sl No

Work/Project State

Work order placed by

(full address of purchasers

Order No. and Date

Order Value (Rs.

In

Crore)

Name & Description

of Work Awarded

Total Value at

the time of completion

(Rs. In

Crore)

Cost Diff. +/-

Schedule Date

of Comple

tion

Actual Date of

Completion

Reasons for

delay if any

1 2 3 4 5 6 7 8 9 10 11

Signature and seal of the Bidder

Note:

The Bidder should furnish Order copies and Satisfactory Completion Certificate, performance

report and proof of settlement of final bill from purchaser in respect of above.

Page 18: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

18

SECTION-14

PRICE BID SUBMISSION FORM

Date: ____________

To

The Commissioner,

National Education Society for Tribal Students (NESTS)

Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01

Ref.: Your EOI Document No.: …………………………… dated______________

We, the undersigned have examined the above-mentioned Bidding Document, including

amendment/corrigendum No.__________, dated __________ (if any), the receipt of which is hereby

confirmed.

We hereby submit our proposal in conformity with your above referred EoI document for the Service

Charges for new construction in the Price Bid as below, attached herewith and made part of this Bid.

Sl.

No. State to be covered

Service Charges (% of project cost)

(Exclusive of taxes levies etc.)

(in figure) (in words)

01

02

03

04

05

06

07

08

We agree to keep our Bid valid for acceptance for 180 days or for subsequently extended period, if

any, agreed to by us. We also accordingly confirm to abide by this Bid up to the aforesaid period and

this Bid may be accepted any time before the expiry of the aforesaid period. We further confirm that,

until a formal Contract is executed, this Bid read with your written acceptance thereof within the

aforesaid period shall constitute a binding Contract between us.

We agree to all terms and conditions of NESTS. We have read and well understood the para 5.3.1

to 5.3.2 of Section – 5& para 6.2 & 6.3 of Section-6 and shall not make any claim in case NESTS

entrusts the work to any other agency.

We further understand that NESTS is not bound to accept the lowest or any Bid you may receive

against your above-referred Bid Reference.

Page 19: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

19

We also understand that the above quoted service charges are exclusive of all taxes, levies (if

any), etc. Nothing extra shall be paid on such account. We also undertake and confirm to deposit

the so collected GST/taxes to the Govt. in time bound manner. Taxes to be claimed separately.

We confirm that the above quoted service charges shall be applicable on new construction as well

as on maintenance & repair works. We also understand and confirm that any modification to this

condition shall make our bid as non-responsive and shall be summarily rejected.

We confirm that we do not stand de-registered/banned/blacklisted by any Govt. Authorities.

We confirm that we fully agree to the terms and conditions specified in above mentioned Bidding

Document, including amendment/corrigendum if any.

____________________________

____________________________

[Signature with date, name and designation]

Duly authorized to sign Bid for and on behalf of

__________________________

(Name of Organisation)

Page 20: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

20

SECTION-15

NEFT MANDATE FORM

Date: ____________

From: M/s_________________________

To

The Commissioner,

National Education Society for Tribal Students (NESTS)

Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01

Subject: NEFT PAYMENTS

We refer to the NEFT being set up by NESTS. For remittance of our payments using RBI’s

NEFTscheme, our payments may be made through the above scheme to us under noted account.

NATIONAL ELECTRONIC FUNDS TRANSFER MANDATE FORM

Name of City

Bank Code No.

Bank’s Name

Branch Address

Branch Telephone/Fax no.

Bank Account No.

Type of Account

IFSC code for NEFT / RTGS

Bidder’s Name as per Account

Telephone No. of Bidder

Bidder’s E-mail ID

PAN No.

____________________________

____________________________

[Signature with date, name and

designation] For and on behalf of

Organisation

__________________________

[Name & address of the Bidder on

behalf of Organisation]

Confirmed by Bank

Enclosed a copy of Crossed Cheque

Page 21: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

21

SECTION-16

TERMS OF PAYMENT

16.0 Terms of Payment

The work is proposed to the interested short-listing agency concept to commission basis.

Therefore, terms of payment have been drawn up as per the milestone given below:

Milestone and Payment Terms

Phase-1

Stage Sl.

No. Milestone

%

Payment

of Service

Charges

to PMC

Cumulative

% payment

of Service

Charges to

PMC

% Payment

for

Construction

(CA Amount)

Cumulative

% payment

for

Construction

(CA Amount)

Stage 1 1 Approval of Master Plan

20% 20% - -

2 Approval of Preliminary

Architectural Design

3 Clearances and Approvals

from Statutory bodies and

basic working drawings

Stage 2 4 Submission of Draft DPR

5 Proof Checking and

approval of DPR by the

Competent Authority

Stage 3 6 Approval of Tender

Document& Award of

Contract

20% 40% 10%** 10%

** For Mobilization Advance to the construction Agency on furnishing of the Bank Guarantee in two

instalments (5% each) 1st Instalment at start of work and 2nd instalment at 10% of progress of work.

Phase-2

Stage 4

Sl.

No. Milestone

%

Payment

of

Service

Charges

to PMC

Cumulative

% payment

of Service

Charges to

PMC

% Payment for

Construction

(project Cost)

Cumulative %

payment for

Construction

(Project cost)

1 Completion of Work

a. 20% completion of work

10% 50% 15% 25%

b. 40% completion of work

10% 60% 15% 40%

c. 60% completion of work

10% 70% 20% 60%

d. 80% completion of work

10% 80% 20% 80%

e. 100% completion including all clearances and approvals including occupancy certificates

10% 90% 18% 98%

f. Successful completion of Defect Liability period of 12 months (DLP)

10% 100% 2% 100%

Note: Completion of Scope of work for the consultant will be considered only after the completion of stage 4.

Page 22: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

22

16.1 Clause for Performance Security as per Rule 171 of GFR 2017.

i. The Successful Bidder shall furnish to the Client a security in the form of a bank

guarantee for an amount of 5% of the total Assignment Fee towards satisfactory

performance of the Consultant towards the Contract. The Bank Guarantee has to be from

a scheduled Commercial bank based in India and shall be as per Form C at Appendix

VI. The Performance Security shall be furnished within the time limit.

ii. Failure of the successful Bidder to submit the required Performance Security shall

constitute sufficient grounds for the annulment of the award of the contract and forfeiture

of the Bid Security.

iii. The said performance security shall be refunded as follows:

a. 50% of the amount within 60 days after the successful completion of milestone Phase

1 stated above

b. 50% of the amount within 60 days after the successful completion of Defect Liability

Period

Page 23: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

23

Annexure-I

Certificate in respect of fulfilment of terms of Rule 133(3) of GFR 2017

Certified that ______________________________(Name of organization), fulfils the terms of Rule

133(3) of GFR 2017i.e. “A public sector undertaking set up by the Central or State Govt. To carry

out civil or electrical works or any other Central/State Govt. Organization/PSU notified by the

Ministry of Urban Development (MoUD) for such purposes”.

____________________________

____________________________

[Signature with date, name and designation]

For and on behalf of

__________________________

(Name of Organisation)

[Name & address of the Bidder] Seal of the Organisation

NOTE:

This certificate shall be signed by an officer not below the rank of General Manager or Chief Engineer or eq. and shall be submitted in Envelope-1.

Page 24: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

24

Annexure-II

INTEGRITY PACT

To The Commissioner,

National Education Society for Tribal Students (NESTS)

Room No. 415 B-wing, Shastri Bhawan, Dr. Rajendra Prasad Road, New Delhi-01

Sub: Submission of EOI for providing PMC services for construction of EMRSs.

Dear Sir,

I/We acknowledge that NESTS is committed to follow the principles thereof as enumerated

in the Integrity Agreement enclosed with the tender/bid document.

I/We agree that the EoI is an invitation to offer made on the condition that I/We will sign the

enclosed Integrity Agreement, which is an integral part of tender documents, failing which I/We will

stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE EOI

SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this

condition of the NIT.

I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and

further agree that execution of the said Integrity Agreement shall be separate and distinct from the

main contract, which will come into existence when tender/bid is finally accepted by NESTS. I/We

acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with

Article 1 of the enclosed Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity

Agreement, while submitting the bid, NESTS shall have unqualified, absolute and unfettered right to

disqualify the bidder and reject the bid is accordance with terms and conditions of the bid.

Yours faithfully

(Duly authorized signatory of the Bidder

along with name of Organization / Construction Agency)

Page 25: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

25

To be signed by the bidder / Construction Agency and same signatory competent /authorized to sign the

relevant contract on behalf of NESTS.

INTEGRITY AGREEMENT

This Integrity Agreement is made at ............... on this ........... day of .......... 20......

BETWEEN

Commissioner, NESTS represented through Additional Commissioner (NESTS), Shastri Bhawan,

New Delhi.

.................................................................,

NESTS.................................................................................(Hereinafterreferred as the

“Principal/Owner‟, which expression shall unless repugnant to the meaning or context hereof include

its successors and permitted assigns)

AND

..........................................................................................................................................

(Name and Address of the Organisation / Construction Agency)

through ...................................................................................................

(Details of duly authorized signatory)

(Hereinafter referred to as the“Bidder/ Construction Agency” and which expression shall unless

repugnant to the meaningor context hereof include its successors and permitted assigns) preamble

WHEREAS the Principal / Owner has floated EOI (EoI No. ………………….) (hereinafter referred to

as “Tender/Bid”) and intends to award, under laid down organizational procedure, contract for

“providing PMC services for construction of EMRSs”. hereinafter referred to as the “Contract”.

AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land, rules,

regulations, economic use of resources and of fairness/transparency in its relation with its Bidder(s)

Construction Agency.

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this

Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of

which shall also be read as integral part and parcel of the Tender/Bid documents and Contract

between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby

agree as follows and this Pact witnesses as under:

Article 1: Commitment of the NESTS.

1) The NESTS commit itself to take all measures necessary to prevent corruption and to observe

the following principles:

a) No employee of the Principal/Owner, personally or through any of his/her family members,

will in connection with the Tender, or the execution of the Contract, demand, take a promise

for or accept, for self or third person, any material or immaterial benefit which the person is

not legally entitled to.

Page 26: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

26

b) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and

reason. The Principal/Owner will, in particular, before and during the Tender process,

provide to all Bidder(s) the same information and will not provide to any Bidder(s) confidential

/ additional information through which the Bidder(s) could obtain an advantage in relation to

the Tender process or the Contract execution.

c) The Principal/Owner shall endeavour to exclude from the Tender process any person, whose conduct in the past has been of biased nature.

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

Article 2: Commitment of the Bidder(s)/ Construction Agency(ies)

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

2) The Bidder(s)/Construction Agency commits himself to take all measures necessary to prevent

corruption. He commits himself to observe the following principles during his participation in the

Tender / bidding process and during the Contract execution:

a) The Bidder(s)/ Construction Agency will not, directly or through any other person or firm,

offer, promise or give to any of the Principal/Owner’s employees involved in the Tender

process or execution of the Contract or to any third person any material or other benefit

which he/she is not legally entitled to, in order to obtainin exchange any advantage of any

kind whatsoever during the Tender process or during the execution of the Contract.

b) The Bidder(s)/ Construction Agency will not enter with other Bidder(s) into any undisclosed

agreement or understanding, whether formal or informal. This applies in particular to prices,

specifications, certifications, subsidiary contracts, submission or non-submission of bids or

any other actions to restrict competitiveness or to cartelize in the bidding process.

c) The Bidder(s)/Construction Agency (ies) will not commit any offence under the relevant

IPC/PC Act. Further the Bidder(s)/ Construction Agency will not use improperly, (for the

purpose of competition or personal gain), or pass on to others, any information or documents

provided by the Principal/Owner as part of the business relationship, regarding plans,

technical proposals and business details, including information contained or transmitted

electronically.

d) The Bidder(s)/Construction Agency will, when presenting his bid, disclose any and all

payments he has made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the Contract.

3) The Bidder(s)/Construction Agency will not instigate third persons to commit offences outlined

above or be an accessory to such offences.

4) The Bidder(s)/Construction Agency will not, directly or through any other person or firm indulge

in fraudulent practice means a wilful misrepresentation or omission offacts or submission of

fake/forged documents in order to induce public official to act in reliance thereof, with the

purpose of obtaining unjust advantage by or causing damage to justified interest of others and/or

to influence the procurement process to the detriment of the Government interests.

Page 27: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

27

5) The Bidder(s)/Construction Agency will not, directly or through any other person or firm use

Coercive Practices (means the act of obtaining something, compelling an action or influencing a

decision through intimidation, threat or the use of force directly or indirectly, where potential or

actual injury may befall upon a person, his/ her reputation or property to influence their

participation in the tendering process).

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law or the

Contract or its established policies and laid down procedures, the Principal/Owner shall have the

following rights in case of breach of this Integrity Pact by the Bidder(s)/Construction Agency and the

Bidder/ Construction Agency accepts and undertakes to respect and uphold the Principal/Owner’s

absolute right:

1) If the Bidder(s)/Construction Agency, either before award or during execution of Contract has

committed a transgression through a violation of Article 2 above or in any other form, such as to

put his reliability or credibility in question, the Principal/Owner after giving 14 days’ notice to the

Construction Agency shall have powers to disqualify the Bidder(s)/Construction Agency from the

Tender process or terminate/determine the Contract, if already executed or exclude the Bidder/

Construction Agency from future contract award processes. The imposition and duration of the

exclusion will be determined by the severity of transgression and determined by the

Principal/Owner. Such exclusion may be forever or for a limited period as decided by the

Principal/Owner.

2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has

disqualified the Bidder(s) from the Tender process prior to the award of the Contract or

terminated/determined the Contract or has accrued the right to terminate/determine the Contract

according to Article 3(1), the Principal/Owner apart from exercising any legal rights that may

have accrued to the Principal/Owner, may in its considered opinion forfeit the entire amount of

Earnest Money Deposit, Performance Guarantee and Security Deposit of the Bidder/

Construction Agency.

3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or

Construction Agency, or of an employee or a representative or an associate of a Bidder or

Construction Agency which constitutes corruption within the meaning of IPC Act, or if the

Principal/Owner has substantive suspicion in this regard, the Principal/Owner will inform the

same to law enforcing agencies for further investigation.

Article 4: Previous Transgression

1) The Bidder declares that no previous transgressions occurred in the last 5 years with any other

Company in any country confirming to the anticorruption approach or withCentral Government or

State Government or any other Central/State Public Sector Enterprises in India that could justify

his exclusion from the Tender process.

2) If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender

process or action can be taken for banning of business dealings/ holiday listing of the Bidder/

Construction Agency as deemed fit by the Principal/ Owner.

3) If the Bidder/ Construction Agency can prove that he has resorted / recouped thedamage caused

by him and has installed a suitable corruption prevention system, the Principal/Owner may, at its

own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of all Bidders/ Construction Agency /Subcontractors

1) The Bidder(s)/Construction Agency undertake(s) to demand from all subcontractors a

commitment in conformity with this Integrity Pact. The Bidder/ Construction Agency shall be

Page 28: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

28

responsible for any violation(s) of the principles laid down in this agreement/Pact by any of its

contractors/vendors/Sub contractor (sub venders).

2) The Principal/Owner will enter into Pacts on identical terms as this one with all Bidders and

Construction Agency.

3) The Principal/Owner will disqualify Bidders, who do not submit, the duly signed Pact between the

Principal/ Owner and the bidder, along with the Tender or violate its provisions at any stage of

the Tender process, from the Tender process.

Article 6: Duration of the Pact

This Pact begins when both the parties have legally signed it. It expires for the Construction Agency

12 months after the completion of work under the contract or till the continuation of defect liability

period, whichever is more and for all other bidders, till the Contract has been awarded.

If any claim is made/lodged during the time, the same shall be binding and continue to be valid

despite the lapse of this Pacts as specified above, unless it is discharged/determined by the

Competent Authority of NESTS.

Article 7: Other Provisions

1) This Pact is subject to Indian Law, place of performance and jurisdiction is theHeadquartersof the Division of the Principal/Owner, who has floated the Tender.

2) Changes and supplements need to be made in writing. Side agreements have not been made.

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

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

Article 8: Legal and Prior Rights

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and

remedies belonging to such parties under the Contract and/or law and the same shall be deemed to

be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of

brevity, both the Parties agree that this Integrity Pact will have precedence over the Tender/Contract

documents with regard any of the provisions covered under this Integrity Pact.

IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and

date first above mentioned in the presence of following witnesses:

...............................................................

(For and on behalf of Principal/Owner)

................................................................

(For and on behalf of Bidder/Construction Agency along with name of construction Agency)

WITNESSES:

1. ..............................................

(signature, name and address)

2. ...............................................

(signature, name and address)

Place:

Date:

Page 29: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

29

APPENDIX-I

FORM — 'A' FINANCIAL INFORMATION

Financial Analysis — Details to be furnished duly supported by figures in Balance Sheet/ Profit and

Loss Account for the last Three Years duly certified by the Chartered Accountant, three years

considered for average Financial Turnover and Profitability.

Particulars Financial Year

2016-17 2017-18 2018-19

I. Gross Annual turnover (In Lakhs)

ii. Capital

iii. Profit / Loss

iv. Certified by

II. The following certificates are enclosed:

(a) Current Income Tax Clearance Certificate / Profit & Loss account

(b) Solvency Certificate from Bankers of Bidder

(c) Signature of Chartered Accountant with Seal

Signature of the Bidder with Date & Seal

Page 30: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

30

APPENDIX-II

Credentials for Key Personnel of the PMC

[Form of Power of Attorney (On Rs.100 Stamp Paper)]

Know All Men by these presents that I,………………….., (Name and Designation of the person to

whom Power of Attorney is given) .....................................as the true & lawful attorney (hereinafter

referred to as the "Attorney") of the Company and in the name of the Company to exercise all or the

powers for and on its behalf in connection with the EOI Notice No.: …………………………. dated

……………. which have been invited by the National Education Society for Tribal Students

(NESTS), New Delhi and to undertake the following acts:

1. To submit the proposal and participate in the EOI, published by National Education Society for

Tribal Students (NESTS), New Delhi on behalf of the company.

2. To authorize any other Individual, or a nominated User to submit a Bid, and subsequently

negotiate and sign the Contract with any entity, agency or National Education Society for Tribal

Students (NESTS), New Delhi (wherein after referred to as Owner) for which Tenders are

floated.

3. To negotiate with the Owner, the Terms and Conditions including price for award of the Contract

pursuant to the aforesaid Bid and to sign the Contract with the Owner for and on behalf of the

Company.

4. To receive, accept and execute the Contract for and on behalf of the Company.

5. Do any other act or submit any Document related to the above.

6. Handover the Site to the Authorities for execution and obtain Completion Certificate (as

applicable).

7. To make estimation of the Work done from time to time (as applicable).

8. To make Design and Drawing Measurement of the Work done from time to time (as applicable).

9. To draw Bills in the name of the Company.

10. To receive the payment in favor of the Company against the aforesaid Bills from the Authorities

concerned.

11. To make Correspondence with the said Authorities.

12. To carry out all the activities which the PMC has to perform for owner as per Agreement.

13. To appear and represent on behalf of the Company with all other Authorities such as State

Government, Central Government, Electricity Board, Telephone Department, RTO Office,

Income Tax, Sales Tax, Labor Departments and such other Departments connected to the

Project(s) and to carry on correspondence with the above, in respect of the Contract.

Signature of the Bidder with Date & Seal

Page 31: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

31

APPENDIX-III

Qualification and Experience of Manpower to be deployed in Project

Staff Key Personnel

Qualification Minimum

Minimum Experience

Relevant Experience

Team Leader

Degree in Engineering/ Architect/ MBA

10-15 Years of Professional Experience

At least 5 years in capacity of Project Manager at senior level and should have supervised at least one project of School Building Construction

Planning Engineer

Degree in Civil Engineering preferable post graduate in Structural Engineering

7 Years

Should have planned, supervised/ executed at least one project of worth Rs. 100 crores preferably School Building Construction Project and be capable of carrying out Structural design as per site requirements

Sr. Construction Manager (Civil)

Degree in Civil Engineering preferable post graduate in Structural Engineering

7 Years

Should have planned, supervised/ executed at least one project of worth Rs. 100 crores preferably School Building Construction Project and be capable of carrying out Structural design as per site requirements

Sr. Construction Manager (Electrical)

Degree in Electrical Engineering

7 Years

Should have, supervised/ executed at least one project of worth Rs. 100 crores preferably School Building Construction Project in the capacity of Sr. Electrical Engineer in charge. He should have sound knowledge of non-conventional energy system and installation and commissioning of HT/LT Sub-Station and Eco-friendly Captive Power System

Note:

Updated CV for each post to be submitted

Page 32: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

32

APPENDIX-IV

1. Area and Layout Design

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

A School Building (G+1)

1 Class Room 16 40.58 649.28

Strength of 30

students per

classroom

2 Computer Lab 1 81.16 81.16

3 Science Labs 3 81.16 243.48 Includinginstruction

room and store room

4 Math Labs 1 40.58 40.58 (Equivalent to class

room size)

5 Language Lab/Art and

Craft Room 1 40.58 40.58

(Equivalent to class

room size)

6 Recreation Room 1 40.58 40.58

(For common purpose

and indoor sports

purpose)

7 Library 1 91.92 91.92

8 Boys Toilet 2 40.58 81.16 1 Block each with 4

WC, 10 Urinals & 4

Wash Basin(Including

Handicapped toilets

with Ramp and

Handrail)

9 Girls Toilet 2 40.58 81.16

10 Principal Room 1 40.58 40.58 With attached Toilet

11 Vice Principal Room 1 20.58 20.58

12 Office Room 1 40.58 40.58

13 Medical Room 1 14.44 14.44

14 Staff Room (Male) 1 20.29 20.29

15 Staff Room (Female) 1 20.29 20.29

16 Staff Toilet (Male) 1 10.00 10.00 1 Block each with 1

WC, 1 Urinals & 1

WASH Basin as per

Indian Standard

Institution clause

Sanitary fittings for

School

17 Staff Toilet (Female) 1 10.00 10.00

18 Physically

Handicapped Toilet 4 0.00 0.00

Inside the boys’ and

girls’ toilet

19 Security Room 1 0.00 0.00 Provision at Main

Gate

Page 33: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

33

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

20 Store Room 1 20.29 20.29

21 Circulation Area 1033.05 Maximum Total Civil Work 0.00

Total Sanitary Work 0.00

Total Electrical Work 0.00

School Building Carpet

Area 1546.95

School Building Plinth

Area 2580.00

Sub Total (A) 0.00

B Boys Hostel (G+1)

1 Dormitories 30 34.70 1041.12 30 rooms with 8 beds

per room

2 Bathroom and

Toilets

8 32.68 261.44 Each unit contain (4

WC,4 Bathroom, 3

Wash basin)

3 Warden Residence

cum Office

1 80.00 80.00 Close to Hostel

Building

4 Study Room 1 31.25 31.25

5 Store Room 1 11.90 11.90

6 Laundry Area

Included in circulation

area

7 Physically

Handicapped Toilet

2 0.00 0.00 Include in circulation

area near to ground

floor toilet blocks

8 Circulation Area

934.29 Maximum Total Civil Work

0.00

Total Sanitary Work

0.00 Total Electrical Work

0.00

Boys Hostel Carpet

Area

1425.71

Boys Hostel Plinth Area

2360.00

Sub Total (B) 0.00

C Girls Hostel (G+1)

1 Dormitories 30 34.70 1041.12 30 rooms with 8 beds

per room

2 Bathroom and

Toilets

8 32.68 261.44 Each unit contain (4

WC,4 Bathroom, 3

Wash basin)

3 Warden Room cum

Office 1 80.00 80.00

Close to Hostel

Building

Page 34: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

34

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

4 Study Room 1 31.25 31.25

5 Store Room 1 11.90 11.90

6 Laundry Area

Included in circulation

area

7 Physically

Handicapped Toilet

2 0.00 0.00 Include in circulation

area near to ground

floor toilet blocks

8 Circulation Area

934.29 Maximum Total Civil Work

0.00

Total Sanitary Work

0.00 Total Electrical Work

0.00

Boys Hostel Carpet

Area

1425.71

Boys Hostel Plinth Area

2360.00 Sub Total (B) 0.00

D Kitchen & Dinning Hall

1 Kitchen 1 210.00 210.00 with store and pantry

room

2 Store Room 1 0.00 0.00 Included in Kitchen

3 Dining Room (Boys) 1 150.00 150.00 Includes Wash basin

4 Dining Room (Girls) 1 150.00 150.00 Includes Wash basin

5 Hand Wash/ Utensil

Cleaning Area

1 0.00 0.00 Included in Dining

space

6 Pantry 1 0.00 0.00 Included in Kitchen

space

7 Circulation Area

40.00 Hand wash and other

use Total Civil Work

0.00

Total Sanitary Work

0.00 Total Electrical Work

0.00

Kitchen & Dinning-

Carpet Area

510.00

Kitchen & Dinning-

Plinth Area 550.00

Sub Total (D) 0.00

E Principal Quarter

1 Bed Rooms 3 13.48 40.44

2 Toilet 3 3.51 10.53

3 Kitchen 1 8.06 8.06

4 Dinning 1 16.38 16.38

Page 35: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

35

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

5 Drawing Room 1 18.00 18.00

6 Balcony/Varandah 1 0.00 0.00 Included in circulation

area

7 Store 1 2.70 2.70

8 Office 1 6.31 6.31

9 Circulation Area 27.58 Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00

Principal Residence-

carpet Area 102.42

Principal Residence-

Plinth Area 130.00

Sub Total (E) 130.00 0.00

F Type III Quarter (15 nos)

1 Bed Rooms 2*15 11.02 330.45 CPWD

2 Toilet 2*15 3.87 115.95 CPWD

3 Kitchen 1*15 8.60 129.00 With utility balcony

4 Dinning 1*15 17.28 259.20 CPWD

5 Drawing Room 1*15 0.00 0.00 Included in dining

area

6 Balcony 1*15 6.50 97.50 CPWD

7 Circulation Area 268.00

Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Type III-carpet Area 932.00 Type III-Plinth Area 1200.00 Sub Total (F) 1200.00 0.00

G Type II Quarter (10 nos)

1 Bed Rooms 2*10 9.75 195.00 CPWD

2 Toilet 2*10 3.87 77.40 CPWD

3 Kitchen 1*10 7.30 73.00 With utility balcony

4 Dinning 1*10 13.62 136.20 CPWD

5 Drawing Room 1*10 6.00 60.00 Included in dining

area

6 Balcony 1*10 6.50 65.00 CPWD

7 Circulation Area 93.40 Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00

Page 36: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

36

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

Type II-carpet Area 606.60 Type II-Plinth Area 700.00 Sub Total (G) 0.00

H Guest House

1 Bed Room 2 11.02 22.03 CPWD

2 Drawing Cum Dinning 1 17.28 17.28 CPWD

3 Kitchen cum Pantry 1 8.60 8.60 CPWD

4 Toilet 1 3.87 3.87 CPWD

5 Balcony 1 6.50 6.50 CPWD

6 Caretaker Room 1 11.02 11.02 CPWD (Bed room

Size)

7 Circulation Area 10.70 Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00

Guest House-carpet

Area 69.30

Guest House-Plinth

Area 80.00

Sub Total (H) 80.00 0.00

I Sports Facility

1 Play Ground 1 Mandatory One Play field of size

190mx110m (having

400m/200m track)

2 Kho Kho May be play at Volley

Ball Court

3 Basketball 2 Mandatory 40x30 Sqm Separate (B+G)

4 Volley Ball 2 Mandatory 40x30 Sqm Separate (B+G)

5 Archery 1 Mandatory 2500

Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (I) 0.00

J Fire Fighting

1 School YES Mandatory

2 Hostel YES Mandatory

3 Quarter YES Mandatory Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (J) 0.00

Page 37: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

37

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

K Drinking Water

1 Sump

RCC underground

sump (1.0 lakh

litre)

80

CPWD

2 Deep Boring 2 CPWD

3 Overhead Tank 50,000 litres CPWD

4 External Water Supply

System As per requirements

Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (K) 80 0.00

L Green Features

1 Recharge Pit YES Mandatory

2 Solar Power Plant May be planned through

Ministry of New and

Renewable Energy

3 Solar Water Heaters YES Mandatory As per requirements

4 Kitchen Waste Disposal

Unit YES Mandatory

5 Compost Pit YES Mandatory

6 Dust Bins YES Mandatory

7 Solar Street Lights YES Mandatory

8 Rain Water Harvesting YES Mandatory

9 Storm Water drain YES Mandatory

10 Eco Friendly Sewage

System YES Mandatory

Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (L) 0.00

M Horticulture / Landscaping

1 Landscaping YES Mandatory

2 Herbal Garden YES Mandatory

3 Plantation YES Mandatory

4 RCC Benches YES Mandatory

5 Dustbins YES Mandatory

6 Campus Development YES Mandatory

7

Electric Substation,

Generator, External

Water Supplier,

Irrigation System,

YES Mandatory

Page 38: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

38

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

Parking Area) Total Civil Work 0.00 Total Sanitary Work 0.00 Total Electrical Work 0.00 Sub Total (M) 0.00

N Others

1 Boundary Wall (1.8

Meter Height) YES Mandatory

2.6 mt Height, 1.8

Masonry work and 0.8

concertino wire

2 Entry Gate with

Security Room YES Mandatory

As per NBC (Minimum

W- 6 M X H- 4.5 M)

Included in building

work cost

3 Flag Hoisting Stage YES Mandatory

4 Doors & Windows with

Mosquito Net YES Mandatory

5 Internal Roads YES Mandatory As per site

requirements

6 Internal pathways YES Mandatory As per site

requirements

7 Electric substation YES Mandatory

8 Pump room YES Mandatory

9 Surface Drain including

culvert YES Mandatory (With Storm Water)

11 Smart Class Room Mandatory Only wiring work

12 External Electrical

Work YES Mandatory Connection, services

etc

13 Levelling YES Mandatory As per site

requirements

14 Filtered Water Supply YES As per requirements

15

SITC of substation

equipment (200/250

KVA Transformer)

YES Mandatory (1. Substation building

and transformer)

16 SITC of DG set (25

KVA) YES Mandatory

17 SITC UPS (5 KVA) YES Mandatory

18

Payment to Local

Electrical Supply

Authority

19 CCTV Facility YES Mandatory As per requirements Total Civil Work 0.00 Total Sanitary Work 0.00

Page 39: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

39

Sl.

No Features Unit

Area

(in Sq.m)

Total Area

(in Sq.m)

Propose

d Cost

(Cost as

per

DPAR

2012/DS

R)

Remarks

Total Electrical Work 0.00 Sub Total (N) 0.00 Total Plinth Area 10,040.00

Total Cost (A to N)

2. Proposed Layout and Façade Designs

10. TYPE II QUARTER

11. PLAYGROUND5

12. Archery 12

1 2

34 56 6

7

89 9 10

11

LEGENDS

1. SCHOOL

2. AUDITORIUM

3. BOY’S DORMITORY

4. GIRLS’S DORMITORY

5. DINING BLOCK

6. WARDEN RESIDENCE

7. PRINCIPAL’S RESIDENCE

8. GUEST HOUSE

9. TYPE III QUARTERS

SITE AREA = 15 ACRE

(212 M x 287.3 M) APPROX

GROUND COVERAGE: 14.5%12

7

SCHOOL BUILDING FRONT

ELEVATION

Page 40: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

40

TY

PIC

AL C

LA

SS

RO

OM

SE

AT

ING

LA

YO

UT

32 STUDENT

CAPACITY CLASSROOM

(6370 X 6370)

700 600600

1

0

11

HOSTEL BUILDING FRONT

ELEVATION

Page 41: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

41

1

2

GROUND FLOOR PLAN

AREA: 1138 sqm (TOTAL AREA = 2280 sqmt)

HOSTEL

BUILDING 8

BEDDED

LEGENDS

1. 8 BEDDED ROOM (7230X 4800)

2. ENTRANCE FOYER (3860X

4180)

3. WARDEN RESIDENCE (80 Sqm)

4. COMMON ROOM(3860X4180)

5. SICK ROOM(2800X5400)

6. TOILET BLOCK(4300X7600)

7. DIFF. TOILET

8. DRINKING WATER

1

1

1

1

1

1

1

1

1

1

1

1

1

12

3

4 5

66

6 6

7

7

8

8

3

1

3

FIRST FLOOR

PLAN AREA: 1142

SQM

HOSTEL

BUILDING 8

BEDDED

LEGENDS

1. 8 BEDDED ROOM (7230X4800)

2. TOILET BLOCK(4300X7600)

3. DRINKING WATER

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

1

22

2 2

3

3

ROOM BLOW UP

16

1200mm

1800mm 900mm

450mm

1800mm

CUPBOAR

D

(750x600)

BE

D

STUD

Y

TABL

E

HOSTEL

BUILDING

1

7

KITCHEN &

DINING BLOCK

GROUND FLOOR

PLAN

AREA: 550 SQM

GROUND FLOOR

PLAN AREA :130 SQM

PRINCIPAL’S

QUARTER

1

8

2

1

GUEST

HOUSE

TYPICAL GROUND FLOOR

PLAN

Area = 80 sqmt

TYPE III

QUARTERS

TYPICAL FLOOR

PLAN

1

9

TYPE II

QUARTERS

TYPICAL FLOOR

PLAN2

0

Page 42: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

42

Appendix V

Detail of office setup and Manpower

S.No

.

Nam

e of

State

Addres

s of

office

Locatio

n

Telephon

e No.

Detail of Manpower posted

S.No

.

Nam

e of

Staff

Designatio

n

Experience

of handling

constructio

n works

Date of

Posting

Edu.

Qualificati

on

Appendix VI

Form-C-Format for Performance Security (BANK GUARANTEE)

This deed of guarantee made this day of …………………..between Bank of……………..

(hereinafter called the “Bank”) of the one part, and National Education Society for Tribal

Students (NESTS) (hereinafter called “NESTS” and the Client) of the other part.

WHEREAS National Education Society for Tribal Students (NESTS), has awarded the

Contract for providing comprehensive consultancy for preparation of design, DPR and

tender documents for setting up of Eklavya Model Residential School and Eklavya Model

Day Boarding School at……………………………..(name of the site) (The Project) to

(hereinafter called the Consultant).

(Name of the Consultant)

AND WHEREAS the Consultant is bound by the said Contract to submit to NESTS, a

Performance Security for a total amount of Rs………….(Rupees in word)

1. Now we the undersigned …………………………….(Name of the Bank) being fully

authorized to sign and to incur obligations for and on behalf of and in the name of

………………..(Full name of Bank), hereby declare that the said Bank will guarantee

NESTS the full amount of Rs. ………………..(Rupees in word) as stated above.

2. On or before, the Consultant has signed the aforementioned Contract with NESTS, the

Bank is engaged to pay NESTS, any amount up to and inclusive of the aforementioned

full amount upon written order from NESTS to indemnify NESTS for any liability of

damage resulting from any defects or shortcomings of the Consultant or the debts he

may have incurred to any parties involved in the works under the Contract mentioned

above, whether these defects or shortcomings or debts are actual or estimated or

expected. The Bank will deliver the money required by NESTS immediately on demand

without delay without reference to the Consultant and without the necessity of a previous

notice or of judicial or administrative procedures and without it being necessary to prove

to the Bank the liability or damages resulting from any defects or shortcomings or debts

of theConsultant. The Bank shall pay to NESTS any money so demanded

notwithstanding any dispute/disputes raised by the Consultant in any suit or proceedings

Page 43: National Education Society for Tribal Students (NESTS) · 2020-03-13 · of DPAR 2012/DSR with prevailing Cost Index approved by CPWD. 4.1.2 Project Management Consultancy The Project

43

pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under

this guarantee shall be absolute and unequivocal.

3. This guarantee is valid for a period till six months beyond the successful completion of

project or the extended period, thereof.

4. At any time during the period in which this guarantee is still valid, if NESTS agrees to

grant a time extension to the Consultant or if the Consultant fails to complete the Works

within the time of completion as stated in the Contract, or fails to discharge himself of the

liability or damages or debts as stated under Para 2, above, it is understood that the

Bank will extend this Guarantee under the same conditions for the required time on

demand by NESTS and at the cost of the Consultant.

5. The guarantee hereinbefore contained shall not be affected by any change in the

Constitution of the Bank or of the Consultant.

6. The neglect or forbearance of NESTS in enforcement of payment of any moneys, the

payment whereof is intended to be hereby secured or the giving of time by NESTS for

the payment hereof shall in no way relieve the bank of their liability under this deed.

7. The expressions “NESTS”, “the Bank” and “the Consultant” hereinbefore used shall

include their respective successors and assigns.

In witness whereof I/We of the bank have signed and sealed this guarantee on the -------

--- day of ----------- (Month) 2019 being herewith duly authorized.

For and on behalf of

The………………………….Bank.

Signature of authorized bank official

Name: ……………………………..

Designation: …………………………...…

Stamp/Seal of the Bank: …………………….………..

Signed, sealed and delivered for and on behalf of the Bank by the above named……….

in the presence of :

Witness 1

Signature ……………………….

Name …………………………

Address ……………………………

Witness 2

Signature ………………………

Name …………………………..

Address ………………………..