Download as pdf or txt
Download as pdf or txt
You are on page 1of 74

Office of Development Commissioner, Ministry of MSME

RFP for Engagement of Project Management Consultant (PMC) for establishment of 20


Technology Centres across India

E-Procurement Portal Tender ID No.: 2019_DC_509312_1

Date: 07.10.2019

Office of Development Commissioner, Ministry of Micro Small and Medium Enterprises


(MSME), A Wing, 7th Floor,
Nirman Bhawan, Maulana Azad Road,
New Delhi 110108

https://msme.gov.in/ http://www.dcmsme.gov.in/ https://udyogaadhaar.gov.in/UA/UAM_Registration.aspx

Page 1 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Table of Contents
Critical Date Sheet .................................................................................................................................................. 4

Invitation for Bids (IFB) ......................................................................................................................................... 5

Section I: Instructions to Bidders ........................................................................................................................... 9

Section II: Data Sheet ........................................................................................................................................... 17

Section III: Pre-Qualification Proposal - Standard Forms .................................................................................... 23

Section IV: Technical Proposal - Standard Forms ................................................................................................ 28

Section V: Financial Proposal - Standard Forms .................................................................................................. 35

Section VI: Scope of Work ................................................................................................................................... 37

1. Background ............................................................................................................................................. 37

2. Technology Centre Systems Programme (TCSP) ................................................................................... 37

3. Establishment of 20 new TCs and 100 Extension Centres ...................................................................... 38

4. Description of typical Technology Centre ............................................................................................... 38

5. Proposed Locations of the TCs ................................................................................................................ 40

6. Brief Scope of Work ................................................................................................................................ 41

7. Duration of the Project ............................................................................................................................ 41

8. Timelines for Main activities ................................................................................................................... 41

9. Main Components of the assignment for 20 TCs .................................................................................... 42

10. Prepare Detailed Project Report (DPR) for each TC........................................................................... 42

11. Civil Infrastructure (Works) ................................................................................................................ 43

12. Monitoring and supervision for works ................................................................................................ 45

13. Machine Procurement Management .................................................................................................... 46

14. Overall Coordination & Monitoring ................................................................................................... 47

15. Overall Contract Management ............................................................................................................ 47

16. Programme completion and handover ................................................................................................. 48

17. Responsibilities Matrix ....................................................................................................................... 49

18. Fund Flow for Expenditure on the Project .......................................................................................... 50

Section VII: Conditions of Contract ..................................................................................................................... 51

Page 2 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Consultancy Agreement ................................................................................................................................... 52

General Conditions of Contract ........................................................................................................................ 54

Special Conditions of Contract......................................................................................................................... 63

Appendices ....................................................................................................................................................... 69

Section VIII- Formats ........................................................................................................................................... 70

a. Format for Power of Attorney ................................................................................................................. 71

b. Bidder’s Affidavit for Blacklisting .......................................................................................................... 72

c. Format for Performance Security Bank Guarantee .................................................................................. 73

Page 3 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Critical Date Sheet

RFP REFERENCE 21/NTC/FG7/TMC5/PIA/2019/TCSP

Tender Id on CPP Portal 2019_DC_509312_1

Published Date DATE 07.10.2019

RFP Download Start Date DATE 07.10.2019

Clarification Start Date and Time DATE 07.10.2019

Clarification End Date and Time DATE 16.10.2019 TIME 17:30 HOURS

Date and time of pre-proposal Meeting DATE 18.10.2019 TIME 11:00 HOURS

Proposal Submission Start Date and Time DATE 24.10.2019 TIME 10:00 HOURS

Proposal Submission End Date and Time DATE 31.10.2019 TIME 11:00 HOURS

Time and date of Receipt of Original


DATE 01.11.2019 TIME 11:00 HOURS
Documents as per Bid Data Sheet ITB 4.5

Time and date of online opening of


DATE 01.11.2019 TIME 12:00 HOURS
proposal

The Development Commissioner (MSME),


Ministry of Micro, Small and Medium
Officer inviting RFP Enterprises, Government of India ‘A’ Wing, 7th
Floor, Nirman Bhawan, Maulana Azad Road,
New Delhi – 110 108

Page 4 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Invitation for Bids (IFB)

O/o Development Commissioner (MSME), Ministry of MSME, Government of India


intends to engage the services of a PMC through open tender for planning, design and
monitoring of civil infrastructure, procurement of machines, contract management and
providing implementation & monitoring support in establishment of 20 Technology Centres
across India. Engagement of the PMC will be for three years with provisions for further
extension of another two years. Estimated value of total project is INR 3,600 crore (inclusive
of taxes) [Rs 1,600 crore for Civil works and Rs 2,000 crore for machinery, equipment, etc.]
Bidders is required to quote its PMC fee as percentage of total project cost (exclusive of
taxes). Actual Total Project Cost may vary depending upon various factors.

e-Tender are invited from bidders for carrying out above mentioned services as PMC.
Interested bidders may download detailed tender document from CPP portal free of cost.
Interested bidders must submit their proposal through CPP portal only before the end date
and time for submission of proposals as mentioned in critical date sheet.

RFP is available for download (free of cost) from CPPP site


https://eprocure.gov.in/eprocure/app. Bidders, who shall download the RFP from the Central
Public Procurement Portal (CPPP) website https://eprocure.gov.in/eprocure/app , shall not
tamper/modify the RFP or the forms included in RFP. The proposals are required to be
submitted as per relevant Form included in RFP and any proposal received in any other
Format is liable to be rejected.

Aspiring bidders who have not obtained the user ID and password for participating in e-
tendering, may enrol/register themselves on CPPP site https://eprocure.gov.in/eprocure/app
and obtain the same which is free of cost. For submission of the bids, the bidder is required
to have Digital Signature Certificate (DSC) from one of the authorized Certifying
Authorities. For further details, aspiring bidders may go through the detailed instructions
given at the end of this IFB as an attachment “Guidance for Online Proposal Submission”.

Proposals are to be submitted online only at CPPP website:


https://eprocure.gov.in/eprocure/app. Proposals Submitted manually or any other means
will not be accepted. The bidder would be responsible for ensuring that any
Addendum/Corrigendum available on the website is also downloaded and incorporated. Any
proposal or modifications to proposal (including discount) received outside e-procurement
system will not be considered.

A pre-proposal meeting will be held on date and time as specified in Critical Date Sheet at

Page 5 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Committee Room, Office of Development Commissioner, Micro, Small & Medium


Enterprise (MSME), Government of India, ‘A’ Wing, 7th Floor, Nirman Bhawan, Maulana
Azad Road, New Delhi – 110 108 to clarify the queries/ issues raised by the prospective
bidders.

Other details can be seen in the RFP. The Purchaser shall not be held liable for any delays
due to system failure beyond its control. Even though the system will attempt to notify the
bidders of any updates, the Purchaser shall not be liable for any information not received by
the bidder. It is the bidders’ responsibility to verify the e-procurement portal for the latest
information related to this IFB.

The address for communication is as under:


The Director, O/o DC MSME
Room No 720, A Wing,
7th Floor, Nirman Bhawan,
Maulana Azad Road, New Delhi – 110108
Tel: +91 11 23061178; E mail: schawla@dcmsme.gov.in

Page 6 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Attachment to IFB
“Guidance for Online Proposal Submission”

The bidders are required to submit soft copies of their proposals electronically on the CPP
Portal, using valid Digital Signature Certificates. All the documents being submitted by the
bidders would be encrypted using PKI encryption techniques to ensure the secrecy of the
data. The data entered cannot be viewed by unauthorized persons until the time of proposal
opening. The confidentiality of the proposals is maintained using the secured Socket Layer
128 bit encryption technology. Data storage encryption of sensitive fields is done. Any
proposal document that is uploaded to the server is subjected to symmetric encryption using a
system generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers/bid opener’s public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized bid openers.
The instructions given below are meant to assist the bidders in registering on the CPP Portal,
prepare their proposals in accordance with the requirements and submitting their proposals
online on the CPP Portal.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public
Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the
link “Online bidder Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique
username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part
of the registration process. These would be used for any communication from the
CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class II or Class III Certificates with signing key usage) issued by any
Certifying Authority recognized by CCA India (e.g. Sify / nCode / eMudhra etc.),
with their profile. Additional instructions for getting DSC by foreign bidders can be
seen on (sr. no. 14) of the following link
https://eprocure.gov.in/eprocure/app?page=StandardBiddingDocuments&service=pa
ge
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to
misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID /
password and the password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1) There are various search options built in the CPP Portal, to facilitate bidders to
search active tenders by several parameters. These parameters could include Tender
ID, Organization Name, Location, Date, Value, etc. There is also an option of
advanced search for tenders, wherein the bidders may combine a number of search

Page 7 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

parameters such as Organization Name, Form of Contract, Location, Date, Other


keywords etc. to search for a tender published on the CPP Portal.
2) Once the bidders have selected the tenders they are interested in, they may download
the required documents / tender schedules. These tenders can be moved to the
respective ‘My Tenders’ folder. This would enable the CPP Portal to intimate the
bidders through SMS / e-mail in case there is any corrigendum issued to the tender
document.
3) The bidder should make a note of the unique Tender ID assigned to each tender, in
case they want to obtain any clarification / help from the Helpdesk (24x7 CPP Portal
help desk).

ASSISTANCE TO BIDDERS
1) Any queries relating to the tender document and the terms and conditions contained
therein should be addressed to the Tender Inviting Authority for a tender or the
relevant contact person indicated in the tender.
2) Any queries relating to the process of online bid submission or queries relating to
CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
3) More information useful for submitting online proposals may be obtained from the
CPP Portal https://eprocure.gov.in/eprocure/app.

Page 8 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section I: Instructions to Bidders


a) “Client” means the agency with which the selected Bidder signs the
Contract for the Services. In this project, the ‘Client’ is O/o
Development Commissioner, Ministry of MSME, Government of
India.
b) “Bidder” means any entity that may provide or provides the Services
to the Client as PMC under the Contract.
c) “Contract” means the Contract signed by the Parties and all the
Definitions attached documents listed in its Clause 1, i.e. the General Conditions
(GC), the Special Conditions (SC), and the Appendices.
d) “Data Sheet” means such part of the Instructions to Bidders used to
reflect specific assignment conditions.
e) “Day” means calendar day.
f) “Government” means the government of the Client’s country. In this
project “Government” means Government of India.
1.1 The client will select a Bidder, in accordance with the method of
selection specified in the Data Sheet.
1.2 The name of the assignment/ job has been mentioned in Data Sheet.
Detailed scope of the assignment/ job has been described in the
Scope of Work in Section VI of this RFP.
1.3 The date, time, and address for submission of the proposals has been
given in the critical date sheet.
1.4 Interested Bidders are invited to submit a Pre-Qualification
Proposal, Technical Proposal and a Financial Proposal, for the
assignment named in the Data Sheet. The proposal, and any
clarifications provided by the Bidder along with the Scope of Work
1. Introduction
provided in the RFP will be the basis for Contract with the selected
Bidder.
1.5 Bidders should familiarize themselves with local conditions and
take them into account in preparing their Proposals. To obtain first-
hand information on the assignment and local conditions, Bidders
are encouraged to attend a pre-proposal meeting. Attending the pre-
proposal meeting is optional. Bidders should contact the client’s
representative named in the Data Sheet for information on the pre-
proposal meeting.
1.6 Bidders shall bear all costs associated with the preparation and
submission of their proposals and contract negotiation.
1.7 If a Bidder could derive a competitive advantage from having
Unfair provided services related to the assignment in question, the client
Advantage shall make available to all other Bidders together with this RFP all
information that would in that respect give such Bidder any

Page 9 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

competitive advantage over competing Bidders.


1.8 It is required that Bidders participating in the project adhere to the
highest ethical standards, both during the selection process and
throughout the execution of a contract. The client:
(a) defines, for the purpose of this paragraph, the terms set forth
below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, of anything of value to
influence the action of a public official or members of the
Evaluation Committee (EC), in the selection process or in
contract execution;
(ii) “fraudulent practice” means a misrepresentation or
omission of facts in order to influence a selection process or
Fraud &
the execution of a contract;
Corruption
(iii) “collusive practices” means a scheme or arrangement
between two or more Bidders with or without the
knowledge of the client, designed to establish prices at
artificial, non-competitive levels;
(iv) “coercive practices” means harming or threatening to
harm, directly or indirectly, persons or their property to
influence their participation in a procurement process, or
affect the execution of a contract;
(b) will reject a proposal for award, if it determines that the Bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive or coercive practices in
competing for the contract in question;
1.9 The Bidders shall be aware of the provisions on fraud and
corruption stated in the specific clauses in the General Conditions
of Contract.
1.10 Not Used
1.11 A Bidder may only submit one proposal. If a Bidder submits or
Only one
participates in more than one proposal, such proposals shall be
Proposal
disqualified.
1.12 The Data Sheet to Bidder indicates how long Bidders' Proposals
must remain valid after the submission date. During this period,
Proposal Bidders shall fully commit to their financial proposal, unchanged.
The client will make its best effort to complete the process within
Validity
this period. Should the need arise, however, the client may request
Bidders to extend the validity period of their proposals. Bidders
who agree to such extension shall ensure that they fully commit to

Page 10 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

their financial proposal, unchanged, in their confirmation of


extension of validity of the Proposal. Bidders who do not agree,
have the right to refuse to extend the validity of their Proposals,
under such circumstances, the client shall not consider such
proposal for further evaluation.
1.13 The client shall select a single bidder for the execution of this
Eligibility of contract and any joint-ventures or consortiums shall not be
sub-bidders allowed. However, Bidder may engage professional agencies as
sub – consultants to work on the Project.
2.1 Bidders may request a clarification on the RFP document up to
clarification end date and time as mentioned in critical date sheet.
Any request for clarification must be sent in writing through CPP
Portal or email to the client. The client will respond in writing
through CPP Portal to all Bidders. Should the client deem it
2. Clarification necessary to amend the RFP as a result of a clarification, it shall do
and so following the procedure under para. 2.2.
Amendment of 2.2 At any time before the submission of Proposals, the client may
RFP Document amend the RFP by issuing an addendum/ corrigendum through e-
procurement portal. The addendum/ corrigendum shall be binding
on all the bidders. To give Bidders reasonable time in which to take
an amendment into account in their Proposals the client may, if the
amendment is substantial, extend the deadline for the submission
of Proposals.
3.1 The Proposal, as well as all related correspondence exchanged by
the Bidders and the client, shall be written in English.
3.2 In preparing their Proposal, Bidders are expected to examine in
detail the documents comprising the RFP. Material deficiencies in
providing the information requested may result in rejection of a
Proposal. The Proposal consists of 3 parts (i) Pre-Qualification
3. Preparation Proposal (ii) Technical Proposal and (iii) Financial Proposal.
of Proposals 3.3 While preparing the Pre-Qualification Proposal and Technical
Proposal, Bidders must give particular attention to the following:
(a) While making the proposal, the Bidder must ensure that it
submits all the documents and information as per the RFP, failing
which the proposal shall be considered as non-responsive.
(b) Documents to be issued by the Bidders as part of this
assignment must be in English language.
Pre- 3.4 Bidders are required to submit the Pre-Qualification proposal and
qualification the Technical Proposal (TP). The Data Sheet indicates the
Proposal and documents to be submitted for the Pre-Qualification Proposal and
Technical Technical Proposal. Submission of the wrong type of Pre-

Page 11 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Proposal Qualification and Technical Proposal will result in the Proposal


Format and being deemed non-responsive.
Content The Pre-Qualification Proposal and Technical Proposal shall
provide the information as required in Data Sheet Para 5.1 using
the attached Standard Forms (Section III, IV, & formats of Section
VIII) and shall provide all documentary evidence for the same.
3.5 The Pre-Qualification Proposal and Technical Proposal shall not
include any financial information. A Pre-Qualification Proposal or
Technical Proposal containing financial information shall be
declared non responsive and shall be summarily rejected.
3.6 The Financial Proposal shall be prepared using the attached
Financial Standard Form Fin 1. The financial proposal shall not include any
Proposals conditions attached to it and any such conditional financial
proposal shall be summarily rejected.
3.7 The Bidder may be subject to GST on amounts payable by the client
under the Contract. Bidders shall separately indicate such taxes in
the financial proposal.
Taxes 3.8 Bidders should provide the price of their services in Indian Rupees.
3.9 Commissions and gratuities, if any, paid or to be paid by Bidders
and related to the assignment will be listed in the Financial
Proposal Submission Form FIN-1 of Section V.
Earnest Money
Deposit (EMD),
3.10 Earnest Money Deposit
and
Not Required
Performance
Guarantee.
3.11 The EMD shall be forfeited by the client in the following events:
Not used
3.12 Tender Fees:
Interested bidders may download detailed tender document from
CPP portal free of cost.
3.13. Performance Bank Guarantee
I. The selected Bidder shall be required to furnish a Performance
Bank Guarantee of the amount as specified in BDS. Performance
Bank Guarantee shall be in the form of an unconditional and
irrevocable bank guarantee from a scheduled commercial bank in
India in favour of
The Director, O/o DC MSME
Room No 720, A Wing,

Page 12 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

7th Floor, Nirman Bhawan,


Maulana Azad Road, New Delhi – 110108
Tel: +91 11 23061178;
E mail: schawla@dcmsme.gov.in
for the entire period of contract with 90 days claim period. The
bank guarantee must be submitted after letter of Award but before
signing of contract. The successful bidder has to renew the bank
guarantee on same terms and conditions for the period up to
contract including extension period, if any. Performance Bank
Guarantee would be returned only after successful completion of
the scope of work and only after adjusting/ recovering any dues
recoverable/payable from/by the Bidder on any account under the
contract.
II. The format for the Performance Bank Guarantee is provide in the
section VIII
4.1. The Bidders shall submit their proposals electronically as specified
through CPP Portal. Any document submitted through any other
means will not be considered as part of the proposal except for the
originals specified in Data Sheet ITB 4.5.
4.2 An authorization shall be in the form of a written power of attorney
should accompanying the Technical Proposals. Original power of
attorney should reach to the client by the last date and time for
submission of original documents as mentioned in critical date
sheet.
4.3 All the bidders responding to this tender would need to meet the
pre-qualification criteria set in this RFP as per details provided in
4. Submission, Data Sheet Para 5.1.
Receipt, and 4.4 The Technical Proposal should contain all the required documents
Opening of as per the RFP and all the documents should be uploaded in
Proposals Technical Proposal folder through CPP Portal.
4.5 The bidders are required to submit the original documents as
mentioned in Data Sheet.
4.6 The Proposals must be submitted online through CPP Portal by the
Proposal Submission End Date and Time as mentioned in the
critical date sheet.
4.7 From the time the Proposals are opened to the time the Contract is
awarded, the Bidders should not contact the client on any matter
related to its Pre- Qualification, Technical and/or Financial
Proposal. Any effort by Bidders to influence the client in the
examination, evaluation, ranking of Proposals, and
recommendation for award of Contract may result in the rejection

Page 13 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

of the Bidders' Proposal.


4.8 The client has constituted an Evaluation Committee (EC) which will
carry out the entire evaluation process.
4.9 The client shall open the Pre-Qualification Proposal immediately
after the deadline for opening of bid. The envelopes with the
Technical Proposal and Financial Proposal shall remain unopened.
5.1 The Evaluation Committee (EC) shall first evaluate the Pre-
Qualification Proposal as per the Pre-Qualification Criteria detailed
in Data Sheet Para 5.1. The EC while evaluating the Pre-
Qualification Proposals shall have no access to the Technical and
Financial Proposals until the Pre- Qualification evaluation is
concluded, and the competent authority accepts the
recommendation. The Pre-Qualification proposal shall be evaluated
based on the information provided in the Standard Forms (Section
III) and the supporting documents.
5.2 The technical proposals of only those bidders, who qualify in the
evaluation of the pre-qualification proposals, shall be opened.
Evaluation Committee while evaluating the Technical Proposals
5. Evaluation of shall have no access to the Financial Proposals until the technical
Pre- evaluation is concluded and the competent authority accepts the
Qualification recommendation.
Proposal and 5.3 The EC shall evaluate the Technical Proposals on the basis of their
Technical responsiveness to the Scope of Work and by applying the
Proposal evaluation criteria, sub-criteria specified in the Data sheet. In the
first stage of evaluation, a Proposal shall be rejected if it is found
deficient as per the requirement indicated in the Data sheet for
responsiveness of the proposal. Only responsive proposals shall be
further taken up for evaluation. Evaluation of the technical
proposal will be done and at this stage the financial bid (proposal)
will remain unopened. The qualification of the Bidder and the
evaluation criteria for the technical proposal shall be as defined in
the Data sheet. Each responsive Proposal will be given a technical
score (St). A Proposal shall be rejected at this stage if it does not
respond to important aspects of the RFP, & particularly the Scope
of Work or if it fails to achieve the minimum technical score
indicated in the Data Sheet.

Online 5.4 Financial proposals of only those bidders who are technically
Opening qualified shall be opened online on CPP Portal on the date & time
specified the Data sheet or the date and time communicated by the
and Evaluation
client, in the presence of the Bidders' representatives who choose to
of Financial
attend.
Proposals -
5.5 The Evaluation Committee will correct any computational errors.

Page 14 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

QCBS When correcting computational errors, in case of discrepancy


Selection between a partial amount and the total amount, or between word
Procedure and figures the former will prevail. In addition to the above
corrections, the items described in the Technical Proposal but not
As per Rule
priced, shall be assumed to be included in the prices of other
192 of GFR
activities or items.
5.6 In the QCBS method of selection of Bidder, the lowest evaluated
Financial Proposal (Fm) will be given the maximum financial score
(Sf) of 100 points. The financial scores (Sf) of the other Financial
Proposals will be computed as indicated in the Data Sheet.
Proposals will be ranked according to their combined technical (St)
and financial (Sf) scores using the weights (T = the weight given to
the Technical Proposal; P = the weight given to the Financial
Proposal; T + P = 1) indicated in the Data Sheet: S = St x T% + Sf
x P%. The company achieving the highest combined technical and
financial score will be invited for negotiations, if required
6.1 Negotiations will be held at the address indicated in the Data Sheet.
6. Negotiations Representatives conducting negotiations on behalf of the Bidder
must have written authority to negotiate and conclude a Contract.
6.2 Negotiations will include a discussion of the Technical Proposal, the
proposed technical approach and methodology and any suggestions
made by the Bidder to improve the Scope of Work. The client and
the Bidders will finalize the Scope of Work. These documents will
Technical
then be incorporated in the Contract as “Description of Services”.
Negotiations
Special attention will be paid to clearly defining the inputs and
facilities required from the client to ensure satisfactory
implementation of the assignment. The client shall prepare minutes
of negotiations which will be signed by the client and the Bidder.
Financial
6.3 No Negotiation on the financials will be conducted.
negotiations
Availability of
6.4 Having selected, the Bidder shall ensure that adequate professional
Professional
staff is deployed on the project for successful implementation.
staff/experts
6.5 Negotiations will conclude with a review of the draft Contract. To
complete negotiations the client and the Bidder will initial the
Conclusion of
agreed Contract. If negotiations fail, the client will invite the
the negotiations
Bidder whose Proposal received the second highest score to
negotiate a Contract.
7.1 After completing negotiations the client shall issue a Letter of
7. Award of
Award to the selected Bidder, and promptly notify all Bidders who
Contract
have submitted proposals about the decision taken.

Page 15 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

7.2 The Bidder will sign the contract after fulfilling all the formalities/
pre-conditions mentioned in the standard form of contract in
Section-VII, within 21 days of issuance of the letter of Award.
7.3 The Bidder is expected to commence the assignment on the date
specified in the Data Sheet.
8.1 Information relating to evaluation of Proposals and
recommendations concerning awards shall not be disclosed to the
Bidders who submitted the Proposals or to other persons not
8.
officially concerned with the process, until the publication of the
Confidentiality
award of Contract. The undue use by any Bidder of confidential
information related to the process may result in the rejection of its
Proposal.
9. Consortium
9.1 The client shall award the contract to a single bidders and shall not
Partner
encourage nor accept any responses from JV & consortiums.
Requirement

Page 16 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section II: Data Sheet


Method of selection: Pre-Qualification of eligible bidders followed by
Quality and Cost Based Selection [QCBS]
The weights given to the Technical (T) and Financial (P) Proposals are:
ITB 1.1 T = 70, and P = 30
The minimum qualifying technical score: 70 Marks
Client may relax the minimum qualifying score if less than 3 bidders
qualify
ITB 1.2 Name of the assignment: “Engagement of Project Management
Consultant (PMC) for establishment of 20 Technology Centres across
India”
ITB 1.5 A Pre-Proposal meeting shall take place on date and time as specified in
Critical Date Sheet at the address given below.

Address:
Venue: Office of Development Commissioner,
Micro, Small & Medium Enterprises (MSME),
Committee Room, A Wing,
7th Floor, Nirman Bhawan,
Maulana Azad Road, New Delhi – 110108
Tel: +91 11 23061178
The person attending the pre-proposal meeting should have valid
authorization from the authorized signatory of the prospective bidder.
The prospective Bidders shall intimate the name of representative(s)
(not more than 2 from one organization) to the e-mail ID
schawla@dcmsme.gov.in latest by 10.00 Hrs. on the date of Pre –
proposal meeting for facilitating entry passes in Nirman Bhawan.
ITB 1.12 Proposals must remain valid for 120 days after the submission date.
ITB 3.4 The documents for the Pre-Qualification Proposal to be submitted are:
1. Details & supporting documents as per Pre-Qualification Form 1
2. Details & supporting documents as per Pre-Qualification Form 2
3. Details & supporting documents as per Pre-Qualification Form 3
4. Details & supporting documents as per Pre-Qualification Form 4
5. Details & supporting documents as per Pre-Qualification Form 5
6. Power of Attorney as per RFP format provided in Section VIII

Page 17 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

7. Bidders Affidavit for Backlisting as per RFP format

The documents for the Technical Proposal to be submitted are:


1. Details & supporting documents as per Form Tech-1
2. Details & supporting documents as per Form Tech-2
3. Details & supporting documents as per Form Tech-3
4. Details & supporting documents as per Form Tech-4
5. Details & supporting documents as per Form Tech-5

The documents for the Financial Proposal to be submitted are:


Form Fin 1: Financial Proposal Submission Form
ITB 3.10 EMD not required to be submitted
ITB 3.13 Performance Security shall be 5% of contract value. Format for Bank
Guarantee is provided in section VIII.
ITB 4.5 The bidders are required to submit the following original documents at
the address given below upto end time and date as specified in the
Critical Date Sheet, either by registered post/speed post or by hand,
failing which the bids will be declared non-responsive.
(a) Original Legally valid Power of Attorney as per RFP. (Format
Provided in section VIII)
(b) Bidders Affidavit for Backlisting as per RFP. (Format Provided
in section VIII)
Note: All other documents to be uploaded on CPP Portal before bid
submission end date and time as mentioned in critical date sheet
Address:
The Director, O/o DC MSME
Room No 720, A Wing,
7th Floor, Nirman Bhawan,
Maulana Azad Road, New Delhi – 110108
Tel: +91 11 23061178; E mail: schawla@dcmsme.gov.in
ITB 5.1 Pre-Qualification Criteria
The Technical Proposals of only those bidders who meet the pre-
qualification criteria will be opened. Bidders failing to meet these
criteria or not submitting requisite proof for supporting pre-qualification
criteria are liable to be rejected summarily.
Bidders interested in taking up the work must fulfil the following
criteria:
a. It must be a Central Public Sector Enterprise.
b. The average annual financial turnover of ‘The bidder’ during the
last three years, ending on 31st March 2019, should be at least

Page 18 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

INR 1000 Crore.


The bidders must possess at least 10 years of experience in
design and supervision of mid-sized/mega Projects such as multi-
storied Technical Centre/ Training Centre Complex/ R & D centre
/higher educational institute campus/Process Plants, with
complete MEP services, landscaping, utilities, and equipment.
c. The Bidder should have experienced in-house design team for
civil, structural, MEP, HVAC and other engineering activities.
d. The Bidder should have experienced in-house Procurement and
Inspection services Team having experience in domestic and
international procurement.
e. Bidder should have existing office in Delhi/NCR region with
space for staff who will be deployed to execute this project. The
Bidder should furnish address of the same.
OR
Bidder should submit a declaration that their organization will
set up the project office in Delhi/NCR within 30 days of
Award of Contract.
ITB 5.3 Criteria, sub-criteria, and point system for the Detailed Evaluation of
Technical Proposals are:
Sl. Criterion Evaluation Criteria
No
A Status of the Company 10 Marks
Status of Company  Maharatna / Navaratna - 10
marks
 Miniratna- 05 Marks
 Others - 0 marks
B Previous Experience 20 marks
The bidder/bidding The bidder/bidding organization
organization shall have shall have in its name as a prime/
experience of providing lead agency experience of having
satisfactorily completed the Project
Project Management
Management Consultancy Services
Consultancy including of similar nature of project(s)
engineering, procurement during the last five years (i.e FY
and inspection services of 2014-15 to FY 2018-19):
similar nature1 of Project.
Projects worth Rs. 751 - 1000
Crores – (20 Marks)

Projects worth Rs. 501- 750 Crores

1
Similar Project includes multi-storied Technical Centre/ Training Centre Complex/ R & D centre /higher
institute campus/Process Plants with complete MEP services, landscaping, utilities, and equipment.

Page 19 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

(15 Marks)

Projects worth upto Rs. 500 (10


Marks)

Note: Each Project size shall be at


least INR 150 crore or more.
Project means total Project cost
and not PMC fee
C Technical Approach & 40 Marks
Methodology

Technical Approach (for  Proposed Project design


PMC services), concept, approach and
Methodology, work Plan, methodology for execution,
Quality assurance system, use of technology for
monitoring & evaluation for
including indicative
MSME Project. (15 Marks)
timelines
 Past projects (along with
photos) with focus on project
management techniques used
for timely completion of the
project and within the approved
cost. (5 Marks)

 Methodology for tendering


/Procurement for civil works
contractor & Equipment’s (10
Marks)
 Quality Assurance and Risk
mitigation Programme (5
Marks)
 Time schedule, work Plan &
Proposed organogram and
responsibility of key
personnel, etc. (5)
Note: Evaluation shall include
Technical Presentation by the
bidder
D. Organization Strength 30 Marks

Presence of in house Post Graduate Engineer (10 Marks)


professionally qualified –
staff in the bidders  75 or above - 10 marks
orgainzation in respective  40 to 74 - 05 marks

Page 20 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

categories.  Less than 40 - 3 mark


Graduate Engineer (10 Marks) –
 800 or above - 10 marks
 400 to 799 - 05 marks
 200 to 399 - 03 mark
 Less than 200 - 01 marks
In-house Other Technical/Engg.
Staff (05 Marks)-
 100 or above - 05 marks
 50 to 99 - 03 marks
 Less than 50 - 01 mark
Inhouse Procurement and
Tendering personnel (05 Marks)-
 75 or above - 05 marks
 40 to 74 - 03 marks
 Less than 40 - 01 mark
TOTAL 100 Marks

Stech = Total marks obtained for the above criteria (i), (ii) and (iii)
The minimum qualifying technical score: 70 Marks
Client may relax the minimum qualifying score if less than 3
bidders qualify.
ITB 5.4 Date and time of opening of Financial Proposal of all the qualified
bidders will be communicated later
ITB 5.6 The lowest evaluated Financial Proposal (Fm) is given the maximum
financial score (Sf) of 100.

The formula for determining the financial scores (Sf) of all other
Proposals is calculated as following:

Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the


lowest price, and “F” the price of the proposal under consideration.

The weights given to the Technical (T) and Financial (P) Proposals
are:
T = 70, and
P = 30

Proposals are ranked according to their combined technical (St) and


financial (Sf) scores using the weights (T = the weight given to the
Technical Proposal; P = the weight given to the Financial Proposal; T +
P = 1) as following: S = St x T% + Sf x P%.
ITB 6.1 Expected date and address for contract negotiations:
Date to be communicated later.

Page 21 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Address as provided in ITB 1.5


ITB 7.3 Expected date for commencement of Services:
Date to be communicated later.

Page 22 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section III: Pre-Qualification Proposal - Standard Forms


Refer to Reference Paragraph 3.4 of the Data Sheet for format of Pre-Qualification Proposal
to be submitted, and paragraph 3.4 of Section I of the RFP for Standard Forms required and
number of pages recommended.

Pre-Qualification Form 1: Certificate of Incorporation or any other supporting document to


establish the bidder is a Central Public Sector Enterprise.

Page 23 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Pre-Qualification Form 2: Financial information of the Bidder


(To be submitted on the Letterhead of the bidder)
[Date]

To, <Insert client address>

Financial FY 2016-17 FY 2017-18 FY 2018-19


Information
(in INR crores) (in INR crores) (in INR crores)

Annual Turnover

Net Worth

Profit After Tax

……………………………………… ……………………………………...
(Signature of Statutory Auditor) (Signature of Authorized Signatory)

Supporting documents to be attached:


Balance sheet and profit and loss account for last three financial years (FY 2016-17 to FY
2018-19) duly certified by Chartered Accountant/Statutory Auditors

Page 24 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Pre-Qualification Form 3: Bidder’s Experience for at least last 10 years


(Projects showcasing at least 10 years of experience in design and supervision of mid-sized/mega Projects such
as multi-storied Technical Centre/ Training Centre Complex/ R & D centre /higher educational institute
campus/Process Plants, with complete MEP services, landscaping, utilities, and equipment.)

[Date]

To, <Insert client address>

S. Project Name of Description Contract Value Date Stipulated Actual Remarks


No Name Employer of work No. of of Date of Date of explaining
contract Issue Completion Completion reasons
of for Delay,
Work if any
Order

1.

2.

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Seal/Stamp of bidder:

Supporting Documents: Bidder need to submit Work Order/LOA/Certificate from the client
for each project showcasing at least 10 years of experience in design and supervision of mid-
sized/mega Projects such as multi-storied Technical Centre/ Training Centre Complex/ R &
D centres /higher educational institute campus/Process Plants, with complete MEP services,
landscaping, utilities, and equipment to demonstrate. These supporting document(s) should
clearly specify the scope of project, value of the project and project status with month & year
of completion.

Page 25 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Pre-Qualification Form 4: Affidavit for experienced in-house teams

(To be submitted on the Letterhead of the bidder)

[Date]

To, <Insert client address>

I/We undertake and confirm that we have inhouse engineering & design team to carry out
the scope of services as mentioned in the RFP.

I/We also state that

 There is experienced in-house design team for civil, structural, MEP, HVAC and
other engineering activities.

 We have experienced in-house Procurement and Inspection services Team having


experience in domestic and international procurement.

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Seal/Stamp of bidder:

Page 26 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Pre-Qualification Form 5: Bidder’s office in in Delhi/NCR region

(To be submitted on the Letterhead of the bidder)


[Date]

To, <Insert client address>

I state that we have existing office in Delhi/NCR region with adequate space for
accommodating staff who will be deployed to execute this project. Address of the office with
other details is mentioned below. [ Bidders shall delete this portion in case they don’t have existing office
in Delhi/NCR and use the below mentioned declaration to set up project office]

Address of the office:

[Please Provide details of other facilities available like conference/meeting halls, video conferencing
etc]

Our corporate office is at …………………….We undertake to setup Project office in Delhi


/NCR within 30 days of award of contract dedicatedly for this project in case the contract is
awarded to us. [ Bidders shall delete this portion in case they have existing office in Delhi/NCR]

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Seal/Stamp of bidder:

Page 27 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section IV: Technical Proposal - Standard Forms


Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be
submitted, and Paragraph 3.4 of Section I of the RFP for Standard Forms required and
number of pages recommended.

Page 28 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

FORM TECH-1: TECHNICAL PROPOSAL SUBMISSION FORM


To:
The Director, O/o DC MSME
Room No 720, A Wing,
7th Floor, Nirman Bhawan,
Maulana Azad Road, New Delhi – 110108
Tel: +91 11 23061178;

Dear Sir:
We, the undersigned, offer to provide Project Management Consultant (PMC) for
establishment of 20 Technology Centres across India in accordance with your Request for
Proposal dated ……… 2019, and our Proposal. We are hereby submitting our Proposal,
which includes this Prequalification, Technical Proposal, and a Financial Proposal.
We hereby declare that all the information and statements made in this Proposal are true and
accept that any misinterpretation contained in it may lead to our disqualification.
If negotiations are held during the period of validity of the Proposal, we undertake to
negotiate on the basis of our proposal and your requirements. Our Proposal is binding upon
us and subject to the modifications resulting from Contract negotiations.
Our Proposal will remain valid for 120 days as stated in data sheet ITB 1.12.

We understand you are not bound to accept any Proposal you receive.
Yours sincerely,
Authorized Signature [In full and initials]:
Name and Title of Signatory:
Name of Company:
Address:
Location: _____________________________________ Date: _______________

Page 29 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Tech Form 2: Status of the Company

Bidders to furnish the relevant documents stating the status of the company i.e. Maharatna,
Navaratna, Miniratna etc.

Page 30 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Tech Form 3: Bidder’s Previous Experience


(Projects to showcase bidder’s experience of providing Project Management Consultancy including engineering,
procurement and inspection services of similar nature2 of Project.)

[Date]

To, <Insert client address>

Summary of value of similar Projects completed during last five years (i.e FY 2014-15 to FY
2018-19). Projects worth INR 150 crore and above which are completed will only be consider
for evaluation.

Project Cost Completion


Project Name & Name of Start Date
Date
Location Client (Month/Year)
(INR in Cr) (Month/Year)

1.

FY 2014- 2.
15 3.

Add more rows if required

FY 2015-
16

FY 2016-
17

FY 2017-
18

FY 2018-
19

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Seal/Stamp of bidder:

2
Similar Project includes multi-storied Technical Centre/ Training Centre Complex/ R & D centre /higher
institute campus/Process Plants with complete MEP services, landscaping, utilities, and equipment.

Page 31 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Provide details of each of the Projects Listed in Tech Form 2.


[Use separate sheet for each Project]

Projects worth INR 150 crore and above which are completed will only be consider for
evaluation.

S. No. Items Description

1) Project Name:

2) Project Location:

3) Project Cost (INR in Cr):

4) Name of Client:

5) Start Date: (Month/Year):

6) Completion Date: (Month/Year)

7) Name of Associated Firm(s), if any:

8) Description of Project:

9) Detailed Description of Actual


Services Provided by the firm:
10) Approx. Value of Services (INR):

11) Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Seal/Stamp of bidder:

Supporting Documents:

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

o Successfully completion certificate of the project issued from the


competent authority/Engineer-in-charge of client to be enclosed for each
project along with LOA/work Order. Provisional Certificate issued in this
regard would also be eligible. In absence of such certificates, self-certification
issued by the competent authority of the bidding Company stating clearly the
reason for non-issuance of the same by the client, to the full satisfaction of the
O/o DC-MSME, may be considered.

Page 32 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

FORM TECH-4: APPROACH & METHODOLOGY


Form TECH-3: a description of the approach and methodology for performing the assignment. This will include
a) Understanding of the assignment
[Please explain your understanding of the objectives of the assignment as outlined in the Scope of Work]

b) Technical Approach and Methodology


[Please explain the technical approach, and the methodology you would adopt for implementing the tasks
to deliver the expected output(s), and the degree of detail of such output. Please do not repeat/copy the
Scope of Work in here.]

c) Comments and suggestions on the Scope of work


[Suggest and justify here any modifications or improvement to the Scope of Work you are proposing to
improve performance in carrying out the assignment. Such suggestions should be concise and to the point,
and incorporated in your Proposal.]

Page 33 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Tech Form 5: Organization Strength of the Company

Undertaking /letter from the HR or concerned department validating/stating that the bidder’s
company has presence of in house professionally qualified staff in respective categories as
per the technical evaluation criteria mentioned in Bid Data Sheet ITB 5.3 (D)

Page 34 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section V: Financial Proposal - Standard Forms


Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
according to the instructions provided under para. 3.6 of Section I.
Financial Proposal to be uploaded on CPP Portal as per FIN-1 Financial Proposal
Submission Form under financial bid.

Page 35 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

FIN-1 Financial Proposal Submission Form

Total Estimated Project Cost INR 3,600 Cr.

Name of the bidder:

Priced bid to be uploaded under Financial Proposal only on the CPP Portal

Quoted Price
Item Unit of Price (percentage of Total PMC Fee
Item Description
No. to be Quoted Total Estimated (INR)
Project Cost)
6=4*Estimated
1 2 3 4
Project Cost
A Bidder to quote the
rates as a % of the
Estimated Project Cost
3A.1 Providing PMC In percentage
Services on Depositary of value of
Mode as per scope of total
work, terms and Estimated
conditions of the RFP Project cost
Document.

Authorized Signature [In full and initials]:

Name and Title of Signatory:

Name of Firm:

Address:

Seal/Stamp of bidder:

Note :

1. The quoted price shall be inclusive of all taxes and levies except the GST. The GST
will be paid in addition to the fee at the prevailing rate.
2. Rate in percentage shall be quoted maximum upto two decimal places. Otherwise, the
rate will be rounded off during price evaluation and award of work.

Page 36 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section VI: Scope of Work


1. Background
Micro Small and Medium enterprises (MSME) sector plays a vital role in India’s economy.
MSMEs from manufacturing sector have a share of over 7% in India’s GDP. It is also one of
the biggest employment generator in the country. Even after being crucial driver of the
country’s economy, MSMEs face huge challenges in terms of access to technology, skilled
manpower and market.

To address such challenges, Ministry of MSME, Government of India have established 18


Technology Centres (TCs) between 1969 to 1999, earlier known as Tool Rooms (10 Nos) and
Technology Development Centres (8 Nos) across the country. Primary focus of these TCs
was to support industries particularly MSMEs in the country through:

 Providing access to Advanced Manufacturing Technologies;


 Skilling of manpower in technology development; and
 Providing technical and business advisory support to MSMEs.

These TCs are functioning as autonomous bodies and are financial self-sustainable for
operating expenses.

For details, please visit http://www.dcmsme.gov.in/Toolroom_tdcs.htm

2. Technology Centre Systems Programme (TCSP)

Keeping in view the success of TCs in serving MSMEs, Govt. felt a strong need to strengthen
the TCs network by modernizing the existing TCs and setting up more TCs across the
country so that the MSMEs in the unserved and low income states also get benefitted from
such centres. Accordingly, Government of India approved to upgrade and expand the network
of MSME Technology Centres across India. Towards achieving this objective, Ministry of
MSME, Government of India, since 2015 has been in the process of establishing 15
Technology Centres and upgrading / modernizing the existing TCs under the Technology
Centre Systems Programme (TCSP) at an estimated cost of USD 400 Million including
World Bank funding of USD 200 Million.

The upcoming Technology Centres are covering General Engineering, Automotive,


Fragrance & Flavour and ESDM sectors and are being equipped with multiple cutting edge
manufacturing technologies, such as CNC Machines, 3D Manufacturing/Additive
Manufacturing, Laser / Ultrasonic machining, Robotics and Process Automation, Precision
measurement / Metrology equipment, state-of-the art Electronics Manufacturing Facilities,
Calibration and Testing Facilities for Electronic System Design and Manufacturing.

Primary focus of these TCs is to support industries particularly MSMEs in the country
through:

Page 37 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

 Providing access to Advanced Manufacturing Technologies;


 Skilling of manpower by offering opportunities for technical skill development /
enhancement to the youth at varying levels ranging from school dropouts to graduate
engineers; and
 Providing technical and business advisory support to MSMEs.

For details http://www.dcmsme.gov.in/tcsp.html

3. Establishment of 20 new TCs and 100 Extension Centres

MSMEs are at the core of major Government of India initiatives like Make in India, Start-up
India, Stand-up India. For their viability there is an immediate requirement to improve their
access to Technology. Considering the success of the existing Technology Centres and need
to expand the network of TCs, establishment of another 20 new TCs and 100 Extension
Centres in the country over a period of 3 years from 2019 to 2022 at a cost of about Rs. 6,000
Crores has approved by CCEA and Hon’ble Prime Minister in his speech on 2nd November
2018 has announced the Project.

Network of Technological Advance TCs together with Spoke model will widen the
geographical reach of technology at optimized cost. It will boost Entrepreneur spirit at grass
root level and bring innovation from lab to field. It will be able to help MSMEs which are at
the core of manufacturing and have very limited or no access to latest technology.
Manufacturing sector currently forms approximately 16% of GDP and MSMEs form an
important part of this manufacturing ecosystem. With approximately 40% contribution to this
sector, improving access to technology to MSMEs can provide a significant boost to the
growth of this sector and GDP. The sectors of the TCs will be on the basis of local needs of
MSMEs and scope of futuristic requirements industries in the region. Needs of artisan,
handicraft sector will also be taken into consideration. Elaborate discussions will be held with
the stakeholders including State Government, CSIR Labs, Institutions like IITs, IIMs,
Technical Experts, etc. to arrive at the decisions for technologies, facilities in the TCs.

Envisaged benefits of the 20 TCs and 100 ECs are:

 Improved access of MSMEs in the country to advanced technologies, consultancy


services and skilled manpower.
 To create ecosystems for Start ups
 Train 4 lakh persons per year in emerging technologies by various short term and long
term programs.
 Support 1 lakh MSMEs in tooling, technology, consultancy, marketing, innovation
 Cascading effect on job creation

4. Description of typical Technology Centre

Page 38 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Indicative details are given below. Depending upon the site specific, proposed technology &
sector needs and other regulatory requirements the below mentioned facilities may change.

i) Green field project developed over a land of approximately 15 to 20 acres


ii) Total built up area will be around 15000 to 19000 sq. mtrs consisting of:

Name of the Block/ Building Suggested Structure type


(to be designed by the PMC as per
standard engineering practice)
a. Training Block  RCC Framed Structure
 8 Class rooms for 60 students as per  Workshop will be on Ground
AICTE Norms Floor. Labs and training rooms
 12-16 Labs (approx 80 sq m each) may be higher floors.
 Workshop area 2000 sq m for
installation of machinery
 Office Rooms (library, Placement
Room, Counselling room, faculty
rooms, exam room, waiting hall, etc.
 Reception area,
 Lift
b. Production Block (depending upon the Steel Structure or RCC or
sector) combination.
 Workshop area for installation of
machinery /equipment
 Overhead or Gantry Crane (s)/ of
suitable capacity
 5 or more cabins with AC for CNC
machines, inspection rooms,
metrology, calibration, etc
depending upon the sector
c. Plug and Play, Incubation Centre, RCC Framed Structure
Business Advisory Services

(This may be part of the Production or


training blocks, having preferably
independent Entry)

d. Auditorium of about 200 sitting capacity RCC


e. Admin Building (AC) RCC Framed Structure

(This may be above Production or


training blocks)
f. Dining Block for 200 persons RCC Framed Structure

Page 39 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

(Including kitchen, utensil cleaning area,


distribution area, stores, toilets, etc.)

(may be ground floor of Executive Hostel


or Boys Hostel)
g. Executive Hostel (for 8 persons) RCC Framed Structure

h. Staff Accommodation for 8 officials RCC Framed Structure


General Manager - One
Middle level officials - 5
Support Staff - 5
i. Girls Hostel for 100 girls (may be twin RCC Framed Structure
sharing or triple sharing)
j. Boys Hostel for 300 boys (may be twin RCC Framed Structure
sharing or triple sharing)
k. Internal Guard Rooms – one on each gate RCC Framed Structure
l. Utility Block RCC Framed Structure
m. Medical Room, Bank ATM, Cafeteria, RCC Framed Structure
Private Kiosk
Ground Floor only
n. Library, amphitheatre, etc

iii) Apart from production block, all blocks will be high-rise buildings. Sufficient
space to be left open for future expansion.
iv) Sufficient capacity PV solar system (maybe 200 KW)
v) Facade, Internal roads, water storage, STP, water harvesting, land scapping,
underground parking, provision for differently-abled persons, as per relevant bye-
laws of the area.
vi) Design should reflect legacy and heritage of the State with technology
background.
vii) Office space for about 60 officials. However, half of them will be sitting in
production areas/shop floors.
viii) Two 500 KVA step down transformers, 2 DG Sets, UPS for IBMS, UPS for
important machinery (as per requirement of the TC)
ix) IBMS (Integrated Building Management System)

5. Proposed Locations of the TCs


All the 20 TCs will be set up in India. So far 12 locations have been identified and are
given below. However, these are subject to various administrative approvals. The client
may change the location anytime under intimation to the PMC.

(i) Guntur (Andhra Pradesh)


(ii) Silchar (Assam)

Page 40 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

(iii) Bilaspur (Chhattisgarh)


(iv) Rajkot (Gujarat)
(v) Saha, Ambala (Haryana)
(vi) Samba (Jammu and Kashmir)
(vii) Jabalpur (Madhya Pradesh)
(viii) Nagpur (Maharastra)
(ix) Pune (Maharastra)
(x) Coimbatore (Tamil Nadu)
(xi) Warangal (TL)
(xii) Varanasi (UP)

6. Brief Scope of Work


Government proposes to engage the services of a PMC for planning, design and monitoring
of civil infrastructure, specification of machinery and equipment, procurement of machines,
contract management and providing implementation & monitoring support during the course
of the project. Details are provided in subsequent paragraphs.

7. Duration of the Project


Duration of the Project is for three years from the date of singing of the contract, with
provisions for further extension of two years.

8. Timelines for Main activities


Timelines mentioned below are for each site. ‘T’ is the date when office of DC MSME
communicates in writing the availability of earmarked land for setting of the TC.

(All activities are not sequential. Simultaneous activities may be taken up).

Name of the activity Timelines

1. Preparation of Draft DPR T + 2.5 Months

2. Approval/ comments on Draft DPR T + 3 Months

3. Submission of Final DPR T + 3.5 Months

4. Approval on Final DPR T + 4.5 Months

5. Submission of Design Concepts, Master T + 4 Months


Plan for building

6. Submission of Estimated Cost for building T + 5 Months


and approval

7. Publishing of Tenders T + 6 Months

8. Submission of Findings of bid evaluation T + 8 Months


and approval for awarding contract for
building Construction

Page 41 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

9. Handing over of the building T + 30 Months

10. List of machines, Draft Specifications for T + 8 Months


machinery, equipment, furniture, utilities,
etc.

11. Approval of specifications by the committee T + 9 Months


of experts

12. Procurement and installation of machinery, To be synchronized with the


equipments, etc. readiness of the infrastructure.

13. Final testing of machinery and handing over. T + 28 Months

9. Main Components of the assignment for 20 TCs


The assignment has following main components

a. Preparation of Detailed Project Reports.


b. Planning and Procurement of Civil Works as per GFR
c. Supervision of Construction Activities
d. Specifications for machinery, furniture, utilities
e. Procurement of Machinery & Equipment as per GFR
f. Procurement Management
g. Coordination & Monitoring including Dashboard
h. Contract/ Financial Management
i. Programme completion and handover

10. Prepare Detailed Project Report (DPR) for each TC


Preparation of 20 DPRs to be stages as per requirements and land confirmation from O/o
DC MSME. DPR preparation and stakeholder consultation etc to be done by PMC by
engaging reputed professional firm with relevant experience in similar Technology
Centres.

 Evaluate the demand & supply of technology needs, design & development
services, resources and technical skills required in the identified sectors for each
TC.
 Analyze capacity building needs to identify the necessary technical, financial and
advisory support required.
 Develop the strategic positioning and governance model/s of the TCs that caters
to the needs identified above.
 Assess the potential for private players in promoting the MSME ecosystem and
the necessary support required for enhancing their competitiveness through TCs.
 Prepare business models to enable the self-sustainability of TCs incorporating the
best practices.
 Submit DPRs to the client for approval for 20 new TCs

Page 42 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

11. Civil Infrastructure (Works)

PMC will be responsible for end to end planning, design, construction supervision and final
handover of the complete civil Infrastructure. Design will be consistent with Applicable
Laws, statutory permissions, NBC, BIS, CPWD, AICTE and other regulatory codes. Master
planning, architectural design and detailed engineering to be done by PMC by engaging
reputed architectural firm / consultant. This will involve but not limited to the followings:

 Site Evaluation and Design Concepts


 Master Plan Preparation
 Preparation of Detailed drawings, specifications, BOQ and estimated cost. PMC
to take approval of O/o DC-MSME on cost estimate.
 Bid Process management including pre-bid meetings, and selection of
Construction Works contractor and award of work
 PMC to take the approval of O/o DC, MSME, if the contract price deviate by
more than 10% from the approved cost estimate
 Monitoring and supervision of civil works for quality and timely completion
 Obtaining all applicable Statutory Approvals and certificates for pre- construction
as well as operationalisation and commissioning on behalf of O/o DC-MSME:
 Checking and certifying of bills submitted by the Contractor, Certification and
payment of running account bills to contractors, ensuring TDS, labour cess etc.
 Issue of Completion certification and handing over of the site after final
inspection by getting rectified snag list, monitoring the performance during
defects liability period (minimum 1 year) enforcing rectification of defects,
proving as built drawings to client

Important Considerations for Works


a. World class facility to facilitate delivery of the proposed services
b. Eco-friendly to minimize the adverse environmental and social impact (water
harvesting, solid waste and water effluent management, renewable energy, use of
eco-friendly material, etc.)
c. Energy efficient design
d. Economical to reduce the total cost of ownership
e. Flexible with respect to usage and expansion/contracting in the future
f. Architecture influenced by the local heritage and culture of the region
g. Friendly for disabled and/or physically challenged people
h. Master Plan as per DPR. While preparing the Design Basis Report the PMC shall
visit similar facilities to benchmark the requirements provided in the DPR. The
Design shall be as per the design basis report prepared by PMC and agreed by the
Client.

Page 43 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

i. The PMC shall prepare 2 or more distinct concept layouts considering effective
usage of area and space, natural elements as wind, sunlight including cost,
aesthetic values etc. The concept layouts/ presentations shall essentially consist of
3D Digital walkthrough for both exterior and interior of the complete facility with
landscaping scheme, furniture layout and machine layout.
j. PMC shall make presentation to the O/o DCMSME concept design and master
plan for approval.
k. Electrical design scope to include Solar Power/ Other Non Conventional Energy
Sources as far as possible
l. Layout and scheme for Extra Low voltage system includes fire detection system,
Public address system, Telephone, data, TV system, Access control system,
CCTV, Integrated building management system etc.
m. HVAC system shall comprise designing, detailing, value engineering and
specifying with schedule of quantities for all works pertaining to air-conditioning,
ventilation, smoke exhaust and fresh air supply system conforming to the
applicable standards, statutes, regulations and safety codes. and designed to
efficiently and effectively operate for maximum energy efficiency and low noise
level in all climatic conditions.
n. Design of Mechanical system & utilities shall comprising the following

 Preparation of equipment layout for process plant & utilities

 Detail engineering design for Hot, cold & compressed air piping based upon
Process layout & Machinery inlet & outlet parameters.

 Preparation of piping layout based upon layout of process plant & utilities

 Design sufficient capacity compressor for the system based upon information
available from various machine input requirements.

 Design sufficient capacity chilled water plant & cooling tower based upon
information available from various machines input requirements

 Design water distribution system based upon water requirement at various


machines & at office/toilet places

 Prepare equipment data for the use of civil/structure designs including


dynamic factors for moving/ rotating/ vibratory equipment.

 Closely interact with the architect / clients and prepare preliminary schemes
for approval

 Prepare procurement specification for various indigenous bought out items &
package equipment

 Issue of good for construction drawings


o. Fire & Life safety design and Engineering shall comprise fire hydrant system, Fire
Alarm, Fire walls with fire doors, fire escape staircases, doors and exits etc. as per

Page 44 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

National Building Code of India (latest) and suitably incorporating leading practices
as per global standards
p. Detail Design & Engineering of ETP/STP, Rain water harvesting design
q. Interior work design
r. Landscaping design
s. Building Management System Design shall comprise of HVAC control system
design & detailing, Electrical distribution controls design & detailing, Water supply
control design & detailing, Lighting control design & detailing, Access control
design & detailing, Security, Surveillance and Safety design & detailing, Advanced
Communication system design & detailing

Detailed Estimates for Works:


The PMC will prepare the cost estimate based on the detail design and seek approval of the
same from the O/o DC, MSME. Cost estimate should be good enough to be used for budget
authorization and must have suitable contingency for the program.

12. Monitoring and supervision for works


The PMC shall be responsible for monitoring/ supervising the construction works carried out
by the contractor and shall update the O/o DCMSME with the status on a weekly basis. The
following activities are expected:

a. Using a dashboard, ensure day to day site supervision by deploying team of full
time resident site engineers at each works location
b. Tracking the agreed time schedule and reporting planned v/s actual work
completed on weekly basis

c. Ensure that the tests of construction works and materials like steel, concrete and
surface finish etc. as per standard construction industry practice or relevant IS
Codes, National Building Code and terms, conditions and specifications as per the
contract; random sample checks and certain samples to be sent to accredited
external testing labs. reviewing material test certificates submitted by the
contractor

d. Continuously check the quantities being executed and in case of any deviation due
to site condition, change or modification, analyse the cost impact and bring it to
the immediate notice of the client with recommended action plan

e. Ensure adequate mitigation measures are adopted for issues identified in the
Environment Management Framework

f. Give notice to the Contractors and take necessary action in case of any non-
compliance if observed

g. Monitor EHS and other applicable practices including construction waste disposal
observed by the contractors at construction site

Page 45 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

h. Ensure that relevant and applicable Labour Standards, pollution control board
regulations and any other are applied at construction sites

i. Develop an integrated construction schedule on MS Project (or similar widely


accepted tool) with two-week micro plans for activities covering all trades and
monitor compliance. The plan must clearly articulate the critical path (CPM)

j. PMC need to deploy latest technological tool for dash board creation and remotely
monitoring of the progress by the DC-MSME. Access to the dashboard portal to
be provided to stakeholders with secure login ID and password

k. The PMC shall take corrective action if any activity which is slipping from critical
path (CPM or baseline)

l. The PMC shall conduct fortnightly reviews and recasting of schedules where
necessary to make up for lost time

m. The PMC shall submit a monthly report on the progress made to the O/o DC-
MSME brief the progress of the projects

13. Machine Procurement Management


PMC will prepare Bill of Material (BoM) of Machinery and equipment (Furniture, Electricals,
Computers, software, Lab equipment, UPS, mis items etc.) for TCs based on Detailed Project
Report (DPR). During the process of procurement, and contract management, it will address
vendor queries and conduct techno-commercial evaluation of proposals.
PMC will synchronize the procurement of machinery and equipment with the completion of
civil infrastructure. The PMC will handle the tendering process for procurement of
machines/goods up to the stage of successful installation and commissioning of the
machine/goods at the end user site as per the requirements of the Project.

a. Assessment: PMC must carry out assessment for possible sources for goods to be
procured and prepare comprehensive list against each requirement for wider
participation from various manufacturers and suppliers.

b. Specifications and Cost Estimate for Machinery, Equipment, Furniture,


Utilities: PMC will prepare vendor neutral specifications and cost estimate for
proposed Bill of Materials for Machinery, Equipment, Laboratories, Furniture,
Utilities, as per DPR. It will ensure that sufficient suppliers are available for the
machinery being finalized. Specification preparation etc to be done by PMC by
engaging reputed professional firm / consultant with experience of setting up and
procurement of machines for similar Technology Centres. PMC will take approval
of the specifications and cost estimate from the expert committee of the office of
the DC MSME.

Page 46 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

c. Preparation of Bid Document: Preparation of ICB/NCB/other bid document for


procurement of goods as per DPR/ operational requirement of the TCs, as per GFR.

d. Bid Invitation, Pre-bid Meeting and Bid Opening: Arranging bid publicity for
larger participation, conducting pre-bid meeting and preparation of minutes of the
pre-bid meeting, market outreach by sending mailers to relevant embassies and
prospective bidders. Amend the bid document, if necessary. Conduct bid opening

e. Bid scrutiny & evaluation and finalization of bid evaluation report: Undertake
technical and commercial bid examination and final evaluation as per bid
document. Finalize bid evaluation report for contract award and issue of Letter of
Acceptance. PMC will take the approval of O/o DC, MSME, if the contract price
deviate by more than 10% from the approved cost estimate.

f. Contract award and contract management: Issue of Letter of Acceptance as per


bid evaluation report. Signing of the Contract Agreement after all required
documentation. Opening of LC or release of Advance payment etc. and monitoring
of the contract performance progress. Managing post contract issues with the
supplier, consignee etc.
g. Miscellaneous: Submission of periodical (weekly/fortnightly/ monthly–to be
defined) progress report as per agreed format to the O/o DC-MSME. Attending to
and disposal of all complaints related to the procurement and contract award as per
guidelines. Making available all contract related document to CAG/other audit.

14. Overall Coordination & Monitoring

PMC shall deploy dedicated team for the design and execution of the Project. Timelines for
completion of civil infrastructure, procurement of machines, furniture’s and other items to be
made available to the O/o DC-MSME. Senior members from the PMC project team to attend
regular meetings with O/O DC-MSME to apprise the progress of the project both financially
and physically. PMC is required to deploy latest monitoring tool for dashboard creation and
provide access to the tool for remote monitoring.

15. Overall Contract Management

PMC will be responsible for the end to end contract management for both civil works and
procurement of machines and goods. Some of the contract management activities are listed
below.

 Release of payments to the Contractors and suppliers on timely basis


 Monitor Time and cost to ensure completion of the Project within the stipulated
Time and Financial allocation
 Conduct Pre-dispatch Inspection of Equipment.

Page 47 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

 Ensure quality control measures for civil works and machineries


 Co-ordinate with stakeholders/vendors/suppliers etc for completion of civil
infrastructure and installation and commissioning of machines
 Maintain track of all bank Guarantees, securities etc.
 Provide periodically copies of the expenditure certified on the project, for
reimbursement of expenditure incurred from the funds advanced to the PMC
 Settlement of all accounts of the contractors and suppliers.
 Defend any suits or arbitration cases arising out of the project
 Settle the Audit/CTE’s observations and arbitration cases etc., if any

16. Programme completion and handover

The final activity in this phase is integrating the Programme’s operational outcomes into the
core activities of O/o DC, MSME. For this purpose, the role of the PMC is defined as below:

 Carryout comprehensive verification of all the works upon completion


 Settlement of all accounts of the contractors and suppliers.
 Submit a Programme Completion Report covering the overall information of
the project; various contract packages, status of all the contact packages in
terms of period and cost, time and cost over runs, if any, project expenses
analysis, estimates and final account of expenditure in the format as desired by
the O/o DCMSME.
 Conduct a handover workshop with all stakeholders to update on activities
identified and executed through the course of project

Page 48 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

17. Responsibilities Matrix


The responsibilities of the O/o DC MSME and the PMC shall be as follows:
S. No. O/o DC PMC Activity
MSME
1.  Preparation of site Specific DPRs
2.  Approval of DPRs
3.  Preparation of master plan and cost estimate for civil infrastructure
4.  Approval of master plan and cost estimate
Seeking administrative approval and expenditure sanction of
5. 
competent authority
Preparation of bid document, managing complete bidding process,
6. 
Bid evaluation, selection and award of contract for civil works
Issue of GFC drawings, utilities, landscaping, procurement of
7. 
furniture etc. for the complete facility
Monitoring of civil works, certification and payment of bills and
8. 
Final Hanover
Sharing the final list of machines to be procured for each TC with
9. 
specifications
10.  Review of specifications
Preparation of bid document, managing complete bidding process,
11. 
Bid evaluation, selection and award of contract for machines
12.  Pre-delivery inspection of machines
13.  Ensuing site readiness before arrival of machines
Contract monitoring for the successful installation and
14. 
commissioning of the machines
15.  Payment to the suppliers of machines under respective contracts
Handling Arbitration, Court Cases, litigation, RTI etc. in
16.  connection withal the procurement made by the agency under this
contract
Complete Project Monitoring by use of latest technology for dash
17.  board etc. for timely completion, handing over of complete
documentation, manuals etc. at contract closure
Monitoring for Performance of machines and civil infrastructure
18. 
during defect liability/warranty period
Committee constituted by M/o MSME will approve master plan, cost specifications and
machine specification.

Page 49 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

18. Fund Flow for Expenditure on the Project

PMC is required to maintain a separate account for the Project

• 30% of the committed amount (contract signed value) on the Project will be
transferred to PMC on the issue of LOA

• On disbursement of 80% of the disbursed amount, PMC will submit fund


requirement for next three months for meeting all the expenditures for
execution of the project, and so on.

• O/o DC-MSME will transfer additional fund within 45 days from request of
additional fund from PMC.

Page 50 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section VII: Conditions of Contract

Page 51 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Consultancy Agreement
(To Be Used at the Time of Signing of Agreement With Selected Bidder)

This agreement is made at New Delhi on the ---- day of --------- 2019 between Development
Commissioner, Ministry of MSME, Government of India, New Delhi, (hereinafter called
“client” which expression shall, unless repugnant to the context or meaning thereof be
deemed to mean and include its successors, legal representatives and assigns) of the First
Part.
And
M/s. ____________________________, a Company incorporated under the Companies Act
1956 having Head Office at __________________________________________________ ,
(hereinafter called the “PMC” which expression unless repugnant to the context shall mean
and include its successors-in-interest assigns etc.) of the Second Part.
Whereas Development Commissioner, Ministry of MSME, Government of India, is desirous,
to provide name of the work as per the scope of consultancy services called the “The
Consultancy services” and has accepted a proposal submitted by the ____________________
PMC to provide the said consultancy services.
The following documents attached hereto shall be deemed to form an integral part of this
Contract:
(a) The General Conditions of Contract
(b) The Special Conditions of Contract;
(c) Appendices:
Appendix A: Description of Services
Annexure 1- Work Schedule and Planning for Deliverable
Appendix B: Financial bid submitted by the bidder.
Appendix C: All the correspondence till award of this contact i.e. amendments, pre bid query
replies and any other document necessary to make the part of consultancy agreement.
In consideration of the payment to be made by Development Commissioner, Ministry of
MSME, Government of India to the ____________________ as hereinafter mentioned, the
PMC hereby covenants with Development Commissioner, Ministry of MSME, to execute and
complete the Project Management Consultancy as per scope of consultancy within three years
from the date of commencement of consultancy agreement including defect liability period of
twelve months from the handing over of project to Development Commissioner, Ministry of
MSME. in conformity in all respects with the provisions of the contract.
Development Commissioner, Ministry of MSME, Government of India hereby covenants to
pay the PMC in consideration of the “The Consultancy services”, the total contract fee
………..the fees stated in the letter of award (LOA) subject to such additions thereto or

Page 52 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

deductions there from as may be made under the provisions of the consultancy at the times
and in the manner prescribed in this consultancy agreement.
The PMC shall ensure full compliance with tax laws of India with regard to this contract and
shall be solely responsible for the same.
IN WITHNESS OF WEREOF the parties hereto have caused their respective common seals
to be hereunto affixed / (or have hereunto set their respective hands and seals) the day and
year first above written.

For and on behalf of the PMC For and on behalf of the President of India

Signature of the authorized official Signature of the authorized client official

Name of the PMC Name of the official

Stamp / Seal of the PMC Stamp / Seal

in the presence of in the Presence of

Witness______________________ Witness______________________

Name and address ______________ Name and address ______________

Page 53 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

General Conditions of Contract


A. General Provisions

1. Definitions 1.1. Unless the context otherwise requires, the following terms
whenever used in this Contract have the following meanings:
(a) “Applicable Law” means the laws and any other instruments
having the force of law in the Client’s country
(b) “Client” means the Office of Development Commissioner,
Ministry of Micro Small and Medium Enterprises that signs the
Contract for the Services with the Selected bidder.
(c) “PMC” means a bidders selected by the Client to provide the
Services under the signed Contract.
(d) “Contract” means the legally binding written agreement signed
between the Client and the PMC and which includes all the
attached documents listed in consultancy agreement, the
General Conditions (GCC), the Special Conditions (SCC), and
the Appendices.
(e) “Day” means a working day unless indicated otherwise.
(f) “Effective Date” means the date on which this Contract comes
into force and effect pursuant to Clause GCC 10.
(g) “Experts” means an individual professional whose skills,
qualifications, knowledge and experience are critical to the
performance of the Services under the Contract.
(h) “GCC” means these General Conditions of Contract.
(i) “Government” means the government of the Client’s country.
(j) “Key Expert(s)” means an individual professional whose skills,
qualifications, knowledge and experience are critical to the
performance of the Services under the Contract
(k) “Local Currency” means the currency of the Client’s country.
(l) “Party” means the Client or the PMC, as the case may be, and
“Parties” means both of them.
(m) “SCC” means the Special Conditions of Contract by which the
GCC may be amended or supplemented but not over-written.
(n) “Services” means the work to be performed by the PMC
pursuant to this Contract, as described in Appendix A hereto.
(o) “Sub-consultants” means an entity to whom/which the PMC
subcontracts any part of the Services while remaining solely
liable for the execution of the Contract.
(p) “Third Party” means any person or entity other than the
Government, the Client, the PMC or a Sub-consultant.
2. Relationship 2.1. Nothing contained herein shall be construed as establishing a
between the relationship of master and servant or of principal and agent as
Parties between the Client and the PMC. The PMC, subject to this Contract,
has complete charge of the Experts and Sub-consultants, if any,
performing the Services and shall be fully responsible for the
Services performed by them or on their behalf hereunder.
3. Law 3.1. This Contract, its meaning and interpretation, and the relation
Governing between the Parties shall be governed by the Applicable Law of
Contract Union of India.

Page 54 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

4. Language 4.1. This Contract has been executed in the language specified in
the SCC, which shall be the binding and controlling language for all
matters relating to the meaning or interpretation of this Contract.
5. Headings 5.1. The headings shall not limit, alter or affect the meaning of this
Contract.
6. Communicatio 6.1. Any communication required or permitted to be given or made
ns pursuant to this Contract shall be in writing in the language specified
in Clause GCC 4. Any such notice, request or consent shall be
deemed to have been given or made when delivered in person to an
authorized representative of the Party to whom the communication is
addressed, or when sent to such Party at the address specified in the
SCC.

6.2. A Party may change its address for notice hereunder by giving
the other Party any communication of such change to the address
specified in the SCC.
7. Location 7.1. The Services shall be performed at such locations as are
specified in Appendix A hereto and, where the location of a
particular task is not so specified, at such locations, whether in the
Government’s country or elsewhere, as the Client may approve.

8. Authorized 8.1 Any action required or permitted to be taken, and any document
Representative required or permitted to be executed under this Contract by the Client
s or the PMC may be taken or executed by the officials specified in the
SCC.

9. Corrupt and 9.1 Compliance to corrupt and fraudulent practices as applicable


Fraudulent in client’s county to be adhere to by the PMC.
Practices
9.2 The Client requires the PMC to disclose any commissions,
gratuities or fees that may have been paid or are to be paid to
a. Commissions agents or any other party with respect to the selection process
and Fees or execution of the Contract. The information disclosed must
include at least the name and address of the agent or other
party, the amount and currency, and the purpose of the
commission, gratuity or fee.

B. Commencement, Completion, Modification and Termination of Contract

10. Effectiveness 10.1 This Contract shall come into force and effect on the
of Contract date (the “Effective Date”) of the Client’s notice to the PMC
instructing the PMC to begin carrying out the Services. This
notice shall confirm that the effectiveness conditions, if any,
listed in the SCC have been met.

11. Termination 11.1 If this Contract has not become effective within such time
of Contract for period after the date of Contract signature as specified in the SCC,
Failure to either Party may, by not less than twenty two (22) days written
Become notice to the other Party, declare this Contract to be null and void,

Page 55 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Effective and in the event of such a declaration by either Party, neither Party
shall have any claim against the other Party with respect hereto.

12. Commenceme 12.1. The PMC shall begin carrying out the Services not later than
nt of Services the number of days after the Effective Date specified in the SCC.

13. Expiration of 13.1. Unless terminated earlier pursuant to Clause GCC 18 hereof,
Contract this Contract shall expire at the end of such time period after the
Effective Date as specified in the SCC.

14. Entire 14.1. This Contract contains all covenants, stipulations and
Agreement provisions agreed by the Parties. No agent or representative of either
Party has authority to make, and the Parties shall not be bound by or
be liable for, any statement, representation, promise or agreement
not set forth herein.

15. Modifications 15.1. Any modification or variation of the terms and conditions of
or Variations this Contract, including any modification or variation of the scope
of the Services, may only be made by written agreement between
the Parties. However, each Party shall give due consideration to any
proposals for modification or variation made by the other Party.

16. Force Majeure


a. Definition 16.1. For the purposes of this Contract, “Force Majeure” means an
event which is beyond the reasonable control of a Party, is not
foreseeable, is unavoidable, and makes a Party’s performance of its
obligations hereunder impossible or so impractical as reasonably to
be considered impossible under the circumstances, and subject to
those requirements, includes, but is not limited to, war, riots, civil
disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts or other industrial action
confiscation or any other action by Government agencies.

16.2. Force Majeure shall not include (i) any event which is caused
by the negligence or intentional action of a Party nor (ii) any event
which a diligent Party could reasonably have been expected to both
take into account at the time of the conclusion of this Contract, and
avoid or overcome in the carrying out of its obligations hereunder.

16.3. Force Majeure shall not include insufficiency of funds or


failure to make any payment required hereunder.

b. No Breach of 16.4. The failure of a Party to fulfill any of its obligations


Contract hereunder shall not be considered to be a breach of, or default
under, this Contract insofar as such inability arises from an event of
Force Majeure, provided that the Party affected by such an event
has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms
and conditions of this Contract.

Page 56 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

c. Measures to 16.5. A Party affected by an event of Force Majeure shall continue


be Taken to perform its obligations under the Contract as far as is reasonably
practical, and shall take all reasonable measures to minimize the
consequences of any event of Force Majeure.

16.6. A Party affected by an event of Force Majeure shall notify


the other Party of such event as soon as possible, and in any case not
later than fourteen (14) calendar days following the occurrence of
such event, providing evidence of the nature and cause of such
event, and shall similarly give written notice of the restoration of
normal conditions as soon as possible.

16.7. Any period within which a Party shall, pursuant to this


Contract, complete any action or task, shall be extended for a period
equal to the time during which such Party was unable to perform
such action as a result of Force Majeure.

16.8. During the period of their inability to perform the Services as


a result of an event of Force Majeure, the PMC, upon instructions
by the Client, shall either:
(a) demobilize, in which case the PMC shall be reimbursed
for additional costs they reasonably and necessarily
incurred, and, if required by the Client, in reactivating the
Services; or
(b) continue with the Services to the extent reasonably
possible, in which case the PMC shall continue to be paid
under the terms of this Contract and be reimbursed for
additional costs reasonably and necessarily incurred.
16.9. In the case of disagreement between the Parties as to the
existence or extent of Force Majeure, the matter shall be settled
according to Clauses GCC 36 & 37.

17. Suspension 17.1. The Client may, by written notice of suspension to the PMC,
suspend all payments to the PMC hereunder if the PMC fails to
perform any of its obligations under this Contract, including the
carrying out of the Services, provided that such notice of suspension
(i) shall specify the nature of the failure, and (ii) shall request the
PMC to remedy such failure within a period not exceeding thirty
(30) calendar days after receipt by the PMC of such notice of
suspension.

18. Termination 18.1 This Contract may be terminated by either Party as per
provisions set up below:
a. By the Client 18.1.1. The Client may terminate this Contract in case of the
occurrence of any of the events specified in paragraphs (a)
through (f) of this Clause. In such an occurrence the Client
shall give at least thirty (30) calendar days’ written notice of

Page 57 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

termination to the PMC in case of the events referred to in (a)


through (d); at least sixty (60) calendar days’ written notice in
case of the event referred to in (e); and at least five (5) calendar
days’ written notice in case of the event referred to in (f):
(a) If the PMC fails to remedy a failure in the performance of
its obligations hereunder, as specified in a notice of
suspension pursuant to Clause GCC 17;
(b) If the PMC becomes insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or
take advantage of any law for the benefit of debtors or go
into liquidation or receivership whether compulsory or
voluntary;
(c) If the PMC fails to comply with any final decision
reached as a result of arbitration proceedings pursuant to
Clause GCC 37.1;
(d) If, as the result of Force Majeure, the PMC is unable to
perform a material portion of the Services for a period of
not less than sixty (60) calendar days;
(e) If the Client, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract;
18.1.2. Furthermore, if the Client determines that the PMC
has engaged in corrupt, fraudulent, collusive, coercive or
obstructive practices, in competing for or in executing the
Contract, then the Client may, after giving fourteen (14)
calendar days written notice to the PMC, terminate the PMC's
employment under the Contract.
b. By the PMC 18.1.3. The PMC may terminate this Contract, by not less
than thirty (30) calendar days’ written notice to the Client, in
case of the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause.
(a) If the Client fails to pay any money due to the PMC
pursuant to this Contract and not subject to dispute
pursuant to Clause GCC 37.1 within forty-five (45)
calendar days after receiving written notice from the PMC
that such payment is overdue.
(b) If, as the result of Force Majeure, the PMC is unable to
perform a material portion of the Services for a period of
not less than sixty (60) calendar days.
(c) If the Client fails to comply with any final decision
reached as a result of arbitration pursuant to Clause GCC
37.1.
(d) If the Client is in material breach of its obligations

Page 58 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

pursuant to this Contract and has not remedied the same


within forty-five (45) days (or such longer period as the
PMC may have subsequently approved in writing)
following the receipt by the Client of the PMC’s notice
specifying such breach.
c. Cessation of 18.1.4. Upon termination of this Contract pursuant to Clauses
Rights and GCC 11 or GCC 18 hereof, or upon expiration of this Contract
Obligations pursuant to Clause GCC 13, all rights and obligations of the
Parties hereunder shall cease, except (i) such rights and
obligations as may have accrued on the date of termination or
expiration, (ii) the PMC’s obligation to permit inspection,
copying and auditing of their accounts and records set forth in
Clause GCC 23, and (iv) any right which a Party may have
under the Applicable Law.

d. Cessation of 18.1.5. Upon termination of this Contract by notice of either


Services Party to the other pursuant to Clauses GCC 18a or GCC 18b,
the PMC shall, immediately upon dispatch or receipt of such
notice, take all necessary steps to bring the Services to a close
in a prompt and orderly manner and shall make every
reasonable effort to keep expenditures for this purpose to a
minimum. With respect to documents prepared by the PMC
and equipment and materials furnished by the Client, the PMC
shall proceed as provided, respectively, by Clauses GCC 25.

e. Payment 18.1.6. Upon termination of this Contract, the Client shall


upon make the following payments to the PMC:
Termination
(a) payment for Services satisfactorily performed prior to the
effective date of termination; and
(b) in the case of termination pursuant to paragraphs (d) and
(e) of Clause GCC 18.1.1, reimbursement of any
reasonable cost incidental to the prompt and orderly
termination of this Contract

C. Obligations of the Consultant

19. General
a. Standard of 19.1 The PMC shall perform the Services and carry out the
Performance Services with all due diligence, efficiency and economy, in
accordance with generally accepted professional standards and
practices, and shall observe sound management practices, and employ
appropriate technology and safe and effective equipment, machinery,
materials and methods. The PMC shall always act, in respect of any
matter relating to this Contract or to the Services, as a faithful adviser
to the Client, and shall at all times support and safeguard the Client’s
legitimate interests in any dealings with the third parties.
19.2. The PMC shall deploy such qualified and experienced

Page 59 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

professionals and agency as are required to carry out the Services.


19.3. The PMC may subcontract part of the Services, however the
PMC shall retain full responsibility for the Services.

b. Law 19.4. The PMC shall perform the Services in accordance with the
Applicable to Contract and the Applicable Law and shall take all practicable steps
Services to ensure that it comply with the Applicable Law.
19.5. Throughout the execution of the Contract, the PMC shall
comply with the import of goods and services prohibitions in the
Client’s country when
(a) as a matter of law or official regulations, the Borrower’s
country prohibits commercial relations with that country;
or
19.6. The Client shall notify the PMC in writing of relevant local
customs, and the Consultant shall, after such notification, respect such
customs.
20. Conflict of 20.1. PMC shall hold the Client’s interests paramount, without any
Interests consideration for future work, and strictly avoid conflict with other
assignments or their own corporate interests.
a. PMC Not to 20.1.1 The payment of the Consultant pursuant to GCC
Benefit from (Clauses GCC 30 through 34) shall constitute the PMC’s only
Commissions, payment in connection with this Contract and PMC shall not
Discounts, etc. accept for its own benefit any trade commission, discount or
similar payment in connection with activities pursuant to this
Contract or in the discharge of its obligations hereunder
20.1.2 Furthermore, if the PMC, as part of the Services, has
the responsibility of advising the Client on the procurement of
goods, works or services, the PMC shall comply with such
responsibility in the best interest of the Client. Any discounts
obtained by the PMC in the exercise of such procurement
responsibility shall be for the account of the Client.

c. Prohibition of 20.1.3 The PMC shall not engage either directly or


Conflicting indirectly, in any business or professional activities that would
Activities conflict with the activities assigned to them under this
Contract.
21. Liability of the 21.1 Subject to additional provisions, if any, set forth in the SCC,
PMC the PMC’s liability under this Contract shall be provided by the
Applicable Law.
22. Insurance to be 22.1 The PMC (i) shall take out and maintain, at its own cost but
Taken out by on terms and conditions approved by the Client, insurance against the
the PMC risks, and for the coverage specified in the SCC, and (ii) at the
Client’s request, shall provide evidence to the Client showing that
such insurance has been taken out and maintained and that the current

Page 60 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

premiums therefore have been paid.


23. Accounting, 23.1 The PMC shall keep, and shall make all reasonable efforts to
Inspection and to keep, accurate and systematic accounts and records in respect of
Auditing the Services and in such form and detail as will clearly identify
relevant time changes and costs.
23.2 The PMC shall permit, the client auditors/ other statutory
auditors to inspect the Site and/or all accounts and records relating to
the performance of the Contract and the submission of the Proposal
to provide the Services, and to have such accounts and records
audited by auditors appointed of the client.
24. Reporting 24.1 The PMC shall submit to the Client the reports and documents
Obligations specified in Appendix A, in the form, in the numbers and within the
time periods set forth in the said Appendix.
25. Proprietary 25.1 All reports and relevant data and information such as maps,
Rights of the diagrams, plans, databases, other documents and software, supporting
Client in records or material compiled or prepared by the PMC for the Client in
Reports and the course of the Services shall remain the absolute property of the
Records Client. The PMC shall, not later than upon termination or expiration
of this Contract, deliver all such documents to the Client, together
with a detailed inventory thereof. The PMC may retain a copy of such
documents, data and/or software but shall not use the same for
purposes unrelated to this Contract.

D. Obligations of the Client

26. Assistance and 26.1 Unless otherwise specified in the SCC, the Client shall use its
Exemptions best efforts to:
(a) Assist the PMC with obtaining work permits and such other
documents as shall be necessary to enable the PMC to perform
the Services.
(b) Provide to the PMC any such other assistance as may be
specified in the SCC.
27. Access to 27.1 The Client warrants that the PMC shall have, free of charge,
Project Site unimpeded access to the project site in respect of which access is
required for the performance of the Services.

28. Change in the 28.1 If, after the date of this Contract, there is any change in the
Applicable Law applicable law in the Client’s country with respect to taxes and duties
Related to which increases or decreases the cost incurred by the PMC in
Taxes and performing the Services, then the fee payable to the PMC under this
Duties Contract shall be increased or decreased accordingly by agreement
between the Parties hereto, and corresponding adjustments shall be
made to the Contract price.

Page 61 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

29. Payment 29.1 In consideration of the Services performed by the PMC under
Obligation this Contract, the Client shall make such payments to the Consultant
for the deliverables specified in the contract

E. Payments to the Consultant

30. Contract Price 30.1 The Contract price is percentage of the total cost set forth in
the SCC.

31. Taxes and 31.1 The PMC is responsible for meeting any and all tax liabilities
Duties arising out of the Contract unless it is stated otherwise in the SCC.

32. Currency of 32.1 Any payment under this Contract shall be made in the
Payment currency(ies) of the Contract.

33. Mode of Billing 33.1 Payment under this contract will be made as stated in the
and Payment SCC.
34. Interest on 34.1 If the Client had delayed payments beyond fifteen (30) days
Delayed after the due date interest shall be paid to the PMC on any amount
Payments due by, not paid on, such due date for each day of delay at the annual
rate of 8% per annum for each day of delay.

F. Fairness and Good Faith

35. Good Faith 35.1 The Parties undertake to act in good faith with respect to
each other’s rights under this Contract and to adopt all reasonable
measures to ensure the realization of the objectives of this Contract.

G. Settlement of Disputes

36. Amicable 36.1 The Parties shall seek to resolve any dispute amicably by
Settlement mutual consultation.
36.2 If either Party objects to any action or inaction of the other
Party, the objecting Party may file a written Notice of Dispute to the
other Party providing in detail the basis of the dispute. The Party
receiving the Notice of Dispute will consider it and respond in
writing within fourteen (14) days after receipt. If that Party fails to
respond within fourteen (14) days, or the dispute cannot be amicably
settled within fourteen (14) days following the response of that Party,
Clause GCC 37.1 shall apply.
37. Dispute 37.1 Any dispute between the Parties arising under or related to
Resolution this Contract that cannot be settled amicably may be referred to by
either Party to the adjudication/arbitration in accordance with the
provisions specified in the SCC.

Page 62 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Special Conditions of Contract

Number of GC Amendments of, and Supplements to, Clauses in the General


Clause Conditions of Contract

4.1 The language is: English

6.1 and 6.2 The addresses are:

Client :
Office of the Development Commissioner (MSME),Ministry of Micro,
Small and Medium Enterprises, Government of India,7th Floor, A-
Wing, Nirman Bhawan, Maulana Azad Road,
New Delhi-110108
Attention : Shri Sanjeev Chawla, Director
Tel: +91-11 23061178;
E-mail : schawla@dcmsme.gov.in

PMC:
………………………………..
…………………………………

8.1 The Authorized Representatives are:

For the Client:


………………………………….
………………………………………..
…………………………………..

For the PMC:


…………………………………
…………………………………
…………………………………

10.1 The effectiveness condition of the contract is: the date of signing of
the contract.

11.1 Termination of Contract for Failure to Become Effective:

The time period shall be one month.

12.1 Commencement of Services:

PMC shall commence the services within 10 (ten) days from date of
signing of the contract

13.1 Expiration of Contract:

Page 63 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

The time period shall be three Years.


Time Period may be extended further by client after discussion with
PMC

15.1 The scope for downstream work: Yes

Page 64 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

21.1
“Limitation of the PMC’s Liability towards the Client:
(a) Except in the case of gross negligence or willful misconduct on the
part of the PMC in carrying out the Services, the PMC, with
respect to damage caused by the PMC to the Client’s
property, shall not be liable to the Client:
(i) for any indirect or consequential loss or damage; and
(ii) for any direct loss or damage that exceeds two times
the total value of the Contract;
(b) This limitation of liability shall not
(i) affect the PMC’s liability, if any, for damage to Third Parties
caused by the PMC;
(ii) be construed as providing the PMC with any limitation or
exclusion from liability which is prohibited by the “Applicable
Law”,

22.1 The insurance coverage against the risks shall be as follows:

(a) Professional liability insurance, with a minimum coverage of an


amount equivalent to twice the value of the contract in relevant
currencies

(b) Third Party motor vehicle liability insurance in respect of motor


vehicles operated in the Client’s country by the Consultant or its
Experts or Sub-consultants, with a minimum coverage of As per
Indian Motor Vehicles Act.

(c) Third Party liability insurance, with a minimum coverage of as


per applicable law.

26.1(b) - Approved list Location of New Technology Centres


- Access to various Technology Centre project sites and plot
details
- Assistance in organizing stakeholder discussions for DPR,
machine specifications etc

30.1 The Contract price is quoted as percentage of the total Project cost

GST shall be paid extra as applicable

31.1 Income Tax will be deducted at source as per the prevailing Income Tax
Rules.

Page 65 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

33.1 The payment schedule:

The payment under the Contract will be as under:


I. 10% of the PMC fee for the first year will be paid as advance on
signing of agreement
II. 10% of the PMC fee will be paid on preparation & Submission and
acceptance of Master Plan and Preliminary Estimate (PE)
(Proportional amount will be released for each TC).
III. 10% of the PMC fee will be paid on preparation of
Tender/Purchase Orders for Equipment & Machines and
acceptance of Detailed estimate for same (Proportional amount
will be released for each TC).
IV.10% of the PMC fee will be paid on award of the Work for
execution and/or Purchase Order for Equipment/Machines
(Proportional amount will be released quarterly based on total
awarded works/POs for each TC)
V. 50% of the PMC fee will be made on quarterly basis on percentage
of Overall Progress achieved on the project,
VI. 10% of the PMC fee will be based on completion of civil
infrastructure and Equipment/machine commissioning.
Proportional amount will be released on handing over of each TC,
VII. 10% of the PMC fee will be released on completion of Defect
liability Period. Proportional amount will be released on
completion of defect liability period of each TC (d) For the
purpose of payment under Clause 6.3 (b) above, acceptance means;
acceptance of the deliverables by the Client after submission by
the Consultant with / without modifications to be communicated in
writing by the Client to the consultant.

Advance Payment shall be set off proportionately against each


invoice of the PMC fee.

Payment to PMC will be made within forty-five (45) calendar days


after receiving written certificate of completion of milestones and
invoice.

All payments under this Contract shall be made to the accounts of


the PMC. Account details to be provide at the contract signing
stage.

Page 66 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

37.1 Disputes shall be settled by arbitration in accordance with the


following provisions:
1. Selection of Arbitrators. Each dispute submitted by a Party to
arbitration shall be heard by a sole arbitrator or an arbitration
panel composed of three (3) arbitrators, in accordance with the
following provisions:

(a) Where the Parties agree that the dispute concerns a technical
matter, they may agree to appoint a sole arbitrator or, failing
agreement on the identity of such sole arbitrator within thirty
(30) days after receipt by the other Party of the proposal of a
name for such an appointment by the Party who initiated the
proceedings, either Party may apply to the President, The
Institution of Engineers (India), New Delhi chapter for a list
of not fewer than five (5) nominees and, on receipt of such
list, the Parties shall alternately strike names therefrom, and
the last remaining nominee on the list shall be the sole
arbitrator for the matter in dispute. If the last remaining
nominee has not been determined in this manner within sixty
(60) days of the date of the list, President, The Institution of
Engineers (India), New Delhi chapter shall appoint, upon
the request of either Party and from such list or otherwise, a
sole arbitrator for the matter in dispute.

(b) Where the Parties do not agree that the dispute concerns a
technical matter, the Client and the Consultant shall each
appoint one (1) arbitrator, and these two arbitrators shall
jointly appoint a third arbitrator, who shall chair the
arbitration panel. If the arbitrators named by the Parties do
not succeed in appointing a third arbitrator within thirty (30)
days after the latter of the two (2) arbitrators named by the
Parties has been appointed, the third arbitrator shall, at the
request of either Party, be appointed by The Secretary,
Indian Council of Arbitration, New Delhi

(c) If, in a dispute subject to paragraph (b) above, one Party fails
to appoint its arbitrator within thirty (30) days after the other
Party has appointed its arbitrator, the Party which has named
an arbitrator may apply to The Secretary, Indian Council of
Arbitration, New Delhi to appoint a sole arbitrator for the
matter in dispute, and the arbitrator appointed pursuant to
such application shall be the sole arbitrator for that dispute.

2. Rules of Procedure. Except as otherwise stated herein, arbitration


proceedings shall be conducted in accordance with the rules of
procedure for arbitration of the Indian Arbitration Act 1996, as in
force on the date of this Contract.

3. Substitute Arbitrators. If for any reason an arbitrator is unable to

Page 67 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

perform his/her function, a substitute shall be appointed in the


same manner as the original arbitrator.

5. Miscellaneous. In any arbitration proceeding hereunder:

(a) proceedings shall, unless otherwise agreed by the Parties, be


held in New Delhi India
(b) English language shall be the official language for all
purposes; and
(c) the decision of the sole arbitrator or of a majority of the arbitrators
(or of the third arbitrator if there is no such majority) shall be final and
binding and shall be enforceable in any court of competent jurisdiction,
and the Parties hereby waive any objections to or claims of immunity in
respect of such enforcement.

Page 68 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Appendices
APPENDIX - A
DESCRIPTION OF SERVICES
[Give Note: This Appendix will include the final Terms of Reference worked out by the "Client" and the PMC
during technical negotiations, dates for completion of various tasks,, specific tasks/activities/outcome,
Schedules, Reporting format and frequency as approved by "Client", etc.]

Appendix B:
Financial bid submitted by the bidder.

Appendix C:
Any other document

Page 69 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

Section VIII- Formats

Page 70 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

a. Format for Power of Attorney

Know all men by these presents, We___________________________________ (name of


the company and address of the registered office) do hereby irrevocably constitute,
nominate, appoint and authorize Mr./Ms. (Name), __________________ son/daughter/wife
of ________________________ and presently residing at________________________,
who is [presently employed with us and holding the position of
________________________], as our true and lawful attorney (hereinafter referred to as the
“ attorney”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our Proposal for
Selection of Project Management Consultant(PMC) to provide “services for planning,
design and monitoring of civil infrastructure, procurement of machines, contract
management and providing implementation & monitoring support in establishment of 20
Technology Centres across India.” including but not limited to signing and submission of
all applications, proposals and other documents and writings, participate in Pre-proposal
and other conferences and providing information/ responses to the Development
Commissioner, Ministry of MSME, Government of India, representing us in all matters
before Development Commissioner, signing and execution of all contracts including the
License Agreement and undertakings consequent to acceptance of our proposal, and
generally dealing with Development Commissioner in all matters in connection with or
relating to or arising out of our proposal for the said Project and/ or upon award thereof to us
and/or till the entering the Agreement with Development Commissioner.
AND, we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things lawfully done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and shall
always be deemed to have been done by us.
IN WITNESS WHEREOF, WE,___________________, THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS
____________ DAY OF, 2019.
For ……………………………
(Signature)
(Name, Title & Address)
Witness:
1. [Notarized]
Accepted
Signature
(Name, Title & Address of the Attorney)

Page 71 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

b. Bidder’s Affidavit for Blacklisting


(To be swore on a non-judicial stamp paper of Rs.10/-)
AFFIDAVIT
*I/ We________________________________ *Director/ Proprietor/ Authorized Signatory
of ______________________________________________ (mention name of
firm/company and complete address) do hereby solemnly affirm and declare as under:

1. That *I/We *am/are registered as _____________________________ (name of


*firm/company) vide registration No. __________________ under the provisions of
_________________________ (mention the name of the Act).

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


for engagement of Project Management Consultant (PMC) for establishment of 20 Technology
Centres across India.” Issued by the Development Commissioner, Ministry of MSME,
Government of India, New Delhi

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

DEPONENT

VERIFICATION

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

Verified at ______________________________________________2019. this day of


DEPONENT

Page 72 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

c. Format for Performance Security Bank Guarantee


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

In consideration of the Development Commissioner, Ministry of MSME, Government of


India, having offered to accept the terms and conditions of the proposed agreement between
and (hereinafter called “the said PMC” name of the work (hereinafter called “the said
consultancy agreement”) having agreed to production of an irrevocable bank guarantee for
Rs-----------(Rupees ------------------------------Only) as a security/ guarantee from the PMC
for compliance of his obligations in accordance with the terms and conditions in the said
consultancy agreement.
1. We (hereinafter referred to as the “Bank”) hereby undertake to (indicate the name of the
Bank) _________________________________ pay to the Development Commissioner,
Ministry of MSME, Government of India, New Delhi an amount not exceeding Rs.-------
------------- (Rupees--------------------------------- only) on demand by the Development
Commissioner, Ministry of MSME, Government of India, New Delhi.

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

3. We, the said bank, further undertake to pay to the Development Commissioner, Ministry
of MSME, Government of India, New Delhi any money so demanded not withstanding any
dispute or disputes raised by the PMC in any suit or proceeding pending before any Court or
Tribunal relating thereto, our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge of our liability for
payment thereunder, and the contractor(s) shall have no claim against us for making such
payment.

4. We further agree that the Guarantee herein contained shall (indicate the name of the
Bank) _________________________________ remain in full force and effect during the
period that would be taken for the performance of the said consultancy agreement, and it
shall continue to be enforcement till all the dues of the Development Commissioner,
Ministry of MSME, Government of India, New Delhi under or by virtue of the said
consultancy agreement have been fully paid, and its claims satisfied or discharges, or till the,
Development Commissioner office, certifies that the terms and conditions of the said

Page 73 of 74
Selection of Project Management Consultant (PMC) for Establishment of 20 new Technology Centres

consultancy agreement have been fully and properly carried out by the said PMC and
accordingly discharges this guarantee.

5. We further agree with the Development Commissioner, Ministry of MSME, Government


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

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

7. We lastly undertakes not to revoke this Guarantee except with (indicate the name of the
Bank) ______________________________ the previous consent of the Development
Commissioner, Ministry of MSME, Government of India in writing.

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


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

Dated---------------------------- the day ------------------------------- off for -------------------------

(Indicate the name of the Bank)

Page 74 of 74

You might also like