You are on page 1of 23

General Insurance Corporation of India

Suraksha, 170, J. Tata Road,


Chruchgate, Mumbai – 400020

Notice Inviting Tender (NIT)


For
Appointment of Landscape Architect/Consultant for Design and
Development of Vertical Garden and Terrace Garden
At
GIC’s Head Office at Suraksha, 170, J. Tata Road, Churchgate, Mumbai

Tender No. 2019-20/28

SR. No Description of Items Remarks


1. Date of Publication of tender 09.05.2019
2. Date of Pre-Bid Meeting & Site Survey 15.05.2019 at 11:00hrs
3. Last Date of Submission 22.05.2019 up to 11:00hrs
4. Date & Time of opening Technical Bid 22.05.2019 at 11:30hrs
5. Date & Time of opening Financial Bid 24.05.2019 at 11:30hrs
6. Earnest Money Deposit (EMD) NIL

[1]
SECTTION-I
Notice Inviting Tender for Appointment of Landscape Architect/Consultant for
Design and Development of Vertical Garden and Terrace Garden at GIC’s Head
Office

Tender No. 2019-20/28

“General Insurance Corporation of India” hereinafter referred to as ‘GIC Re’ or


‘Corporation’ is a Government of India Company having its registered & Head office
at “Suraksha”, 170, J. Tata Road, Churchgate, Mumbai invites this Notice Inviting
Tener (NIT) for Appointment of Landscape Architect/Consultant for Design and
Development/Setup of Bio-Vertical Wall/Garden and Terrace Garden at GIC Re’s
Head Office, “Suraksha”.

This Notice Inviting Tender – NIT which shall include all attachments and annexures
hereto as well as all amendments, addendums, modifications and alteration hereto
to bidders, to enable them to participate in the competitive bidding. The tender
complete in all respect shall be submitted to GIC Re on or before the scheduled date
and time of bid submission. Tenderers / Bidders shall strictly adhere to the time
schedule mentioned in this tender document. The selected bidder has to execute
the said work as per the prescribed terms and conditions of the tender. Duly signed
and sealed tender complete in all respect shall be submitted to GIC Re The last date
of submission of tender is 22.05.2019 up to 11:00hrs.
The Pre-Bid meeting will be held at 11:00hrs on 15.05.2019 at GIC Re’s Head Office
‘Suraksha’, J. Tata Road, Churchgate , Mumbai. The clarifications being sought in the
pre-bid meeting shall be submitted in writing through e -mail or letter. All the
clarifications of the pre-bid meeting will be part of tender and any
corrigendum/addendum/pre-bid clarifications etc. will be uploaded only on website.
The bidders are advised to attend the pre -bid meeting and also conduct a site survey
to satisfy themselves about the overall feasibility of the work. The site survey will
be held on 15.05.2019 after the pre-bid meeting.

Technical bids will be opened on 22.05.2019 at 11:30hrs and the Financial Bid of
technically qualified bidders will be opened on 24.05.2019 at 11:30hrs.

The bidders may note the bid shall remain valid and open for acceptance for 60 days
from the date of opening of technical bid.
The successful bidder shall execute an agreement with GIC Re in accordance with
the standard format enclosed within 10 days from the date of acceptance of the
offer.

Applications containing false and/ or incomplete information are liable for rejection.

The Corporation reserves the right to reject any or all offers without assigning any
reason. The Corporation may decide not to avail of any services from any bidder as
a consequence of this tender. The corporation also reserves the right to reissue or
recommence the entire bid process without the vendors having the right to object.

[2]
Any decision of the Corporation in this regard shall be final, conclusive and binding on
the Bidders.
Yours faithfully,

Sd/-

Assistant General Manager


Office Services Department

[3]
Scope of Work

GIC Re is head-quartered at “Suraksha” Building, which is a 07 story (G+6) building and


has Atrium at its center. This atrium is used for hosting various events at GIC Re . GIC
Re intends to setup a Bio-Vertical Garden/Wall at the Atrium. In addition to this
“Suraksha” has gardens at balconies at the top floor which need to be revamped
completely. For this GIC re intends to engage a Landscape Architect who can render
services for design and development of Vertical Garden and for developing/revamping
the gardens at the topmost floor.

The selected firm will undertake the services as specified in this NIT for Appointment
of Landscape Architect for Design and Development/Setup of Vertical Garden and
Terrace Garden at GIC Re’s Head Office, “Suraksha” .

The scope of service includes, but is not limited to, any or all activities incidental to and
required for the development of the proposal at each stage which shall include the
following:

1. Carry out site analysis and prepare Conceptual design for the Vertical garden and
terrace gardens with reference to Corporation’s requirement and rough cost
estimate for the project.

2. Modify the conceptual design incorporating required changes as per site


condition and prepare the drawings, sketches etc. for the Corporation’s approval
along with preliminary cost estimate. Advise on type and nature of plants to be
used as per the site condition and finalize the requirement.

3. Prepare & Submit working drawings, technical specifications , schedule of


quantities and detailed estimate of cost for Corporation’s financial approval.

4. Prepare tender document and contract document including code of practice


covering aspects like mode of measurement, methods of payments, quality
control procedures on materials and works and other conditions of contract.

5. Assist Corporation in evaluation of bids and submit the recommendations for


eligible bidders, analyze the comparative statement of bids thereon, together
with recommendations specifying abnormally high and low rated items and
arrange award of works to L1 bidder after successful completion of tendering
process.

6. Supervise and monitor the execution of the work. Carry out regular site visits to
inspect and evaluate progress of work, assure quality and adherence to
specification. The Architect/consultant shall carry out minimum one (01) site
visit per week during the execution of work.

7. Certify the interim and final bill submitted by the contractor during the
execution of the project and issue virtual and final completion certificate for the
work.

[4]
SECTION - II

INSTRUCTIONS TO THE BIDDERS

1. BINDING TO ALL TERMS AND CONDITIONS


The bidders are advised to submit the tenders strictly based on the terms and
conditions and specifications contained in the NIT/ tender document including
amendments, if any, issued by GIC Re prior to submission of tender. The formats
prescribed in the tender documents should be scrupulously followed by the bidders.
Tender bids that do not comply with the terms and conditions are liable to be rejected.
The Bidder must take due care and caution in this regard. In case there appears to
be any ambiguity, the same should be enquired through e -mail only before the last
date of receipt of queries regarding tender.

2. METHOD/MODE OF TENDER SUBMISSION:


Sealed tenders in the prescribed format and adhering to the terms and conditions
of the NIT/ tender document shall be submitted to GIC Re on or before the
scheduled date and time of bid submission. Tender received after the hour and date
so fixed shall not be considered.
There shall be three envelopes in total:
1. Envelope 1: Containing Technical Bid
2. Envelope 2: Containing Financial Bid
3. Envelope 3: Containing Envelope 1 and Envelope 2

Envelope No. 1 shall contain Technical Bid as per Annexure - V duly filled and signed
in all respects. This envelope must be super -scribed as “Technical Bid for
Appointment of Landscape Architect/Consultant for Design and Development of
Vertical Garden and Terrace Garden at GIC Re’s Head Office, “Suraksha” .
Envelope No. 2 shall contain Financial Bid duly filled and signed in all respect
(conditions, if any mentioned in this envelope shall not be taken into consideration
for evaluation of tender and conditional bids will be outrightly rejected). This
envelope must be super-scribed as “Financial Bid for Appointment of Landscape
Architect/Consultant for Design and Development of Vertical Garden and Terrace
Garden at GIC Re’s Head Office, “Suraksha” .
Both the Envelopes shall be sealed and kept in the main envelope no. 3.
Envelope No. 3 shall contain the above two envelopes and shall be super -scribed
as “Tender for Appointment of Landscape Architect/Consultant for Design and
Development of Vertical Garden and Terrace Garden at GIC Re’s Head Office,
“Suraksha”. and shall be addressed to :
Assistant General Manager – OSD, General Insurance Corporation of India,
Suraksha, 170, J. Tata Road, Churchgate, Mumbai- 400020

The Sealed tender shall be dropped in the tender box present at the “ Office Services
Department, GIC of India, 2 n d floor, “Suraksha”, 170, J. Tata Road, Churchgate,

[5]
Mumbai – 400020”. The tender box shall be sealed at t he cut-off time for
submission of tender.
No other mode of tender submission shall be considered, and tenders present in
the tender box shall only be evaluated. It is sole responsibility of the
tenderer/bidder to ensure that the tenders are dropped in the tender box before
the cutoff time for tender submission.
The declaration form as per the Annexure – I, shall be made on the letter head of
the bidder’s company or firm, duly signed by authorized official along with the seal
of body corporate.
Documentary evidence for all Pre-Qualification criteria (PQC) needs to be submitte d
with the technical bid. Further , on request original documents should be produced
failing which the bid/tender is liable to be rejected.
The Technical bid (Annexure -V) should be on the letter head of the bidder’s
company or firm, duly signed by authorized official along with the body corporate’s
seal along with all the necessary supporting documents as described in this NIT.

3. Pre-Qualification / Eligibility Criteria

PQC1 . Annexure III providing the basic details of the bidder .


PQC2 . The bidder must have a valid PAN Card in the name of the firm. A Copy of
PAN Card to be submitted.

PQC3 . The bidder must have a valid GST Certificate. A Copy


PQC4 . The bidder must be Proprietary/Partnership Firm/Private Ltd. Co./Public Ltd.
Co.

PQC5. The bidder must have Shop and Establishment act. License or any other
Govt./statutory license.

PQC6 . The bidder must have a landscape Architect work ing full time with their firm
and the Architect must be registered with the Council of Architecture. Proof of same
must be provided along with certificate of registration from COA.

PQC7 . The Landscape Architect associated with the firm must have at-least 10 years
of experience in the field of landscaping. Details of the same shall be provided.

PQC8 . The bidder must have vertical garden experience of atleast one work of 750
sft or above OR two works of 500 sft or above OR three works of 300 sft or above.
Provide details as per annexure IV along with Documentary evidence for the sam e.

PQC9 . The bidder must submit IT returns for the latest three (03) assessment years.
PQC10 . The bidder shall have a clean track record and they shall not have any
involvement in illegal activities or financial frauds. The bidder who is black listed
or temporarily debarred (during the debarred period) need not apply and will not
be considered for this contract.

[6]
4. OPENING AND PROCESSING OF TENDERS:

1. The bids received shall be opened (technical bid opening) on the scheduled date
and time at the address (mentioned in the covering page of this NIT/ tender
document) in the presence of those bidders who have submitted the bid and wish
to remain present.
2. The documents submitted by the bidders in the technical bid shall be evaluated
by the Technical Committee of GIC Re.
3. Bidders who satisfies the Pre-qualification/eligibility criteria would be
shortlisted for opening of financial bid.
4. Financial bids shall be opened on the speci fied date and time of only those
bidders who have been short-listed. The authorized representative of shortlisted
bidders who wish to remain present for financial bid opening should bring a letter
on body corporate’s letterhead authorizing him to attend th e Financial bid opening.
5. The bidder with the lowest quote will be identified as the successful bidder .
This procedure is subject to changes and the procedure adopted by GIC for opening
the tender shall be final and binding on all the parties .

5. GENERAL TERMS
1. The agreement shall be in force until the settlement of the invoices in respect
the consultancy services provided the Consultant to the Corporation.
2. If at any point of time, the services of bidder are found to be non-satisfactory
the contract will be terminated, giving written notice in advance.
3. The Bidder cannot subcontract the work at any stage.
4. The Bidder will treat confidential data and information about GIC Re obtained
in the execution of this tender including any business, technical or financial
information, in strict confidence and shall not reveal such information to any
other party.
5. The tender and all supporting documentation submitted by the bidder as part
of NIT shall become the property of GIC Re.
6. Amendments/Corrigendum to the tender document, if any, would be hosted on
our website only.
7. NIT Queries may be communicated to the designated e -mail
osd@gicofindia.com and response to query will be uploaded on the GIC Re
website http://www.gicofindia.com. No queries will be accepted on
telephone or through any means other than e-mail. The last date for receipt
of queries is 17.05.2019.
8. Correct & complete technical information must be fil led in the bids. Filling
up of the information using terms such as “OK”, “Accepted”, “Noted”, “As
given in Brochure/Manual”, “negotiable”, “to be discussed” is not

[7]
acceptable. GIC Re may treat such bids/ tenders as not adhering to the NIT
guidelines and as unacceptable.
9. Any financial bid incomplete in any respect or deviating from the specified
format would not be considered.
10. Deficient documents shall not be submitted to GIC Re. The bidders are advised to
submit all the necessary self-attested duly stamped/sealed documents in
support of their experience/credentials. Clarifications with respect to the
documents already submitted by the bidders shall be sought wherever
required. Non- submission of specified documents shall lead to disqualification.
GIC Re’s decision in this regard is final, conclusive & binding upon all the
bidders.
11. Any effort made by the bidder to influence GIC Re in the evaluation / contract
award decision, may result in the rejection of the bid. It is GIC Re’s intent to
select the bid that is most advantageous to GIC Re and each bid will be
evaluated using the criteria and process outlined.
12. GIC Re reserves the right to:
a) Accept / reject any or all of the bids submitted by a bidder, without assigning
any reasons thereof.
b) Add, modify, relax or waive off any condition(s) stipulated in the bid
whenever deemed necessary.
13. It is understood that the bidder has read all the terms and conditions before
submitting his/her bid.
14. A Bidder shall submit only one proposal/bid, either individually or as a joint
venture in another proposal/bid. If a Bidder including a joint venture partner
submits or participates in another proposal/bid, all such proposals/bids shall
be disqualified.
15. In case of any tender-related queries, Kindly contact us at:

General Insurance Corporation of India,


OS Department, 2nd Floor, Suraksha,170, J. Tata Road,
Churchgate, Mumbai-400 020.
Phone: +91-22-2286 7241,7242, E-mail:osd@gicofindia.com

6. PRE-BID MEETING
1. A pre-bid meeting of the interested bidders will be held on 15.05.2019 at
11.00 a.m. at the following address :
General Insurance Corporation of India,
170, Suraksha, J. Tata Road, Churchgate, Mumbai 400 020

2. The pre-bid meeting will be followed by the site survey. It is in interest of the
Bidder / tenderers to attend the pre -bid meeting and site survey.
3. If felt necessary, GIC Re reserves the right to make amendments/changes in
the tender. Those changes will be put on GIC Re’s website as CORRIGENDUM.
No separate communication to the bidders will be given in this regard.

[8]
7. SITE VISIT
1. Site survey for all the prospective bidders is arranged on the day of pre -bid
meeting . However, the bidders who wish to again visit the site, in connection
with concept design and presentation, may do so on working days of the
Corporation upto 17.05.2019 between 11 :00hrs to 13:00hrs with prior
communication to the Corporation. The site visi t shall be undertaken by the
bidders for developing the design at their own cost.

8. COMMUNICATION
1. All communications shall be in writing. In no case shall verbal communication
govern over written communication.
2. Bidder’s inquiries, questions, and requests for clarification related to this
tender are to be directed via e -mail to:
E-mail: osd@gicofindia.com
Telephone: 022-2286 7241/7242
3. Formal Communications shall include, but are not limited to:
a) Questions concerning this NIT: Questions must be submitted in writing via
the email address provided.
b) Errors and omissions in this NIT and improvements: Bidders shall bring to
notice of GIC Re, any discrepancies, errors, or omissions that may exist within
this Tender. With respect to this NIT, Bidders can recommend to GIC Re any
enhancements that might be in the best interests of GIC Re. These
recommendations must be submitted via e-mail and be received by
15.05.2018.
4. GIC Re shall provide a written response to each question or request for
clarification. Written responses will be uploaded on GIC Re Website. No other
means of communication other than notification/clarification on the GIC Re
website shall be provided.

9. BIDDER’S UNDERSTANDING OF THE NIT – NOTICE INVITING TENDER


In response to this NIT, the Bidder accepts the full responsibility to understand the
NIT in its entirety, and in detail, including making any inquiries to GIC Re as
necessary to gain such understanding. GIC Re reserves the right to disqua lify any
Bidder who demonstrates less than such understanding. Further, GIC Re reserves
the right to determine, at its sole discretion, whether the Bidder has
demonstrated such understanding. That right extends to cancellation of
contract/award if it has been made. Such disqualification and/or cancellation shall
be at no fault, cost, or liability whatsoever to GIC Re.

[9]
10. GOOD FAITH STATEMENT
All information provided by GIC Re in this NIT is offered in good faith. Individual items
are subject to change at any time. GIC Re makes no certification that any item is
without error. GIC Re is not responsible or liable for any resulting claims by use of
this information.

11. LAST DATE OF SUBMISSION


Tenders in full conformity with the aforesaid Terms and Conditions attached hereto
and forming part of the tender, should be submitted well before the bid submission
end date and time.
The tenders will be opened on 22.05.2019 at 11:30hrs. One representative of the
bidder, if they so desire, may remain present on the stipu lated date and time.
Financial bid of the technically qualified Bidder will be opened on 2 4.05.2019 at
11:30hrs.

12. CANCELLATION
Corporation reserves right to cancel / terminate the contract by giving prior
notice to the bidder without assigning any reasons thereof.

[10]
SECTION-III

ANNEXURE-I

DECLARATION FORM

I/We hereby solemnly declare that I/We have read and understood all the terms and
conditions of the NIT / tender for “Landscape Architect/Consultant for Design and
Development of Vertical Garden and Terrace Garden at GIC Re’s Head Office,
“Suraksha”.
I/We agree that the decision of the Corporation in selection of the Consultant will be
final and binding on me/us. The information/documents furnished along with the
application are true and authentic to the best of my knowledge and belief.
I/We am/are well aware of the fact that furnishing of any false information/fabricated
documents would lead to rejection of my Tender at any stage beside liabilities towards
prosecution under appropriate Law.

Having examined the Technical bid and Price Bid relating to the works specified in the
tender hereinafter set out, having visited and examined the site of the works specified
in the said tender and having acquired the requisite information re lating thereto as
affecting the tender, I/We hereby offer to execute the works specified in the said tender
within the time specified, at the rate mentioned in the Price Bid and in accordance in
all respects with the tender and with services as are provide d for, by and in all other
respects in accordance with such conditions so far as they may be applicable.

Should this tender be accepted, I/We hereby agree to abide by and fulfill the terms and
provisions or the said Conditions of Contract annexed hereto so far as they may be
applicable or in default thereof to forfeit the EMD and pay to the General Insurance
Corporation of India the amount mentioned in the said Conditions.

Decision of the Corporation in regard to selection of the consultants shall be final. The
Corporation is not bound to assign any reasons therefor.
All the above conditions are acceptable to me/us.

Place:
Date:

Signature of Authorized Signatory


Name in Block Letters:
Office Seal

[11]
Annexure - II
UNDERTAKING

To,
Assistant General Manager
General Insurance Corporation of India
Churchgate, Mumbai, India

Tender for “Landscape Architect/Consultant for Design and Development of Vertical


Garden and Terrace Garden at GIC Re’s Head Office, “Suraksha ”.

I/We agree to abide by the terms and conditi ons of the NIT/ tender.
I/We certify that we have never been involved in any illegal activity or financial frauds.
I/We certify that the facts mentioned in our response to the NIT/ tender are true,
complete and correct to the best of my/our knowledge and b elief. It is also certified
that we are/ were not black listed by any Government Department or undertaking of
the Government of India/state governments or an Indian Public Sector Undertaking or
no criminal case is registered/pending against us or our owner /partner anywhere in
India.
I/We certify that I/We have read and understood the terms and conditions of the NIT /
tender and will abide by them till the completion of the contract period.
I/We note that you are not bound to accept any or all bids you may receive.
I / We (inclusive of experts, personnel and sub -Bidders) certify that I/ we have no
business or family relationship with the personnel of GIC Re who are directly/indirectly
involved in any part of this tendering process for “Application for provid ing catering
services for GIC Re”.

Place:
Date:

Signature of Authorized Signatory


Name in Block Letters:
Office Seal

[12]
Annexure - III

Basic Information Form

S.No. Particulars Information to be furnished by the


bidder

1. Name of Bidder

2. Registered Address of Bidder

3. Phone no. with STD Code


E-mail id
4. Status of the Firm (proprietary/
Partnership Firm/Private Ltd.
Co./Public Ltd. Co.)

5. Names of Proprietor/Directors/ Partners


(as the case may be)

6. Address for all communications


during the execution of Project

7. Name of person(s) of contact with


Telephone/Mobile numbers and e -
mail id

Signature of Authorized Signatory


With Seal and Date

[13]
Annexure - IV
Details of Similar Works

SR. Name of Work Type of Work Name of Area Amount Completion


No. and Location (Vertical Garden / Organisation covered of the time
landscaping etc. ) or Owner project

Signature of Authorized Signatory


With Seal and Date

[14]
ANNEXURE - V

TECHNICAL BID

Following documents are to be uploaded:

Sr. No. Particulars

1. All Documents as sought in PQC – Pre-Qualification Criteria.

3. Information sought through various Annexures.

Date:
Place:

Signature & Seal of Consultant:


Registered Address:

[15]
Annexure - VI
FINANCIAL BID

Notice Inviting Tender for “Appointment of Landscape Architect/Consultant for


Design and Development of Vertical Garden and Terrace Garden at GIC Re’s
Head Office, “Suraksha”

Job Description Professional fees in Rs. (Lumpsum


Amount)

Consultancy services for Design and


Development / Setup of Vertical Garden &
Terrace Garden at Suraksha as per scope
of work given in NIT

Note:
1. GST/Taxes as applicable will be paid by the Corporation in addition to the
professional fees.
2. The bidder shall be outrightly rejected if the quotes are found to be
unreasonably low or NIL.

Date:
Place:

Signature & Seal of Consultant:


Registered Address:

[16]
AGREEMENT
FOR CONSULTANCY SERVICES
(To be executed on the stamp paper of minimum value INR 100/-)

This agreement made this on _________ between General Insurance Corporation


of India, having its registered and head office at ‘Suraksha’, 170, J. Tata Road,
Churchgate, Mumbai – 400020 (hereinafter called ‘The Corporation’ which expression
shall include its successors and assigns) of the one part and
________________________ addressed at ________________________ (Hereinafter
called ‘the Consultants” which expression shall include the present partners from time
to time as also their respective heirs, le gal representatives, administrators and assigns)
of the other part.

Whereas the Corporation intends is desirous of appointing the said Consultants as


Consultants for the said project hereinafter called as “ Design and Development of
Vertical Garden and Terrace Garden at GIC Re’s Head Office, “Suraksha” , 170, J. Tata Road,
Churchgate, Mumbai ” and

whereas the Consultants have accepted the said appointment by their letter _________.
Now, therefore, this agreement witnessed that __________________
are hereby appointed as the Consultants for of the said project referred above on
the following terms and conditions or all conditions stipulated in Notice inviting
tenders:

A) Consultants’ Services: The Consultants shall render the following services in


connection with and in regard to the said works:

1. Carry out site analysis and prepare Conceptual design for the Vertical garden and
terrace gardens with reference to Corporation’s requirement and rough cost
estimate for the project.

2. Modify the conceptual design incorpora ting required changes as per site
condition and prepare the drawings, sketches etc. for the Corporation’s approval
along with preliminary cost estimate. Advise on type and nature of plants to be
used as per the site condition and finalize the requirement.

3. Prepare working drawings, technical specifications, schedule of quantities and


detailed estimate of cost for Corporation’s financial approval.

4. Prepare tender document and contract document including code of practice


covering aspects like mode of measureme nt, methods of payments, quality
control procedures on materials and works and other conditions of contract.

[17]
5. Assist Corporation in evaluation of bids and submit the recommendations for
eligible bidders, analyze the comparative statement of bids thereon, to gether
with recommendations specifying abnormally high and low rated items and
arrange award of works to L1 bidder after successful completion of tendering
process.

6. Supervise and monitor the execution of the work. Carry out regular site visits to
inspect and evaluate progress of work, assure quality and adherence to
specification. The Architect shall carry out minimum one (01) site visit per week
during the execution of work.

7. Certify the interim and final bill submitted by the contractor during the
execution of the project and issue virtual and final completion certificate for the
work.

It is clearly understood that the consultant’s services includes Site Supervisor for
day to day supervision to ensure that the said works are being executed as per the
plans and designs/specifications given by the Consultant and provided for in the
contract agreement with the appointed contractor for various trades of the project,
monitoring of the project, checking the materials/works, getting various tests for
materials and works executed, correct measurements of works, initial scrutiny of
the contractor’s bills at the site and making recommendations to the Corporation .

B) CONDITIONS OF ENGAGEMENT
1. The Consultant shall render the services as mention in the clause (A) of this
agreement.

2. The Consultant shall exercise all reasonable skill, care and diligence in the
discharge of duties hereby covenanted to be performed by them and shall
exercise such general superintendence and inspection in regard to the said works
as may be necessary to ensure that the work being executed by the contractors
under day to day supervision of the SITE Supervisor is in accordance with the
working drawings and specifications given by them and that the work is free from
defects and deficiencies. In the event of their finding/observing any deviations
there from, they shall immediately bring it to the notice of the Corporation and
contractors in writing. The Consultants’ overall responsibility will continue
during the defect liability period and to get the defects, if any, removed by the
contractor and they shall give a ‘NO OBJECTION CERTIFICATE’ at the end of the
defect liability period for refund of the balance ret ention money to the
contractor.

3. The Consultant shall not make any deviation, alteration or omission from the
approved design without the written consent of the Corporation. The
Consultants shall also not undertake, execute or carry out any variation or ext ra
items of work in without the prior approval of the Corporation, the Corporation
shall not be liable to pay the contractor for such additions and variations and

[18]
the Consultant shall also not be entitled as of right to claim fees for such
additional or deviated item of works.

4. During the progress of work, the Consultant’s representative shall remain in


touch with the Officer in Charge and ascertain from them whether any excess
over sanctioned cost is anticipated and/or has already occurred. The Consultant
shall immediately report the same to the Corporation with adequate justification
for the same and obtain Corporation’s approval thereto.

5. The Consultant shall engage, within the fees finalized and agreed to in the
agreement, qualified consultants for other m iscellaneous works, if any, to assist
them in their work. The remuneration / fees of engineer / consultant appointed
under this clause shall be paid by the Consultant who shall also be responsible
for all the work, actions, omissions, etc., of any such eng ineers/consultant.

C) TERMINATION OF AGREEMENT
1. The agreement herein may be terminated at any time by either party by giving a
written notice of one month to the other party. Even after the termination of
their employment, the Consultant shall remain liable and be responsible for the
certifications / approval of any bills submitted by the contractors at any time, in
respect of the work executed before the termination of the Consultants’
appointment and consequences thereof on account of any excess/wrong
payment, if any, certified/recommended by the Consultant for payments to the
Contractor.

2. If the Consultant closes its business or winds up or otherwise become


incapacitated from acting as Consultant, then the Agreement shall stand
terminated automatically and the Consultant shall be liable to damages.

3. In case there is any change in the constitution of the firm of the Consultants for
any reason whatsoever, the Corporation shall be entitled to terminate this
agreement without giving any notice and entrust the work to some other
Consultants.

4. In case of termination under sub-clause (1), (2) or (3) the Consultants shall not
be entitled to fees or compensation except the fees payable to them for the work
actually executed. In such cases the decision of the Corporation as to what is the
work actually executed and what is the amount of the fees due to the Consultant
on the basis of the actual work done shall be final and binding on the Consultant.

5. In case of termination under sub -clause (1), (2) and (3) the Corporation may
make use of all or any drawing or other documents prepared by the Consultants,
after a reasonable payment for the same in full as provided herein.

D) SCALE OF CHARGES

[19]
1. The Corporation shall pay to the Consultant as remuneration for the services to
be rendered by the Consultant in relation to the said works, and in particular for
the services here in before mentioned, a lumpsum amount of INR _____________
(Quoted in Financial bid) plus GST/taxes as applicable .

2. The Consultant shall be paid fees referred to above in the manner laid down in
clause (E) below.

3. The Corporation shall, also, have the liberty to omit, postpone or not to execute
any work and the Consultant shall not be entitled for any compensation of
damages for such omission, postponement, or n on- execution of the work,
except the fees which have become payable to them as per chart for the services
actually rendered by them up-to that stage .

E) METHOD OF PAYMENT:

SR. STAGE % AMOUNT Payable


No. (Cumulative)

1. After completion of site analysis and preparation of 10% of the total fees.
Conceptual design for the Vertical garden and terrace
gardens and rough estimate of the project.

2. After completion of preliminary design/drawings and 20% of the total fees.


preliminary cost estimate along with finalization of
type of nature of plants.

3. Upon financial approval after preparation of working 40% of the total fees.
drawing, detailed cost estimate and tender document

4. After completion of tendering process and arranging 50% of the total fees.
the award of contract to L1 bidder

5. On completion of 50% of the work 70% of the total fees

6. On Virtual completion of the work 90% of the total fees

7. On final completion of the project & closing of project 95% of the total fees.
and certification and recommendation for final
payment to the contractor.

8. After completion of defect liability period and 100% of the total fees
satisfactory rectification of defects by the contractors
and issue of "No objection certificate " by consultant
for the refund of contractor’s retention money on
expiry of defects liability period.

[20]
F) VISIT TO THE SITE
The Consultant or their representatives or their consultants shall visit the site
periodically and as frequently as the works require and inspect and supervise the
said works, subject to minimum one (01) site visit per week. For this consultant shall
not be paid any out of the expenses in connection with visits from the Consultants’
headquarters to the site of works.

G) ARBITRATION
1. In case of any dispute or difference arising out of or in connection with this
Agreement, including those relating to the existence, interpretation and
application of the provisions of this Agreement, the Parties shall first make
efforts to settle the dispute or difference amicably by mutual consultation.

2. In case the dispute or difference cannot be resolved in the manner stated above,
such dispute or difference shall be referred to and resolved by arbitration. The
arbitration proceedings shall be conducted in accordance with the Arbitration
and Conciliation Act, 1996 or any enactment, modification or re -enactment in
force at the relevant time.

3. Appointment of Arbitrator: Where a person is approached for Arbitration under


this clause, he/ she shall make a de claration or disclosure in writing as laid out
in schedule VI of the Act in view of section 12 r/w schedule V and Schedule VII
of the Arbitration and Conciliation Act, 1996

4. The seat and venue of arbitration shall be Mumbai, India. The arbitration
proceedings shall be conducted in English language and the laws applicable to
the arbitration shall be the laws of India.

5. The award of the arbitral tribunal shall be final and binding on the Parties.

6. It is a condition precedent to any right of action or suit upon this Agreement that
an arbitral award shall be first obtained.

7. In the event that these arbitration provisions shall be held to be invalid then all
such disputes or differences shall be referred to the exclusive jurisdiction of the
courts at Mumbai.

8. Continuance of this Agreement: Notwithstanding the fact that settlement of


dispute(s) (if any) under arbitration may be pending, the parties hereto shall
continue to be governed by and perform obligations under the scope of work in
accordance with the provisions of this Agreement to ensure continuity of
operations.

H) EXECUTION OF AGREEMENT
[21]
This Agreement shall be executed in duplicate and the Corporation shall retain the
original and the consultants shall retain the duplicate.

I) STAMP DUTY
The consultants shall bear the stamp duty on the original and the duplicate of this
Agreement .

In witness of this agreement the parties hereto have subscribed their respective
hands hereto and on a duplicate hereof on the day and year herein above first
mentioned.

Signed and delivered by within named

for and on behalf of M/s General Insurance Corporation of India

In the presence of

1.

2.

Signed and delivered by within named

for and on behalf of M/s _____________

in the presence of

1.

2.

[22]
[23]

You might also like