contentsoffice.incometaxindia.gov.in/mumbai/lists/tenders/attachments/292… · income tax...

39
1| Page Contents SECTION 1: PROJECT SUMMARY ................................................................................................................... 2 SECTION 2: DEFINITIONS............................................................................................................................... 5 SECTION 3: SCOPE OF WORK ........................................................................................................................ 8 SECTION 4: PAYMENT TERMS ..................................................................................................................... 13 SECTION5: BUILDING PERIOD ..................................................................................................................... 16 SECTION 6: TERMS AND CONDITIONS ........................................................................................................ 18 SECTION 7: BIDDING PROCESS DETAILS ...................................................................................................... 23 Annexure A.............................................................................................................................................. 35 Annexure B.............................................................................................................................................. 38 Annexure C.............................................................................................................................................. 39

Upload: others

Post on 09-Jun-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

1 | P a g e

ContentsSECTION 1: PROJECT SUMMARY...................................................................................................................2

SECTION 2: DEFINITIONS...............................................................................................................................5

SECTION 3: SCOPE OF WORK ........................................................................................................................8

SECTION 4: PAYMENT TERMS .....................................................................................................................13

SECTION5: BUILDING PERIOD .....................................................................................................................16

SECTION 6: TERMS AND CONDITIONS ........................................................................................................18

SECTION 7: BIDDING PROCESS DETAILS......................................................................................................23

Annexure A..............................................................................................................................................35

Annexure B..............................................................................................................................................38

Annexure C..............................................................................................................................................39

Page 2: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

2 | P a g e

INCOME TAX DEPARTMENT, MUMBAI

REQUEST FOR PROPOSALFOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING

AT NARIMAN POINT, MUMBAI

RFP No. MUMBAI/PROJECTS/2017-18/1

SECTION 1: PROJECT SUMMARY

1. Income Tax Department, Mumbai is in possession of 2786 sq. mt. of landat Plot No. 196, Backbay Reclamation, Nariman Point, Mumbai – 400 021. TheDepartment is willing to develop this plot of land and construct the Officebuilding having advance facilities for officers, officials as well as taxpayers. Asthe land is near sea hence facilities like sea wall, water breaker etc. is requiredto be incorporated in the design. Due to lack of working space available thebuilding is proposed to be constructed by adopting latest constructiontechnology available in the Indian market for speedy construction. The designshould confirm to use of maximum possible FSI permitted by local body andsuitable pile foundation design to be accommodated. At present departmenthas 3.5 FSI for this land. The proposed building should be senior citizen anddifferently abled friendly, energy efficient and adheres to Green building norms.The design should also provide sufficient parking space. In the design NationalBuilding norms, National Disaster Management norms and National RenewalEnergy norms are required to be incorporated.

2. Income Tax Department, Mumbai for and on behalf of Hon’ble Presidentof India invites sealed bids from Public Sector Undertakings set up by theCentral or State Government to carry out civil or electrical works or any otherCentral/State Government Organisation/PSU notified by the Ministry of UrbanDevelopment for such purpose, as stipulated under Rule 133(3) of GFR, 2017.

3. The bids are called for “Design and Construction of office Building atNariman Point, Mumbai”. The competition in this tender shall essentially beonly on the lump sum service charges to be charged by Executing Agency. Thedetails of project are as under:

Laptop
Typewritten text
04.05.2017
Page 3: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

3 | P a g e

Name of theWork

Location ofland

Total Built-up areaproposed to beconstructed

Estimated ProjectConstruction Cost

Design andConstructionof officeBuilding atNarimanPoint, Mumbai

Plot No. 196,BackbayReclamation,Nariman Point,Mumbai –21

As per the maximumFSI available(Plot area : 2786sq.mt.)

115 Crores(Exclusive ofService chargesand service tax andassociated cessetc.)

4. The Executing Agency is responsible for the entire project. The activitiesof this agency may broadly be categories in two parts (i) direct activities likedesign, drawing, supervision, preparation of price estimates, carrying outtendering and selecting the ‘builder’ for construction of building, advising tothe purchaser, liaisioning with authorities, obtaining clearances etc. and (ii)indirect activities like construction of building through the builder, furnishingof building through the builder, rectifying defects through builder etc.

The Executing Agency is required to select and appoint a ‘builder’ for carryingout the construction, furnishing works etc. of the building. (Activities asmentioned in (ii) above).

For the activities mentioned at (ii) above, the executing agency will be paid theproject construction cost (PCC) to be charged by the builder to the executingagency. For the activities mentioned at (i) above, the executing agency will bepayable lump sum service charges which the bidder is required to quote infinancial bid in response to this RFP.

The contract value is the total of project construction cost and lump sumservice charges.

5. The eligible Organisations shall submit two separate sealed bids for thework - Technical Bid and Financial Bid.

6. Tender documents may be collected from the O/o JCIT(HQ) Projects,Room No. 353, 3rd Floor, Aaykar Bhavan, Churchgate, Mumbai on workingdays during office hours. The same can also be downloaded from the website ofIncome Tax Department www.incometaxindia.gov.in. /www.incometaxmumbai.gov.in.

Page 4: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT
Page 5: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

5 | P a g e

SECTION 2: DEFINITIONS

Sl.No.

Term Definition

1 Bidder The word ‘Bidder’ when used before award of theContract shall mean the parties bidding against thisRFP, and when used after award of the Contract shallmean the successful party with whom the Purchasersigns the resultant Contract for implementation of theProject.

2 Builder Builder is the contractor selected and appointed bythe Executing Agency to carry out the constructionand furnishing of the building. Builder is to beselected through tendering process to be carried outby the Executing Agency.

3 Building The building to be constructed at Plot No. 196,Backbay Reclamation, Nariman Point, Mumbai –21 bythe Executing Agency as part of the project.

4 Contract The Contract to be signed between the successfulbidder and Purchaser together with any subsequentmodifications, all Annexures, Schedules, documentsincorporated by reference, the contents andspecifications of the RFP and the proposal submittedby the successful bidder.

5 Date ofAcceptance

The date on which possession of the building hasbeen taken by the purchaser upon handing over byExecuting Agency after the date of completion ofconstruction.

6 Date ofcompletion ofconstruction

The date of handing over of occupancy certificatesfrom competent authorities allowing the purchaser tooccupy and use the building under reference for itsspecified uses, as obtained by the Executing Agencyafter completion of construction of building andcompletion of all scope of work of the project in allrespects (except the scope during warranty periods).

7 Date of start ofwarranty period

The date next to the date of acceptance.

8 Deliverables The products, infrastructure and services to bedelivered by the Executing Agency in the RFP andContract and as proposed in the Proposal and allrelated documentation/designs/policies andguidelines.

Page 6: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

6 | P a g e

9 Effective date ofthe Contract

The date specified as the date when the contractcomes into effect and in case no such date ismentioned the date of signing of contract.

10 ExecutingAgency

The successful bidder with whom the Contract forimplementation of the project is signed and shall bedeemed to include Executing Agency’s agents,successors, representatives, permitted assigns.

11 Parties The Purchaser and the Executing Agency collectively,for the purposes of this Contract and “Party” shall beinterpreted accordingly according to the contexttherein.

12 PerformanceGuarantee(PerformanceSecurity)

To ensure due performance of the contract, securityto be obtained from the successful bidder awardedthe contract.

13 Project Project means the turn key project of Construction ofoffice Building at Plot No. 196, Backbay Reclamation,Nariman Point, Mumbai – 400 021 including scope ofwork and services.

14 ProjectCommittee

The committee constituted by Pr. Chief Commissionerof Income Tax, Mumbai vide order No.Pr.CCIT/MUM/Projects/NP-Vol.8/2016-17 dated06.03.2017 to carry out the tendering process andmonitor the project after the selection of ExecutingAgency.

15 ProjectConstructionCost

Project Construction cost is the amount payable tothe Builder for construction of building and includescost for civil work, cost of equipment/items, supply,installation, electrical and furnishing work,warranty/ies etc. but does not include the cost ofservices of design, drawings, tendering, supervision,advisory etc. done by Executing Agency. It is alsoexclusive of service tax and associated cess etc.

16 Proposal / Bid The Technical and Financial bids submitted for thisproject against this RFP.

17 PSU/Govt.Organisation

Public Sector Undertakings set up by the Central orState Government to carry out civil or electrical worksor any other Central/State GovernmentOrganisation/PSU notified by the Ministry of UrbanDevelopment for such purpose, as stipulated underRule 133(3) of GFR, 2017.

Page 7: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

7 | P a g e

18 Purchaser The President of India, acting through theCommissioner of Income Tax (Admin. & CO),Mumbai, Income Tax Department, Government ofIndia which expression shall, unless repugnant to thecontext or meaning thereof mean and be deemed toinclude its authorized agents, representatives andpermitted assigns.

19 RFP The Request for Proposal bearing reference no.MUMBAI/PROJECTS/2017-18/1 including itsannexure(s) and any other documents/formatsprovided by the Purchaser along with this RFP orissued during the course of the selection of successfulbidder including corrigendum and clarifications.

20 Scope of Work/SoW

The work and activities to be performed and materialsto be provided by the Executing Agency and buildingto be constructed for delivering the duly completedBuilding to the purchaser. Scope of Work alsoincludes works and activities to be performed by theExecuting Agency as provided in Section 3 of the RFPand as arising from other clauses of the RFP andContract and includes the requirements anddeliverables of the project.

21 Service Charges Service charges means the charges as referred in Rule133(3) of General Financial Rules 2017 issued byGovernment of India. It is the lump sum amountquoted by the bidder in financial bid for all theservices required (except the items/services for which‘project construction cost’ is payable) to completelydeliver this project. For the purposes of this project,Service Charges includes cost of designs, drawings,tendering to select builder, supervision, advisory,liasioning with local authorities, obtaining clearancesand certificates etc.

22 Similar work Construction of RCC frame building includinginternal water supply, sanitary installation, internalelectric installation, lift installation all executed undersingle agreement.

23 Total ContractValue

It is the total of Project construction Cost and ServiceCharges excluding service tax and associated cessetc.

24 Work Includes but not limited to designing, civil work,electrical work, plumbing, furnishing, equipments,supply and installation, services etc.

Page 8: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

8 | P a g e

SECTION 3: SCOPE OF WORK

1. The Executing Agency is responsible for delivering the duly completedProject to the Purchaser on turnkey basis and shall start the workimmediately after signing of the Contract. The Executing Agency will carryout the necessary works and activities for the quick and timely completionof the Project including the following works:

1.1. The Executing Agency shall forthwith take possession of the sitefrom the Purchaser and shall nominate one “Project Manager” beinga senior responsible civil engineer for execution of the project.

1.2. The Executing Agency shall, wherever required obtain in writingapproval of the local bodies and statutory bodies for theconstruction as contemplated in this RFP. However, the Purchasershall help the Executing Agency to the extent of writing letters tolocal bodies or statutory bodies regarding getting such approvals.The Executing Agency shall obtain all required certificates /clearances including for FSI, occupancy certificate from thecompetent authorities.

1.3. The Executing Agency shall carry out the feasibility study includingthe applicable rules and norms and the geographical aspects. Rulesand norms include the ones which are issued by Central / State /Local Government and bodies. Geographical aspects include locationof the land, vegetation on land, surroundings of the land and theimpact thereof, preliminary survey, soil investigation, water level etc.

1.4. The Purchaser had carried out the soil investigation during theperiod June 2014 to Aug 2014 and Executing Agency may use thesame. Copies of the same can be obtained by the bidders from thePurchaser. However the Executing Agency may get a fresh soiltesting done as the responsibility lies with the Executing Agency.

1.5. The Executing Agency shall depute a reputed architectfirm/company as part of the Executing Agency’s team. The project isan ambitious project of the Income Tax Department and is on a landwhich is located at one of the most prime locations in India. TheExecuting Agency shall propose 3 suitable architectfirms/companies to the Purchaser and one shall be finalized with

Page 9: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

9 | P a g e

the concurrence of the Purchaser after considering their profile,work experience, preliminary proposal of building design etc. Eachof the 3 architects firm / company to be proposed by the ExecutingAgency should meet the following minimum conditions of experienceas architect firm/company as on 31.03.2017 (a) successfullycompleted minimum one multistory office project in India ofminimum 1 lac square feet, and (b) Minimum 10 years ofexperience.

1.6. The Executing Agency (including architect) shall carry out all workpertaining to designs, drawings, etc. for all buildings, services anddevelopment works. 3D walk-through along with maps etc. shallalso be prepared.

The Executing Agency / Architect shall collect various informationand professionally prepare a thorough, informative and detailed‘design brief document’ in a manner also understandable by non-experts.The information to be considered and incorporated in design mayinclude / be derived from major functions of the Income TaxDepartment, elements important for the success of Department,number and types of occupants for the proposed building, numberand type of clients / public visiting during rush periods and leanperiods, facilities for public (e.g. washrooms, drinking water, waitingareas, cafeteria etc.), applicable seating norms, functionalrequirements, features of work – like confidential nature of work inthe office of Purchaser, extent and types of storages required,multimedia system requirements for example for displayinginformation for general public, safety, pleasantness of building,disabled friendliness, structural safety, special components requiredin building, installation of solar panels, distribution of variouscomponents on various floors, geographical factors, applicable govt.norms etc. The common areas should be designed keeping in mindthe mass public usage.

1.7. The Architect firm/company shall also deploy the following suitablyexperienced engineers for the project. They will be deployed for theperiods as per the need of the project.

Page 10: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

10 | P a g e

1.7.1. Structural Engineer/s: He/they will consider the impact ofgeographical factors like adjoining Arabian Sea, high tide,wind, earthquake zone etc. and also factors like ‘disastermanagement’, ‘disabled friendliness’, sustainability factors,environment impact, design brief, functional requirements ofthe Purchaser etc. and design the structure of the buildingaccordingly. He / they would ensure that the proposedstructural design and system of the building is as per / meetthe applicable local norms.

1.7.2. Engineer/s for Building Services: This engineer is required todesign the building services such as water & plumbing,electrical systems, mechanical systems, lighting, airconditioning, lifts, telecoms etc. in a cost-effective and energyefficient manner and also keeping in mind the ease of useand least level of maintenance.

1.7.3. Landscape Engineer/s Or Landscape Architect/s: Landscapeengineer/s is expected to be involved in the early stage of thedesign of the project. He should study/contribute in theproposed building structure and also study the naturalfactors and design the site considering the applicable factorslike functionality, government regulations and environmentalimpact etc.

1.7.4. Interior Designer: Interior designer/s will design the interiorsof the building in a pleasant manner and keeping in view theease of use for the general public. The design should be donein a manner to aid and improve the efficiency of theemployees of Income Tax Department. The design shouldrequire less maintenance. The common areas should bedesigned keeping in mind the mass public usage.

1.8. All the designs and colour and features etc. would be finalized /amended as per decision/approval of the purchaser.

1.9. The Executing Agency shall get the proof checking of the structuraldesign of the building / project from a reputed institute. Suchinstitute shall be from empanelled institute and shall be finalized inconsultation with Purchaser.

Page 11: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

11 | P a g e

1.10. The Executing Agency shall carry out estimation of bill of quantitiesfor the scope of work including civil, electrical, sanitary andplumbing works including the external services & area developmentand submit a price estimate prepared as per CPWD PAR (Plinth AreaRates).

1.11. Architect firm/company will also deploy a sufficiently experiencedperson having knowledge of local building regulations person toobtain building permissions from government / local authorities.

1.12. The Executing Agency shall invite tenders after due publicity forselecting a builder and award the work for project to the builder.The tendering process for selecting the builder including theeligibility conditions for the prospective bidders, productsspecifications; shall be carried out by the Executing Agencyfollowing CVC guidelines, General Financial Rules, 2017 and otherapplicable central government norms along with its own documents/ manuals. The Executing Agency shall ensure sufficientcompetition amongst the bidders and amongst the products.

1.13. The Executing Agency shall prepare a detailed action plan androadmap with timelines and update the same from time to time inorder to ensure quick and timely completion of the project. TheExecuting Agency shall use modern technological tools/programmesin this regard. The project shall be monitored as per Critical PathMethod (CPM) or PERT chart which shall be submitted by ExecutingAgency within 60 days of execution of contract.

1.14. The Executing Agency shall render professional and objective adviceto the Purchaser from time to time. The Executing Agency shall alsoassist the purchaser in any reporting / compliance being done bythe Purchaser.

1.15. The Executing Agency shall supervise and monitor and beresponsible for the works and activities being carried out by thearchitects, builder and other sub contractors (if any).

1.16. The Executing Agency shall deliver the duly completed buildingalongwith all duly completed civil, electrical and furnishing work likeelectrical installations, air conditioning, furniture, lighting, electric

Page 12: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

12 | P a g e

sub-station, carpeting/flooring, plumbing, lifts, fire sensors and firefighting equipments, storage, ready to occupy rooms, CCTVs,canteen with cooking facility, recreation equipments, SewageTreatment Plant (STP), security system at building entry points,parking infrastructure for Income Tax Department’s officers &officials and also for visitors, common facilities etc.

1.17. Warranty: The Executing Agency is required to provide all servicesas specified during the warranty period which is one year from thedate of acceptance of project.

1.18. The work shall be carried out as per the directions of thePurchaser/Project Committee.

2. DUTIES AND RESPONSIBILITIES OF BUILDER2.1. The primary responsibility of the project would remain with the

Executing Agency.

2.2. The Executing Agency shall contract the construction workincluding the site preparation, procurement, construction,installation, commissioning, furnishing, servicing etc. to the builder.

2.3. Site office shall be constructed by the Executing Agency/builder ofappropriate size as per the requirements. The site office shall alsoprovide an office room with attached bathroom for use of Purchaserand/or its nominee.

3. REPORTING AND ACCOUNTING3.1. The Executing Agency shall give periodically (but not later than once

a month) copies of the expenditure certified by its representative onthe project, for reimbursement of expenditure incurred from thefunds advanced to the Executing Agency. On completion of work,the accounts of the work shall be closed and a final statement shallbe submitted for settlement, along with refund of excess depositreceived, if any, audited by a reputed registered CharteredAccountant. The Purchaser, reserves the right to get the work andpayments made technically checked and audited periodically (atreasonable intervals) as well as final payment by its ownofficer/independent Govt. /Private agency.

Page 13: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

13 | P a g e

SECTION 4: PAYMENT TERMS

1. SERVICE CHARGES:1.1. The Purchaser will pay lump sum service charges* to the Executing

Agency plus Service tax and associated cess etc. The service tax andassociated cess etc. as applicable shall be charged to Servicecharges.(* As mentioned in the financial bid of the successful ExecutingAgency)

1.2. The Executing Agency shall raise the bills as per the followingterms:-1.2.1. 15% of the Service Charges would become due upon

finalization of designs, drawings and price estimates of theproposed building.

1.2.2. 15% of the Service Charges would become due upon receiptof all approvals and clearances from Govt. / Local Authoritiesfor construction of the proposed building.

1.2.3. 20% of the Service Charges would become due uponfinalization, selection and signing of contract with “builder”for the construction of building OR start of ‘building period’,whichever is later.

1.2.4. Next 40% of the Service Charges would become due to theExecuting Agency in a quarterly manner after the start of thethe ‘building period’ and will become due at the end ofrespective quarter in equal proportion.

1.2.5. Last 10% of the of the Service Charges would become due tothe Executing Agency upon acceptance of the project by thePurchaser.

2. PROJECT CONSTRUCTION COST (PCC):2.1 The purchaser would provide advance amount of 20% of the project

construction cost (PCC), herein after termed as ‘Initial Deposit’, afternecessary approvals and clearances for construction are obtained byExecuting Agency from the statutory authorities. The ExecutingAgency is required to use the money exclusively for the project and

Page 14: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

14 | P a g e

in the best interest of the project. This advance / initial deposit shallbe deducted/adjusted proportionately from amount of ProjectConstruction Cost (PCC) to be paid. This deduction/adjustmentshall be not be started during the payment of first 50% amount ofthe project construction cost (PCC) and the entire initial depositwould be deducted/adjusted proportionately in the payments ofnext 50% of the project construction cost (PCC).

2.2 RA Bills would be raised for the construction work on regularintervals.

2.3 Pre-final bill on the un-audited accounts shall be submitted withintwo months of actual completion of work. When the accounts of theExecuting Agency have been audited, final bill shall be settled withinthree months of its submission as far as practicable.

2.4 The Executing Agency &/or the Purchaser, as the case may be, shalldeduct sales tax on “Work Contract” at the rate in force as perMaharashtra state sales Tax VAT/CST etc. from the builder or fromthe Executing Agency in case any work is done directly by theExecuting Agency.

3. Any money paid in advance including the initial deposit shall be securedby a Bank Guarantee of Schedule Commercial Bank to be furnished inadvance by the Executing Agency in favour of the Purchaser.

4. The payment by the Purchaser shall be made by transfer of funds in aseparate dedicated interest earning Bank Account to be opened in any oneof the Nationalized Banks. The interest earned on the same shall be ownedby the Purchaser.

5. The Executing Agency shall give in writing the budget of the fundsrequired in proportion to the work to be done during the next year asrequired by the Purchaser from time to time. Funds requirement for nextyear before close of each year shall be furnished during third quarter ofeach financial year.

6. No escalation in the Project Construction Cost or Service Charges will beallowed during the completion of the project. The prices once accepted bythe Purchaser shall remain valid till the contract remains in force. The

Page 15: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

15 | P a g e

Purchaser shall not entertain any increase in the prices during the period.Any savings in the costs or savings in expenses will be passed on to thepurchaser. Any compensation / liquidated damages levied by theExecuting Agency due to non-fulfillment of any clause of the contract bythe builder or any such recovery from the builder for bad work or delay orfor any other reasons whatsoever shall be passed on to the Purchaser.

7. Purchaser will deduct such tax at sources as per the rules and issuenecessary certificates to the Agency.

8. The purchaser shall have right to deduct any amount payable / owed bythe executing Agency to the Purchaser from the bills.

Page 16: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

16 | P a g e

SECTION5: BUILDING PERIOD

1. The Executing Agency shall execute the project in time bound mannerwithin 24 (Twenty Four) months of date of start of building period andcomplete all scope of work (excluding scope of work during warranties’period) within this period and hand over the duly completed buildingalong with land in ready-to-occupy condition to the Purchaser within thisperiod.

2. The building period shall start from the latest of the following: -a) Date of approval of design/drawings from statutory authorities.b) Date of release of Initial deposit.c) Date of handing over of hindrance free land for construction.

This date of start shall be known as Date of Start of Building Period.

2. However, the completion period as mentioned above may be extended bythe Purchaser if the delay in the project’s completion occurs solely due toreasons neither attributable to Executing Agency nor to the buildercontracted by the Executing Agency and which has been timely and dulyintimated to the Purchaser in writing from time to time.

3. The Purchaser and Executing Agency shall mutually decide the timelinesfor various milestones to be achieved by Executing Agency during theabove stated period of 24 months. The Executing Agency shall submit adetailed proposal in this regard to the purchaser.

4. Within the total period as aforesaid, the Executing Agency shall take upthe work in such a manner as to make available the accommodation orthe work constructed for the use in a reasonable and phased manner.

5. The Executing Agency shall be required to complete and handover theduly completed project and achieve the ‘date of acceptance’ within theperiod stipulated in Para 1 above and extension (if any) as per Para 3above. In case of delay, in addition to other actions which the purchasermay take, the Executing Agency shall be liable to pay the Purchaserliquidated damages (not amounting penalty) at the rate of 0.2% (one fifthpercent) of the Project Construction Cost (PCC) per week of delay subjectto maximum of 5% (five percent) of the Project Construction Cost.

Page 17: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

17 | P a g e

6. The Executing Agency shall send completion report with drawings andmaintenance schedules to the office of the Purchaser in writing within 90days from date of acceptance.

Page 18: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

18 | P a g e

SECTION 6: TERMS AND CONDITIONS

1. PERFORMANCE GUARANTEE / PERFORMANCE SECURITY:1.1. The successful bidder awarded the contract is required to submit

guarantee provided by a scheduled commercial Bank in favour ofpurchaser in format provided by purchaser.

1.2. The amount of first Performance Guarantee is Rs. 7.5 crores (Rs.Seven Crore and Fifty lakhs) or 6% of the Total Contract Valuewhichever is higher.

1.2.1. Initially, before signing of the Contract, the Executing Agencyshall provide Bank Guarantee of Rs. 7.5 crores. After thediscovery of ‘Project Construction Cost’ as per the tenderingprocess to be carried out by the Executing Agency, the exactamount of Total Contract Value will be known.

1.2.2. Accordingly, if the 6% of the Total Contract Value is higherthan Rs. 7.5 crores (Rs. Seven Crore, Fifty lakhs) in that casethe Executing Agency shall provide revised / additionalperformance guarantee to ensure minimum 6% performanceguarantee.

1.2.3. This performance Guarantee shall be valid from the effectivedate of the Contract till sixty days after the completion of allcontractual obligations of the Executing Agency includingwarranty obligation (excluding the special warranty). Thisperformance guarantee is required to be provided beforesigning of contract.

1.3. Second performance guarantee is also required to be provided by theExecuting Agency before expiry of 12 months of warranty period.This performance guarantee shall be valid from the effective date ofthe start of the special warranty period till sixty days after thecompletion of obligations of special warranty. The amount of secondPerformance Guarantee is Rs. 20 lakhs.

1.4. Performance guarantees can be provided in the form of BankGuarantee from a scheduled commercial bank. The format of theBank Guarantee shall be as per the decision of the purchaser.

Page 19: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

19 | P a g e

(Note: If the PSU/Govt. Organisation is exempt from submittingPerformance Guarantee / Performance Security thennotification/circular/instruction of Government in this regard needsto be submitted.)

2. The Executing Agency shall be fully responsible for the structural safety ofthe building against seismic forces and follow on the relevant BIS Code inthis respect. Latest methods of design of high rise structures shall have tobe followed in deciding the structural frames of the building. Wind actions,sea impact etc. shall also be considered, if found necessary to conform tothe requirements of BIS Code.

3. The Service of additional proof consultant may be utilized, if required, bythe Purchaser for counter checking of the design/drawings submitted bythe Executing Agency. The services of the proof consultant shall bearranged by the Purchaser at its own cost.

4. The Executing Agency will make its best endeavour to reduce the cost ofconstruction by any change of specification, method of construction, valueof engineering or any innovative or economical design. Such reduction inthe cost of construction shall be made with the approval of the Purchaserwithout affecting/prejudicing or endangering in any way the safety orsecurity of the building constructed by the Executing Agency.

5. WARRANTY:5.1. The Executing Agency shall be responsible for proper structure,

structural safety, quality, workmanship, functioning and liability ofthe building constructed including all equipments, machines etc.installed for a period of twelve months from the date of acceptance.

5.2. Any defects discovered / arising during the period aforesaid shall berectified by the Executing Agency forthwith at its own cost andexpenses. In the event of the failure on the part of the ExecutingAgency to rectify the defects within a reasonable period, the samemay without prejudice to any other rights available to it in law, berectified by the Purchaser for and on behalf of the Executing Agencyand at the cost and expenses of the Executing Agency, after duenotice it.

Page 20: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

20 | P a g e

5.3. Defects would include malfunctioning, below normal performance,cracks including wall cracks and roof cracks, dampness, defective orfaulty electrical wiring or lighting, defective or faulty plumbing,inadequate drainage systems, faulty ventilation, faulty cooling orheating systems, insufficient insulation, defective sound proofing,and also inadequate fire protection suppression systems etc. Itwould also include other/ancillary issues like fungus, or termiteinfestation when arising as a result of a other defect. Therectification is required to be carried out in such a manner so thatsuch defect do not recur / repeat in the long term.

5.4. Performance guarantee of the Executing Agency shall be refundedonly after expiry of such a warranty period and rectification ofdefects.

5.5. The Purchaser shall have the right to deduct or set off the expensesincurred by it in rectifying the defects as aforesaid from or againstany amount due and payable or becoming due and payable by thePurchaser to the Executing Agency.

5.6. The Executing Agency shall carry out examination of structuralsafety, quality, workmanship, functioning etc. of the buildingconstructed including all equipments, machines etc. every twomonths during the warranty period. The report in this regard shallbe submitted to purchaser within 10 days of completion of eachsuch 2 months.

6. SPECIAL WARRANTY:6.1. The Executing Agency shall be responsible for water proofing and

associated structure etc. for an additional period of 108 months(One hundred and eight) from the date of expiry of warranty oftwelve months as mentioned in paras above.

6.2. Defects during this period would include water / dampness /seepage related malfunctioning, below normal performance, cracksetc. It would also include other/ancillary issues like fungus, ortermite infestation when arising as a result. The rectification isrequired to be carried out in such a manner so that such defect donot recur / repeat even after warranty period is over.

Page 21: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

21 | P a g e

7. The Executing Agency shall, unless otherwise specified, be fullyresponsible for procurement of all materials and services for thesuccessful completion of project.

8. The Executing Agency shall follow the latest standard CPWD specificationsand the latest BIS specifications and codes of practices as applicable. TheExecuting Agency shall follow the GRIHA rating system as per DPEcircular No- DPE/13(2)/10-Fin. Dated- 11.03.2010 and further circularsof Government of India and ensure that the building meets the minimumrequirement as per norms and meets the higher norms/rating as decidedby purchaser as per norms. The Executing Agency shall obtain therelevant certificate of rating for the project. As per current applicablenorms, the Executing Agency shall ensure that minimum GRIHA-3 ratingis achieved for the project.

9. The Purchaser will have the right to inspect the quality of material andworkmanship at any point of time and ask the Executing Agency to takecorrective steps if any work is not found to the satisfaction of thePurchaser.

10. CTE/CVC liability/responsibility will lie with the Executing Agency.

11. ARBITRATION:11.1 The provisions of Arbitration and Conciliation Act, 1996 with anystatutory modification thereof and rules framed thereunder shall beapplicable to such arbitration proceedings which shall be held at Mumbai.The arbitration proceedings shall be conducted in English. The cost of thearbitration shall be borne as directed by the Arbitration authority.

12. The Executing Agency shall be fully reasonable for observation of andcompliance with all labor and other laws applicable in the matter andshall indemnity and keep indemnified the Purchaser against effect of non-observance of and non-compliance with any such laws.

13. The Executing Agency shall supply soft copies and hard copies of siteplan, soil investigation report, layout plan, all buildings plans(architectural as well as structural) all services plans and any otherdesigns and detailed drawings required for the execution of the project, aswell as the specifications for all items of work, detailed description of itemof work, bills of quantities along with copies of details of measurement to

Page 22: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

22 | P a g e

the Purchaser. Ownership of all such documents, drawings, design, plansetc. shall vest with purchaser.

14. The Executing Agency shall provide necessary assistance to the Purchaserin arranging water, sewerage and electricity connections from theconcerned authority for which it will obtain estimates from concernedauthorities. These amounts as per estimates will be deposited by thePurchaser directly with the concerned authorities.

15. The Executing Agency shall clear the site of materials etc. within onemonth from the date of completion failing which the Purchaser shalldispose it off in the manner deemed fit by the Purchaser.

16. The Executing Agency should have office in the Mumbai or shall set upoffice in Mumbai within 30 days of signing of the contract.

17. The resultant contract will be interpreted under Indian Laws.

Page 23: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

23 | P a g e

SECTION 7: BIDDING PROCESS DETAILS

1. BIDDING SCHEDULE1.1. The following table provides information regarding the important

dates of the bid process:-

1 Tender Inviting Authority The President of India, acting through theCommissioner of Income Tax (Admin. &CO), Mumbai

2 Job Requirement Selection of agency for execution ofconstruction of office building at Plot No.196, Backbay Reclamation, NarimanPoint, Mumbai – 400 021

3 Publication of the Noticeinviting bids in newspaper

05.05.2017

4 Last date for receivingqueries / clarifications

11.05.2017

5 Date, Time & Venue of Pre-Bid Conference

12.05.2017 at 04.00PM at ConferenceHall, 3rd Floor, Aaykar Bhavan,Churchgate, Mumbai

7 Date, Time & Venue of Pre-Bid Conference

29.05.2017 up to 5:00 PM at Room No.353, 3rd Floor, Aaykar Bhavan,Churchgate, Mumbai

8 Bid Security /EarnestMoney Deposit AmountPayable

Rs. 2,50,00,000 (Rs. two Crore and FiftyLakhs Only)

9 Date, Time & Venue ofOpening of Technical bids

30.05.2017 at 03.30PM at ConferenceHall, 3rd Floor, Aaykar Bhavan,Churchgate, Mumbai

10 Date for the opening ofFinancial Bid fortechnically qualified bidders

The date of opening of Financial Bid shallbe intimated to the technically qualifiedbidders.

1.2. The RFP documents can be obtained in person from: O/o JCIT(HQ)Projects, Room No. 353, 3rd Floor, Aaykar Bhavan, Churchgate,Mumbai from 10.30 hrs to 17.00 hrs. on working days. The samecan also be downloaded from the website of Income Tax Departmentwww.incometaxindia.gov.in. / www.incometaxmumbai.gov.in.

Page 24: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

24 | P a g e

1.3. The contact details for the authorized representative of Purchaserare as mentioned below:

Contact Details

Deputy Commissioner of Income Tax(HQ) Projects,Room No. 343, 3rd Floor, Aaykar Bhawan, Churchgate, Mumbai

Tel No. : 022-22010588Email: [email protected]

2. PRE-QUALIFICATION / ELIGIBILTY CRITERIAPSU/ Govt. Organisation who fulfils the following requirements shall beeligible to apply:

2.1. The PSU/ Govt. Organisation should have been in the samebusiness (similar work) for a minimum period of 5 years as on 31st

March 2017 OR PSU/ Govt. Organisation should have minimum 5years’ experience of similar work as on 31st March 2017.

2.2. It should have satisfactorily completed the works as mentionedbelow during the last Seven years ending 31st March 2017:-

2.2.1.Three similar works each costing not less than Rs. 4600 lacs,Or

Two similar works each costing not less than Rs.5750 lacs,Or

One similar work costing not less than Rs. 9200 lacs

And

2.2.2.One work of any nature (either part of 2.2.1 above or aseparate one) costing not less than 4600 lacs with anyCentral/State Government Department/Central AutonomousBody/Central Public Sector Undertaking.

(For this purpose cost of work shall mean gross value of thecompleted work including cost of material supplied by thegovernment/ Client but excluding those supplied by free of costand excluding cost of land. This should be certified by an officernot below the rank of Executive engineer/ Project Manager orequivalent)

Page 25: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

25 | P a g e

2.3. The annual turnover (from similar work) of the PSU/ Govt.Organisation for each of the last three financial years ending on 31st

March 2017 must be more than Rs. 3450 lacs.

2.4. The Organisation should have experience in Green BuildingConstruction having minimum GRIHA 3 Rating.

2.5. The Organisation should have the experience of construction byadopting minimum one of any of the following new technologies(technologies as per the circular issued by the Ministry of Housingand Urban poverty Alleviation):-2.5.1. Monolithic Concrete Construction System using plastic

Aluminum form work.2.5.2. Monolithic concrete construction system using Aluminum

form work.2.5.3. Expended Polystyrene Core Panel System2.5.4. Indusrialized 3-S System using Cellular Light Weight

Concrete Slabs and Precast Columns2.5.5. Speed Floor System2.5.6. Glass fiber reinforced Gypsum (GFRG) panel building

system.2.5.7. Factory made fast track modular building system.2.5.8. Light gauge steel framed structure (LGSF).

The Purchaser may like to use any of these new technologies as perthe suggestions and advice of Executing Agency.

3. PREPARATION OF THE BID DOCUMENTS3.1. Selection of successful vendor/Service provider will involve a five (5)

stage approach before issuance of Work order/letter of appointment.The approach follows the Indian Government’s Central VigilanceCommission (CVC) guidelines.

Stage-I Stage-II Stage-III Stage-IV Stage-V

3.2. Bid will consist of two parts i.e. Technical Bid and Financial Bid3.3. Bid will be submitted in 4 envelops:

Issue TenderDocument

Receipt ofTender

OpeningTechnical Bids

OpeningFinancial Bids Awarding of Conctract

Page 26: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

26 | P a g e

a) Envelope 1: An interest free Earnest Money Deposit (EMD) ofRs. 2,50,00,000 in the form of a bank guarantee issued by anyScheduled Commercial Bank. The envelope should besuperscribed as “EMD for Construction of Office Building atNariman point, Mumbai”. The name of the bidder, addressand his contact number must be written on the envelope.

Note: If the PSU/Govt. Organisation is exempt fromsubmitting EMD then notification/circular/instruction ofGovernment in this regard needs to be submitted alongwithletter of bidder in the Envelope No. 1.

b) Envelope 2: Technical bid, duly completed in all respects andsigned, be put into this envelope and sealed. This envelopeshould be superscribed as “Technical Bid for Construction ofOffice Building at Nariman point, Mumbai”. The name ofthe bidder, address and his contact number must be written onthe envelope. The Technical Bid should be prepared as perparagraph number 5 of this section and as per Annexure A.

c) Envelope 3: Fully completed and signed Financial bid(Annexure B) be put into Envelope No. 3 and sealed. Thisenvelope should contain Financial Bid only and it should besuperscribed as ‘Financial Bid for Construction of OfficeBuilding at Nariman Point, Mumbai’. The name of thebidder, address and contact number must be written on theenvelope.

d) Envelope 4: Containing Envelope 1, 2 & 3 and duly superscribed “Tenders for Construction of Office Building atNariman Point, Mumbai” and addressed to “TheCommissioner of Income Tax (Admn & CO), Mumbai”. Thename of the bidder, address and contact number must bewritten on the envelope.

3.4. If the outer and inner envelopes are not sealed and marked asrequired, the Purchaser/Project Committee shall assume noresponsibility for the bid’s misplacement or premature opening.

Page 27: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

27 | P a g e

3.5. The bids which are not submitted in separate covers as mentionedabove are liable to be rejected. If for any reason, it is found that theTechnical bid reveals the Financial Bid related details in anymanner whatsoever, or, the Financial Bid is enclosed in the envelopesuper-scribed “Technical Bid”, the Bid document will be summarilyrejected in the first instance itself.

3.6. Bids, which are not superscribed, may not be considered.

4. BID SECURITY / EMD4.1. A Bid security of INR 2,50,00,000 (INR Two Crore and Fifty Lakhs

only) must be submitted with the Bid (Envelope No. 1) in the form ofa bank guarantee issued by any Scheduled Commercial Bank andshall be valid for 30 days beyond the validity of the Bid.

4.2. The bid security of all unsuccessful bidders would be returned byPurchaser within 30 days from the date of opening of financial bid.The bid security of successful bidder would be returned uponsubmission of Performance Guarantee.

4.3. Bids submitted without bid security, mentioned above, will be liablefor rejection without providing any opportunity to the bidderconcerned.

4.4. The EMD may be forfeited:

4.4.1. If a Bidder withdraws the bid or increases the quoted pricesduring the period of bid validity or its extended period, if any;or

4.4.2. In the case of a successful bidder, if the Bidder fails to signthe Contract within reasonable time.

4.4.3. During the bid process, if any information is found wrong /manipulated / hidden in the bid.

4.4.4. In the case of successful bidder, if the bidder has gotblacklisted by any Central Government Ministry/Department or any Central Public Sector Unit during theinterim period from submission of bid to signing of contract.

Page 28: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

28 | P a g e

4.5 If the PSU/Govt. Organisation is exempt from submitting EMD thennotification/circular/instruction of Government in this regard needsto be submitted alongwith letter of bidder in the Envelope No. 1.

5. TECHNICAL BID5.1. Technical Bid Documents to be placed in Envelope 2:

5.1.1. Request for Proposal duly signed and stamped by theauthorized person

5.1.2. The Technical Bid should be as per Annexure ‘A’ and shouldbe supported by the documents indicated in the saidAnnexure

5.1.3. A short profile of the PSU/Organisation5.1.4. A detailed note on financial competence of the

PSU/Organisation for completing the project5.1.5. All the proofs necessary for prequalification as indicated in

para 2 of Section 7 of this Document.5.1.6. Irrevocable undertaking of the offer as per Annexure ‘C’.

5.2. The Project Committee will open all Technical Bids in the firstinstance on the appointed date, time & venue.

5.3. During evaluation of bids, the Project Committee may, at hisdiscretion, ask the Bidder for clarification of his bid.

5.4. No bidder shall contact the Purchaser/Project Committee on anymatter relating to his bid from the time of the bid opening to thetime the issue of work order. All bidders are strongly advised tofurnish all material information in the bid itself.

5.5. Any effort by bidder to influence the Purchaser/Project Committeein it’s decision on bid evaluation, bid comparison or work orderdecision will lead to rejection of his bid.

5.6. The Project committee considering Technical Bids may obtainfeedback from the clients for whom bidder has executed similarwork. Project Committee will have the discretion to disqualify thebidders based on the feedback received. Decision of the ProjectCommittee will be full and final in this regard.

Page 29: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

29 | P a g e

6. FINANCIAL BID6.1. The Financial Bid is required to be submitted in format as in

Annexure-‘B’ to this tender document.

6.2. The bidders are required to submit tender in respect of lump sum“service charges”. [Kindly refer to definition of Service Charges].

6.3. Initially, only the technical bid will be opened. The Financial bid willbe opened, only if, the applicant tenderer is selected in the technicalbid.

6.4. Rates shall include statutory obligations including VAT / sales taxas may be applicable. However rates quoted should be exclusive ofservice tax and associated cess etc.

6.5. The offer is valid for a period of 12 months from date of opening offinancial bid. During the validity period of the offer the bidder willirrevocably undertake not to withdraw / modify the offer in terms ofthe price and other terms and conditions. The bidder would submitirrevocable undertaking of the offer as per Annexure ‘C’.

6.6. The tender will be awarded to the party bidding the lowest lumpsum service charges.

7. COMPLETENESS OF RESPONSE7.1. Bidders are advised to study all instructions, forms, terms,

requirements and other information in the RFP documents carefully.Submission of bid shall be deemed to have been done after carefulstudy and examination of the RFP document with fullunderstanding of its implications.

7.2. Purchaser seeks a specific proposal responsive to this RFP in everyrespect and detail, rather than a mere compilation of materials andpromotional information used in other transactions. Purchaser willbe appreciative of the quality and responsiveness of the proposal.

7.3. Failure to furnish all information required by the RFP documents orsubmission of a proposal not substantially responsive to the RFP

Page 30: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

30 | P a g e

documents will be at the Bidder’s risk and may result in rejection ofits Proposal.

7.4. Notwithstanding anything contained in this RFP, Purchaser/ProjectCommittee reserves the right to accept or reject any Proposal and toannul the selection process and reject all Proposals, at any timewithout any liability or any obligation for such acceptance, rejectionor annulment, and without assigning any reasons thereof.

7.5. Without prejudice to the generality of above clause,Purchaser/Project Committee reserves the right to reject anyProposal if:

7.5.1. At any time, a material misrepresentation is made ordiscovered; or

7.5.2. The Bidder does not provide, within the time specified by thePurchaser, the supplemental information sought byPurchaser for evaluation of the Proposal.

7.5.3. Misrepresentation/ improper response by the Bidder maylead to the disqualification of the Bidder. If suchdisqualification / rejection occurs after the Proposals havebeen opened and the bidder quoting the lowest servicecharges gets disqualified / rejected, then Purchaser/ProjectCommittee reserves the right to consider the next bestBidder, or take any other measure as may be deemed fit inthe sole discretion of Purchaser/Project Committee,including annulment of the selection process.

7.6. All columns in the tender document must be duly filled and nocolumn should be left blank. “Nil” or “Not Applicable” should bemarked where there is nothing to report. All the pages of the tenderdocuments should be signed by the authorized signatory of thetenderer.

7.7. In case the space in the tender document is found insufficient, thebidders may use separate sheets to provide full information.

7.8. There should not be any deviation in the terms & conditions as havebeen stipulated in the tender document. However, in the event ofimposition of any other condition, which may lead to deviation with

Page 31: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

31 | P a g e

respect of the terms & conditions as mentioned in the tenderdocument, the bidder is required to attach a separate sheet marking“list of deviations”. Bidders are advised to bring this in the noticeof Purchaser during pre-bid meeting.

7.9. The original and all copies of the bid shall be typed or written inindelible ink and signed by the Bidder or a person duly authorizedto bind the Bidder to the contract. A letter of authorization shall besupported by a written power-of-attorney accompanying the bid. Allpages of the bid, except for un-amended printed literature, shall beinitialed and stamped by the person or persons signing the bid.

7.10. All the Bid documents submitted shall be serially page numberedand contain the table of contents with page numbers. All the biddocuments should be spiral binding/hard binding.

7.11. The bid shall contain no interlineations, erasures or overwritingexcept as necessary to correct errors made by the Bidder, in whichcase such corrections shall be initialled by the person or personssigning the bid.

7.12. Quotation received after due date, those received without separatesealed cover and rates not quoted in specified proforma will not beaccepted.

7.13. Bidders are not permitted to alter or modify their bids after expiry ofthe deadline for receipt of bids.

7.14. If a bidder quotes NIL charges/consideration, the bid shall betreated as unresponsive and will not be considered.

7.15. The tender is not transferable.

8. PRE-BID CONFERENCE8.1. Purchaser/Project Committee will hold a Pre-Bid Conference,

scheduled as per bidding schedule above where the intendedbidders can have detailed dialogue regarding the tender, procedurefor filling-in the Technical Bid, financial Bid or any othermatter/clarifications concerning the tender.

Page 32: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

32 | P a g e

8.2. Pre-Bid Conference will also provide an opportunity to seekclarifications regarding any aspect of the RFP including biddingconditions, bidding process and the project. Request forclarifications shall be sent by them through email not later than oneday before the pre-bid conference. All the requests shall beaddressed to the contact person at email id :[email protected].

8.3. All queries relating to the Bid, technical or otherwise, must be inwriting only to the designated contact person. ThePurchaser/Project Committee will not answer any communicationinitiated by prospective bidders later than five business days prior tothe due date of opening of the bids. If the Purchaser/ProjectCommittee, in its absolute discretion, deems that the biddingprocess will gain an advantage by a response to a question, thenPurchaser/Project Committee reserves the right to communicatesuch response to all prospective bidders.

9. SUPPLEMENTARY INFORMATION TO THE RFP / CORRIGENDUM /AMENDMENTS9.1. If Purchaser deems it appropriate to revise any part of this RFP or to

issue additional information to clarify an interpretation of theprovisions of this RFP, it may issue corrigendum /supplements/clarifications to this RFP. Such corrigendum / supplementaryinformation will be communicated on its official websiteswww.incometaxindia.gov.in. / www.incometaxmumbai.gov.in. Anysuch corrigendum / supplement shall be deemed to be incorporatedby this reference into this RFP. Any other document released byPurchaser, is for information purposes only and will not beconsidered as the part of RFP or its related corrigendum.

10. VENUE AND DEADLINE FOR SUBMISSION OF BID10.1. The applicant should submit/drop their bids in separate sealed

envelopes, in the tender box kept in the O/o JCIT(HQ) Projects,Room No. 353, 3rd Floor, Aaykar Bhavan, Churchgate, Mumbai upto 05:00 P.M. on or before 29.05.2017. No acknowledgement, inrespect of receipt of any bid, shall be issued.

Page 33: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

33 | P a g e

10.2. Purchaser/Project Committee may at its discretion, extend thedeadline for submission of bids by issuing an addendum andpublishing it on its official websites www.incometaxindia.gov.in. /www.incometaxmumbai.gov.in in which case all rights andobligations of Income Tax Department and the bidders previouslysubject to the original deadline will thereafter be subject to thedeadline as extended.

11. LATE BIDS11.1. Bids received after the due date and the specified time for any

reason whatsoever, shall not be entertained.

11.2. Tenders by “Telex/Telegram/Fax/E-mail” will not be accepted.Tenders may be submitted by Registered Post, by hand in person orby courier. However, any delay on this account shall not be acceptedas reason for exception.

11.3. Acknowledgement will be given to the Department of Post only forthe bids sent by the Speed Post or Registered Post.

11.4. The Income Tax Department takes no responsibility for any bids notreaching in time or not reaching at all.

11.5. The Income Tax Department takes no responsibility for the bidsreceived in torn, opened or mutilated conditions. Such bids will notbe accepted at all.

12. BID VALIDITY12.1. The bid / offer shall remain valid for a period of 12 months from the

date of opening of financial bid. During the validity period of theoffer, the bidder will not withdraw / modify the offer in terms ofprice and other terms and conditions quoted in the bid. In thisregard, the undertaking is to be submitted by the bidder along withthe Technical Bid as per the prescribed format (Annexure C).

13. OPENING OF TECHNICAL AND FINANCIAL BID13.1. The Technical Bids will be opened on 30.05.2017 at 03.30PM at

Conference Hall, 3rd Floor, Aayakar Bhavan, Churchgate, Mumbai inpresence of the bidders interested to be present. All the bidders areadvised in their own interest to be present at the specified date and

Page 34: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

34 | P a g e

time. No separate intimation will be given in this regard. Not morethan two representatives from each bidder shall be entertained. Therepresentative has to furnish an authorization letter from the bidderon their letter head for participating in the Technical Bid opening.

13.2. The Financial Bid shall be opened at a later date after the detailedevaluation of Technical Bid. The date of opening of Financial Bidshall be intimated to the technically qualified bidders only.

13.3. In case two or more tenderers quote identical amount, the workshall be awarded to the bidder with the highest turnover (similarwork) amongst them, in the F.Y. 2015-16.

13.4. The Income-tax department does not bind itself to accept the lowestbid.

13.5. An unsuccessful bidder may make a written request, within 15 daysof such rejection, for reasons for rejection of his bid.

13.6. The decision of Project Committee shall be final with regard totechnical and financial bids and the tendering process.

14. In case of any dispute, the settlement will be made in the Courts ofMumbai.

Page 35: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

35 | P a g e

Annexure ATECHNICAL BID

FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDINGAT NARIMAN POINT, MUMBAI

RFP No. MUMBAI/PROJECTS/2017-18/1 Dated __________________

(On the letter head of the concern submitting the bid)

ToThe Commissioner of Income-tax (Admn & CO),Aayakar Bhavan, Churchgate,Mumbai – 400020

Sl. No. Particulars1. Name of the Organisation2. Complete address of the Registered Office3. Phone No., Fax No. & Email id4. Date of incorporation

(enclose the copy of certificate ofincorporation)

5. Permanent Account Number(enclose document)

6. Corporate Registration Number(enclose document)

7. Service tax and VAT Number(enclose documents)

8. Name, designation and contact details ofthe contact person

9. Income Tax Return for last three financialyears ending 31.03.2016(enclose documents)

10. Whether a Public Sector Undertaking setup by the Central or State Government tocarry out civil or electrical works

YES/NO

11. If the answer to point 10 above is yes,please submit documents to substantiate

12. Whether a Central/State GovernmentOrganisation/PSU notified by the Ministryof Urban Development for such purpose,as stipulated under Rule 133(3) of GFR,2017

YES/NO

13. If the answer to point 12 above is yes,please submit documents to substantiate

Page 36: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

36 | P a g e

14. Whether the PSU/ Govt. Organisation hasin the same business (similar work) for aminimum period of 5 years as on 31st

March 2017 OR PSU/ Govt. Organisationhas minimum 5 years’ experience ofsimilar work as on 31st March 2017?

YES/NO

15. If the answer to point 14 above is yes,please submit documents to substantiate

16. Whether a Public SectorUndertaking/Organisation satisfies thecondition mentioned in Clause 2.2 ofSection 7 of RFP?

YES/NO

17. If the answer to point 16 above is yes,please submit documents to substantiate

18. Whether turnover of the PSU/Govt.Organisation in last three financial yearsending on 31.03.2017 was more than 33Crore?

YES/NO

19. If the answer to point 18 above is yes,please submit copies of Audited Reportincluding balance sheet, profit & loss forthe last three financial years ending31.03.2017.

20. Whether the PSU/ Govt. Organisation hasexperience in Green Building Constructionhaving minimum GRIHA 3 rating.

YES/NO

21. If the answer to point 20 above is yes,please submit documents to substantiate

22. Whether the PSU/ Govt. Organisation hasexperience of construction by adoptingnew technology as per the circular issuedby the Ministry of Housing and UrbanPoverty Alleviation (Refer Clause 2.5 ofSection 7 of RFP).

YES/NO

23. If the answer to point 22 above is yes,please submit documents to substantiate

Conditions:

1. In case the answer of any of the questions under 10, 12, 14, 16, 18, 20 &22 is “NO”, or is not substantiated by documents, the Technical Bid shallbe rejected.

2. If reply to questions 20 & 22 above are YES then enclose the followingdetails:

Page 37: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

37 | P a g e

i. Information in the following format:Sl.No.

NameandAddressof theProject

Name andaddress oftheOrganisation

Year ofConstruction

GRIHARating/Nameof thetechnologyused

Name andcontactdetails ofcontactperson oftheorganisation

ii. Copy of the documents in which it is mentioned that Greenbuilding Construction (point 20) or new technologies (point 22) areused.

iii. Certificate from the bidder certifying that Green buildingConstruction (point 20) or new technologies (point 22) adopted inthe projects mentioned in point (i) above.

I/We hereby certify that the information furnished above is full andcorrect to the best of my/our knowledge and belief. I/We understandthat in case any deviation is found in the above statement at any stage,the company will be blacklisted and will not have any dealing with theDepartment in future.

Name of the Organisation: _______________Name, Designation and Signature of theSeal: __________________ Authorized SignatoryPlace:Date:

Page 38: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

38 | P a g e

Annexure BFINANCIAL BID

FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDINGAT NARIMAN POINT, MUMBAI

RFP No. MUMBAI/PROJECTS/2017-18/1 Dated __________________

(On the letter head of the concern submitting the bid)

ToThe Commissioner of Income-tax (Admn & CO),Aayakar Bhavan, Churchgate,Mumbai – 20

As per your advertisement and RFP available on your website, we have gotacquainted our-self with the nature of work, site condition, and other detailsand also we agree with the mode of payment prescribed.

For our services and work for providing preliminary estimates and architecturaldesigns, supply & installation of equipment/items, construction of building atNariman Point, Mumbai, including day to day discussions with departmentalofficials for finalizing the designs and estimates and day-to-day intensivesupervision during the building period and delivering the duly completedproject in a turnkey manner you will pay us the “Total Contract Value” which istotal of “Project Construction Cost” and lump sum “Service Charges” andservice tax and associated cess etc.

Our lump sum charges for all the services required (except the items/servicesfor which ‘project construction cost’ is payable) to completely deliver thisproject, would be Rs. ……………….. (in words Rs. ___________ ). This isexclusive of service tax and associated cess etc.

Name of the Organisation: _______________Name, Designation and Signature of theSeal: __________________ Authorized SignatoryPlace:Date:

Page 39: Contentsoffice.incometaxindia.gov.in/mumbai/Lists/Tenders/Attachments/292… · INCOME TAX DEPARTMENT, MUMBAI REQUEST FOR PROPOSAL FOR DESIGN AND CONSTRUCTION OF OFFICE BUILDING AT

39 | P a g e

Annexure C(On stamp paper of Rs.500/- and duly notarized)

IRREVOCABLE UNDERTAKING

RFP No. MUMBAI/PROJECTS/2017-18/1 Dated __________________

ToThe Commissioner of Income-tax (Admn & CO),Aayakar Bhavan, Churchgate,Mumbai – 20

Pursuant to your advertisement on departmental website

www.incometaxindia.gov.in. / www.incometaxmumbai.gov.in dated ______for

the Design and Construction of Office Building at Nariman Point, Mumbai,

I/we submit my/our offer. The offer is valid for a period of 12 months from

date of opening of financial bid. I/We, in consideration of you agreeing to the

process and consider our proposal, irrevocably undertake that during the

currency of my/our bid, I/we will not withdraw or modify the offer in terms of

the price quoted or in terms of other terms and conditions on which the offer

is made. As the Department has invested good amount of money and time for

processing my/our proposal, in the event of my/our committing default of

this undertaking, or for any reason whatsoever, I/We hereby further

undertake to pay the Department liquidated damages equivalent to the

Earnest Money Deposit (EMD).

This undertaking is executed on this _______ day of _____________ 2017.

Signature ________________

Name _________________

Address __________________

NOTARY SEAL & SIGN