notice inviting application for pre … · building contractors for civil, electrical, plumbing,...

45
1 | Page NOTICE INVITING APPLICATION FOR PRE-QUALIFICATION OF BUILDING CONTRACTORS for Civil, Electrical, Plumbing, Sanitary, Fire-fighting and Allied services FOR THE PROPOSED CONSTRUCTION OF MULTI-STOREYED RESIDENTIAL TOWERS AT SBI Staff Residential Complex, Sector 13, NERUL, NAVI MUMBAI PRE-QUALIFICATION DOCUMENT (Application to be submitted on any working day on or before the last date at the following address) State Bank of India Estate Department, State Bank Global IT Centre, Plot no 8,9 & 10, Sector 11, CBD Belapur, Navi Mumbai 400 614 Last date and time of submission: 06/07/2017 upto 3.00 p.m. Ref. no. Nerul/PQ/2017 Dated :14/6/2017

Upload: doandung

Post on 29-Apr-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

1 | P a g e

NOTICE

INVITING APPLICATION FOR

PRE-QUALIFICATION OF

BUILDING CONTRACTORS for

Civil, Electrical, Plumbing, Sanitary, Fire-fighting and Allied services

FOR THE

PROPOSED CONSTRUCTION OF

MULTI-STOREYED RESIDENTIAL TOWERS

AT

SBI Staff Residential Complex,

Sector 13, NERUL, NAVI MUMBAI

PRE-QUALIFICATION DOCUMENT

(Application to be submitted on any working day on or before the last date at the

following address)

State Bank of India

Estate Department,

State Bank Global IT Centre,

Plot no 8,9 & 10, Sector – 11,

CBD Belapur, Navi Mumbai – 400 614

Last date and time of submission: 06/07/2017 upto 3.00 p.m.

Ref. no. Nerul/PQ/2017 Dated :14/6/2017

2 | P a g e

NEWSPAPER NOTICE

STATE BANK OF INDIA

Global IT Centre, Estate Dept, Ground Floor, CBD Belapur, Sec.11 Navi Mumbai

400 614

Request for proposal for

PRE-QUALIFICATION OF CONTRACTORS

Request for Proposal for pre-qualification of Contractors for construction of multi-

storeyed residential towers at Nerul, Navi Mumbai.

Details and formats can be downloaded from our website www.sbi.co.in under link

procurement news or be obtained from this office during 14/06/ 2017 to 06/07/2017.

The last date for receipt of offers is 06/07/2017, upto 15.00 hours.

D.G.M. (F&OA)

WEBSITE NOTICE

Notice inviting offers/applications for pre-qualification of contractors for

construction of multi-storeyed residential towers at Nerul, Navi Mumbai. Download

details.

3 | P a g e

Index: The RFP documents are categorized as under:

Sl.

no.

Particulars Page

no.

Remark/s

1 RFP Cover Page 1

2 Newspaper/ Website Notice 2

3 Index 3

4 Brief Particulars of The Work 4

5 Pre-Qualification Eligibility, Documents etc 4

6 Instructions to Applicants 8

7 General Terms & Conditions 11

8 Covering Letter Cum Declaration for Submission of

Application

18 Annexure-A

9 Application Format 20 Annexure - B

10 Bio-Data of the Directors/Partners/ Key Associates 24 Annexure -C

11 Financial Information 25 Annexure D

12 Financial year wise turnover details for the last 7

years

26 Annexure -E

13 Details of Works Completed During Last 7 Years 27 Annexure -F

14 Details of All ‘Similar (Electrical)’ Works

Completed During the Last 07 Years Ending

31.03.2017

28 Annexure -F1

15 Details of all ‘similar (electrical, CCTV, Lan

cabling, solar power, fire fighting etc ) works

completed during the last 07 years ending

31.03.2017

29 Annexure - G

16 ‘Similar’ projects on hand - under execution or

awarded

30 Annexure - H

17 Supplementary Information on Completed Major

Works

31 Annexure - I

18 Solvency Certificate with Bank's Detail 32 Annexure - J

19 Details of Manpower Technically Skilled 33 Annexure - K

20 Details of Plant & Machinery, Manufacturing Units,

Tools and Equipments Likely to be Used in Carrying

Out the Work.

34 Annexure - L

21 Evaluation Matrix Format 35 Annexure - M

22 Pre contract integrity pact format 40 Annexure - N

4 | P a g e

1. BRIEF PARTICULARS OF THE WORK

1.1 STATE BANK OF INDIA proposes to construct three multi-storeyed

residential buildings on its land located in a prime location of the city at Nerul,

Navi Mumbai.

1.2 The proposed buildings will be reinforced concrete framed structures and will

have Ground + 2 podium + 23 floors having BUA of approximately 5,00,000

sq. ft including two podium plus 23 floors etc. The buildings shall be equipped

with all modern facilities such as various MEP systems, Fire detection & fire

fighting system, Security Surveillance System, DG sets, Elevators, Sewage

Treatment plant, Solid Waste Management System, EPABX System, Rain

Water Harvesting, Site Development, Site infrastructure, Landscaping and

Horticulture etc.

1.3 The estimated cost of Civil, Electrical, Sanitary, Plumbing, fire-fighting and

allied services is approx Rs.130 crores.

1.4 The proposed buildings are to be constructed and completed in all respects on

FAST TRACK. The time allowed for completion of the total project is 30

months including monsoon period.

1.5 The proposed buildings will be constructed as per Green Building Norms and

pre-certified.

1.6 All drawings (Architectural, structural and MEP Services) for the work shall be

made available by the Architectural Consultancy Firm M/s. Pheroze

Kudianavala Consultants Engineers Pvt. Ltd., Mumbai.

1.7 Work shall, in general, be executed according to General Conditions, special

conditions of the contract, and other conditions as specified by the bank,

relevant Indian standards (BIS codes), BOQ, Technical Specifications,

Drawings, and Instructions from Architect / Bank from time to time.

1.8 For all specialized items of work, the Contractor shall be required to engage

specialized agencies for such items of work with prior approval of SBI /

Architects as per the criteria in the tender document.

2.0 PRE-QUALIFICATION ELIGIBILITY, DOCUMENTS ETC

SBI intends to pre-qualify the Building Contractors who have the requisite

qualifying experience and competency specified in the pre-qualification criteria

for selection of competent contractor for the construction of the residential

towers and qualifies as per Technical qualifications.

2.1 INITIAL ELIGIBILITY CRITERIA FOR APPLYING TO

PREQUALIFICATION.

Sl

no.

Minimum eligibility criteria Papers/documents/details

to be submitted

1 The applicant should be a well-established Certificate incorporation

5 | P a g e

and reputed Indian Construction Company

(for a minimum period of 10 years) engaged

in construction of large multi-storeyed

residential projects.

with the registrar of

company/

Firm/Partnership deed

2 The applicant should have satisfactorily

completed “similar” works of magnitude as

specified below during the last 7 years

ending 31.03.2017.

(i) Three similar completed works, each

costing not less than Rs 52 crores during the

last seven years ended on 31.03.2017.

OR

(ii) Two similar completed works each

costing not less than Rs 65 crores during the

last seven years ended on 31.03.2017.

OR

(iii) One similar completed works costing

not less than Rs. 104 crores during the last

seven years ended on 31.03.2017.

Note: (i) “similar” works under this clause

shall mean “The work of Multi-storeyed

residential buildings of minimum 20 storey

(including podium/stilt levels.”.

(ii) “Cost of work” shall mean actual

gross value of completed “similar’ work

including all the components executed under

single contract. The applicant shall submit a

copy of final Bill certificate of each project

executed by them, during the said period.

(iii) “Applicant or Bidder” means

proprietary concern, partnership firm, private

or public limited company applying for pre-

qualification. “Client” or “Bank” means

State Bank of India.

Certified by an Officer

not below the rank of

Superintending Engineer/

Chief Project Manager or

equivalent of the

Organization for whom

works has been done. In

case of private building/s,

project architect will have

to certify the execution of

work.

Additionally, committee

may, at its own discretion,

visit the site/s.

3 The applicant should have average annual

financial turnover of Rs 39.00 Crores in

construction works during the last three

financial years ended on 31/03/2017.

Financial Year in which no turnover is

shown would also be considered for working

out the average.

Duly audited financial

statements (Balance sheet

, Trading and P & L

accounts) and certified by

a Chartered Accountant

4 The applicant firm/ company should not have

incurred operating loss during last three

financial years as on 31/03/2017. The firm

should not be under liquidation, court

receivership or similar proceedings.

Duly audited financial

statements (Balance sheet

, Trading and P & L

accounts) and certified by

a Chartered Accountant

5 The applicant firm/ company should have a On Bank's letter Head in

6 | P a g e

solvency of Rs 39.00 crores certified by a

Scheduled Commercial Bank, on the format

given in Annexure J. The Solvency

Certificate should not be obtained earlier

than 31/03/2017.

original.

6 The applicant should have executed the

Electrical , CCTV, Fire fighting, Solar

system work/s with minimum value

mentioned hereunder during last seven years

ended on 31.03.2017 and shall provide a

documentary proof of the same alongwith

required license for executing the electrical

works. In case, the applicant has himself not

executed any electrical works individually,

he can have a sub-contractor who meets the

conditions as mentioned below in respect of

Electrical , Air-conditioning, CCTV, Fire

fighting , Solar system works, Lan cabling

etc. In such case, the applicant shall include

the name of at least 3 firms of Electrical

Contractors of repute & standing who will

fulfill the following Eligibility Criteria, one

of whom will be appointed by the applicant

as their sub-contractor for executing the

electrical installation work:

Three ‘similar’ (Electrical, Air-conditioning,

CCTV, Fire fighting , Solar system, Lan

cabling etc) completed works each costing

not less than Rs 8 crores during the last

seven years ended on 31.03.2017.

OR

Two ‘similar’ (Electrical, Air-conditioning,

CCTV, Fire fighting , Solar system, Lan

cabling etc) completed works each costing

not less than Rs 10 crores during the last

seven years ended on 31.03.2017.

OR

One ‘similar’ (Electrical, Air conditioning,

CCTV, Fire fighting , Solar system, Lan

cabling etc) completed works costing not less

than Rs. 16 crores during the last seven

years ended on 31.03.2017.

(Note- ‘similar’ (Electrical, Air-conditioning,

CCTV, Fire fighting , Solar system, Lifts etc)

works mean “Electrification and allied works

for a Residential Building, with minimum 20

floors, including stilt/ podium levels.)

Certified by an Officer

not below the rank of

Superintending Engineer/

Chief Project Manager or

equivalent of the

Organization for whom

works has been done. In

case of private building/s,

project architect will have

to certify the execution of

work.

Additionally, committee

may, at its own discretion,

visit the site/s.

7 | P a g e

In such case, all the documentary proof as

required of the proposed associate party

meeting the eligibility criteria should be

enclosed. However, the applicant will be the

lead partner in MoU and responsible to the

Bank, in case his firm gets prequalified and

awarded the work.

2.2 OTHER EVALUATION CRITERIA AND EVALUATION FOR PRE-

QUALIFICATION:

Only such contractors who fulfill the eligibility criteria mentioned aforesaid

at para 2.1 need to apply. Joint ventures and/or consortium are not allowed

and will not be accepted.

For the purpose of pre-qualification, applications will be evaluated in the

following manner:

2.2.1 The initial eligibility criteria prescribed in Para 2.1 above shall first be

scrutinized and the applicant’s eligibility for pre-qualification for the work be

determined.

2.2.2 Only the applicants who meet the initial eligibility criteria specified as above

will be further evaluated on the basis of details furnished by them and

assessing their competence, as per scoring matrix given in Annexure L. The

applicant / firm, securing minimum 60 marks will be short listed.

2.2.3 The authorized representative/s of Bank may visit projects / sites which are

executed / being executed by the applicants, in order to evaluate the

performance of the applicants. In such case, the applicant will be required to

obtain/give them the necessary permission/facilities and arrangements for

site visit as necessary.

2.2.4 On the basis of the prequalification criteria mentioned above and after the

evaluation of the applicants based on the information/papers/details provided

by them and site visit report/s, confidential reports obtained from various

clientele (wherever necessary), applications will be shortlisted. Thus

shortlisted applicants will be considered as the empanelled contractors

subject to verification of relevant documents and only from them the tenders

for the construction of captioned project will be invited.

2.2.5 After evaluation of applications for pre-qualification, based on the evaluation

criteria, list of qualified/ shortlisted contractors will be prepared. Thereafter,

pre-qualified contractors would be invited to submit tenders for the work.

2.3 PRE-QUALIFICATION DOCUMENT (RFP):

2.3.1 The prequalification document is available on the web site of SBI,

www.sbi.co.in under procurement news. The Pre-qualification document can

also be obtained from the office of M/s Pheroze Kudianavala Consultants

8 | P a g e

Engineers Pvt. Ltd., Mackinnon Mackenzie Building, Ballard Estate,

Mumbai – 400 038. (Architectural Consultancy Firm for the project).

2.3.2 The duly filled-in Pre-Qualification Document should be submitted upto 15.00

Hrs. upto the last date of submission at the address mentioned at page no. 1

of this RFP Document, in non-window sealed envelope super scribed as

“Prequalification of Building Contractors for the Proposed construction of

Multi-storeyed Residential Towers at Nerul, Navi Mumbai”.

2.3.3 Bank reserves the right to accept or reject any or all applications without

assigning any reason thereof. However, Bank also reserves the right to

restrict the list of prequalified contractors to any number deemed suitably by

it. This prequalification does not bind SBI to award any job/project to the

prequalified contractors.

3.0 INSTRUCTIONS TO APPLICANTS

3.1 GENERAL INSTRUCTIONS:

Please read these instructions carefully before filling up the application form.

3.1.1 The application must be submitted in the proforma given in RFP Document

at Annexure B, alongwith all its enclosures (after downloading from our

website without editing the text whatsoever). Formats, wherever given in

annexure to be used and papers, supporting the information/'details provided

in the application/enclosure should be submitted. All the papers should be

duly signed by the authorized signatory of the applicant firm/company and

should have stamp of the firm/ company. Any violation of this condition may

render the application invalid.

3.1.2 The Application form have to be submitted in the prescribed format with

covering letter on the format in Annexure A, along with all the annexure and

necessary documents / details as sought, containing other details etc. as

mentioned. The sealed cover should be super scribed with the legend

“Prequalification of Building contractors for construction of proposed

multistoried residential towers at SBI Residential Colony, Nerul, Navi

Mumbai”

3.1.3 The applicant should seal and sign each page of the application and its

annexure / documents.

3.1.4 Submission of completed application form in the prescribed format at this

office should be done upto 3.00 pm on the last date of submission, as

mentioned at first page of this document, to the office of Asstt. General

Manager (Estate), State Bank of India, Estate Department, Global IT Centre,

Plot no 8,9 & 10, Sec- 11, CBD Belapur, Navi Mumbai – 400 614.

3.1.5 Pre-bid queries can be submitted by the prospective applicants, upto

21.06.2017, through Dak/Letter/ Email ([email protected]). Pre-bid

meeting will be held at 3.00 pm on 23.06.2017 at the address mentioned

above at sub-para iii, to provide clarifications (if any) for the applicants on

any issue relevant to this notice.

3.1.6 The applicant is advised to visit the site of work, at his own cost, and

examine the same and its surroundings by himself, collect all information

9 | P a g e

that he considers necessary for proper assessment of the prospective

assignment. He may contact the office of Asstt.. General Manager, Estate

Department, State Bank of India, Global IT Centre, Plot no 8,9 & 10, Sec-

11, CBD Belapur, Navi Mumbai – 400 614, for fixing appointment prior to

visiting the site.

3.1.7 All information called for in the enclosed forms should be furnished against

the relevant columns in the forms. If for any reason, information is furnished

on separate sheet, this fact should be mentioned against the relevant column.

Even if no information is to be provided in a column, a “Nil” or “no such

case” or “Not Available” entry should be made in that column. If any

particulars/queries are not applicable in case of the applicant, it should be

stated as “Not Applicable”. The applicants may please note that giving

incomplete/ unclear information called for in application forms, or making

any change in the prescribed forms, or deliberately suppressing any

information, may result in disqualification of the applicant summarily.

Applications received thus will not be entertained. Application sent through

fax/ email etc will not be entertained.

3.1.8 Overwriting and using of correcting fluid should not be done. Corrections, if

any, should be made by neatly crossing out and shall be rewritten with

initials and date. Pages of the document have to be numbered. Additional

sheets, if any, added by the contractor, should also be numbered by him.

They should be submitted as a package with signed letter of transmittal.

3.1.9 The applicant may furnish any additional information, which he thinks is

necessary to establish his capabilities to successfully complete the envisaged

work. He is, however, advised not to furnish superfluous information. No

information shall be entertained after submission of offer document unless it

is called for by the bank/ its representative architect.

3.1.10 A soft copy of all the details furnished (Submittals) by the Applicant shall

also be submitted in CD / DVD along with the application in digital format.

3.1.11 References, information and certificates from the respective clients

certifying suitability, technical know-how or capability of the applicant

should be signed by an officer not below the rank of Superintending

Engineer/Chief Project Manager or equivalent.

3.1.12 Documents submitted in connection with pre-qualification will not be

returned.

3.1.13 The applicant should submit the covering letter on the letter head of the

applicant attached/appended with Application form along with annexures of

pre-qualification document as mentioned / necessitated.

3.1.14 Corrigendum / addendums (if any) to this document shall only be available /

posted on SBI’s website

3.1.15 SBI reserves the right to reject any application without assigning any reason

and to restrict the list of pre-qualified contractors to any number deemed

suitable by the bank.

10 | P a g e

3.1.16 Even though an applicant may satisfy the above requirements, he would be

liable to disqualification if he has:

(i) Made misleading or false representation or suppressed the information in

the forms/ statements/papers

(ii) Record of poor performance such as, abandoning work, not properly

completing the contract, or financial failures/ weaknesses etc.

(iii) Blacklisting or such punitive action/s from government department/

PSU etc or gross violation of government norms, while executing the

works, may render the applicant firm disqualified.

3.1.17 Bank reserves the right to:-

a) Amend the scope and value of contract to the applicant.

b) Reject any or all of the applications without assigning any reason.

3.1.18 The SBI reserves the right to verify the particulars furnished by the applicant

independently. If any information furnished by the applicant is found

incorrect at a later date, he shall be liable to be debarred from tendering

/taking up the work in SBI, the tender/ work will be cancelled, whenever it is

so noticed. The department will not pay any damages to the Company or

firm or the concerned person.

3.1.19 The prequalification of the shortlisted contractors stands valid for 12 months

from the date of confirmation of pre-qualification by the Bank. However,

SBI reserves the right to curtail or extend this period, subject to consent of

pre-qualified contractor/s.

3.1.20 The applicants who download the PQ document from the website, should

read the following important instructions carefully before submitting the PQ

offer documents:-

a) The applicants should read carefully & ensure that the complete PQ

document contains 45 pages. The applicant should ensure that no page in

the down-loaded PQ document is missing.

b) The printout of PQ document should be taken on ‘A 4’ size paper only

& the printer settings, such that document is printed as appearing in the

website & there is no change in formatting, number of pages etc.

c) The applicant should ensure that every page of the down-loaded PQ

document is signed by applicant with stamp (seal) of the applicant

company and all the blanks are filled by the Applicant, suitably.

3.1.21 The Company or firm or any other person should not submit the offer for pre-

qualification for the work in case his/her near relative(s) (directly recruited or

on deputation in SBI & Architect) is/are posted in any capacity either non-

executive or executive employee. Near relative(s) for this purpose is/are

defined as-

i) Member of Hindu Undivided family (HUF)

ii) They are Husband and wife

iii) The one is related to other in the manner as father, mother, son(s) &

son’s wife (daughter-in-law), Daughters(s), Daughter’s husband (son-

11 | P a g e

in-law), brother(s), brother’s wife, sister(s), sister’s husband (brother-

in-law)

The applicant (principal contractor) shall also intimate the names of persons

who are working with him in any capacity or are subsequently employed by

him or who are near relative to employee/officer in the Bank.

3.1.22 Efforts on the part of the applicant or his agent to exercise influence or to

pressurize the employer would result in rejection of application. Canvassing

in any kind is prohibited.

4.0 General Terms & Conditions:

While detailed terms & conditions of the agreement will be advised at the time of

issuance of tender for awarding work, brief of the terms & conditions is given

hereunder:

4.1. Additional Representation And Warranties By Contractor:

4.1.1 The contractor shall perform the contract and carry out its obligations under

the agreement with due diligence, efficiency and economy, in accordance with

generally accepted techniques and practices used in the industry.

4.1.2 The contractor shall duly intimate to the bank immediately, the changes, if

any in the constitution of the contract provider.

4.1.3 The contractor shall ensure that all persons, employees, workers and other

individuals engaged by or sub-contracted by the contractor in rendering the

contract under this agreement have undergone proper background check, police

verification and other necessary due diligence checks to examine their

antecedence and ensure their suitability for such engagement. No person shall

be engaged by the contractor unless such person is found to be suitable in such

verification and the contractor shall retain the records of such verification and

shall produce the same to the bank as when requested.

4.2 Confidentiality:

4.2.1 For the purpose of this Agreement, Confidential Information shall mean (i)

information of all kinds, whether oral, written or otherwise recorded including,

without limitation, any analyses, compilations, forecasts, data, studies or other

documents, regarding the past, current or future affairs, business, plans or

operations of a Party to which the other Party will have access, (ii) the

existence of the contemplated terms and the fact that discussions or

negotiations are taking place or have taken place between the Parties

concerning the contemplated terms, (iii) any and all information regarding the

contemplated terms and any agreements that may be entered into in relation

thereto and (iv) any customer details or other data received by a Party from the

other Party or its customer(s) or otherwise shared between the Parties in

connection with the Service.

4.2.2 Each Party shall keep confidential and shall not, directly or indirectly,

disclose, except as provided in sub-clauses below, in any manner whatsoever,

in whole or in part, the Confidential Information without the other Party’s prior

written consent.

12 | P a g e

4.2.3 Contractor agrees to indemnify and hereby keeps the bank indemnified against

all actions, claims, loss, damages, costs, charges, expenses (including

Attorney/Advocate fees and legal expenses) which bank may suffer or incur on

account of breach of confidentiality obligations as per this agreement by

contractor or its employees, agent, representatives, sub contractors. Contractor

further agrees to make good the loss suffered by the Bank upon first demand by

the Bank which shall be final, conclusive and binding on contractor.

4.3 Relationship Between The Parties:

4.3.1 It is specifically agreed that the Service Provider shall act as independent

service provider and shall not be deemed to be the Agent of the Bank except in

respect of the transactions/services which give rise to Principal - Agent

relationship by express agreement between the Parties.

4.3.2 Neither the Service Provider nor its employees, agents, representatives, Sub-

Contractors shall hold out or represent as agents of the Bank.

4.3.3 None of the employees, representatives or agents of Service Provider shall be

entitled to claim permanent absorption or any other claim or benefit against the

Bank.

4.3.4 This Agreement shall not be construed as joint venture. Each Party shall be

responsible for all its obligations towards its respective employees. No employee of

any of the two Parties shall claim to be employee of other Party.

4.3.5 All the obligations towards the employees of a Party including that on account

of personal accidents occurred while working in the premises of the other Party shall

be with the respective employer and not on the Party in whose premises the accident

occurred.

4.4 Sub- Contracting:

No sub-contracting of any part of the contract by the contractor shall be allowed

other than those specifically mentioned in this agreement or agreed by the bank in

writing.

4.5. Performance Guarantee & Penalty:

4.5.1 Performance of the obligations under the agreement shall be made by the

contractor in accordance with the time schedule specified in this agreement.

4.5.2 Any unexcused delay by the contractor in the performance of its contract

obligations shall render the contractor liable to termination of the contract for default.

4.5.3 If at any time during performance of the contract, the contractor should

encounter unexpected conditions impending timely completion of the contract under

the agreement and performance of the contract, the contractor shall promptly notify

the bank in writing of the fact of the delay, its likely duration and its cause(s). As

soon as practicable, after receipt of the contractor’s notice, the Bank shall evaluate

the situation and may at its discretion extend the contractor’s time for performance,

in which case the extension shall be ratified by the parties by amendment to the

agreement.

4.6 Liquidated Damages:

If vendor fails to perform contract in the technical specifications and scope of work

with the requisite quality, minimum qualification of the manpower and within

13 | P a g e

stipulated time schedule, the Bank shall, without prejudice to its other remedies

under the contract, deduct from the contract price, as liquidated damages, as per

terms of contract.

4.7 Force Majeure:

4.7.1 Notwithstanding anything else contained in the agreement, neither party shall

be liable for any delay in performing its obligations herein if and to the extent that

such delay is the result of an event of Force Majeure.

4.7.2 For the purpose of this clause. “Force Majeure” means and includes wars,

insurrections, revolution, civil disturbance, riots, terrorist acts, public strikes, hartal,

bundh, fires, epidemic, quarantine restrictions, freight embargoes, declared general

strikes in relevant industries, vis Major Act of Government impeding reasonable

performance of the contractor and/ or sub-contractor but does not include any

foreseeable events, commercial considerations or those involving fault or negligence

on the part of the party claiming force Majeure.

4.7.3 If a Force Majeure situation arises, the contractor shall promptly notify the

Bank in writing of such conditions, the cause thereof and the likely duration of the

delay. Unless otherwise directed by the bank in writing, the contractor shall continue

to perform its obligations under the agreement as far as reasonably practical, and

shall seek all reasonable alternative means for performance not prevented by the

Force Majeure event.

4.7.4 If the event of Force Majeure continues for a period more than 30 days, the

bank shall be entitled to terminate the agreement at any time thereafter. Neither party

shall have any penal liability to the other in respect of the termination of this contract

as a result of an event of Force Majeure. However, contractor shall be entitled to

receive payments for all services actually rendered up to the date of the termination

of this agreement.

4.8 Compliance with Laws:

4.8.1 Contractor hereby agrees and declares that it shall be the sole responsibility of

contractor to comply with the provisions of all the applicable laws, concerning or in

relation to rendering of services by contractor as envisaged under this agreement.

4.8.2 Contractor shall be solely liable and responsible for compliance of applicable

central labour laws in respect of its employees agents, representatives and sub-

contractors and in particular laws relating to terminal benefits such as pension,

Gratuity, Provident fund, Bonus, or other benefit to which they may be entitled and

the laws relating to contract labour, minimum wages etc., and the bank shall have no

liability in these regards. Further, the contractor would indemnify / make good for

the losses to the Bank for non-compliance or any claims against the Bank arising out

of any non-compliance as above.

4.8.3 Contractor confirms that it has full authority to enter into this agreement and

render the contract as envisaged under this agreement and all corporate or other

necessary approvals have been obtained for entering into this agreement with the

Bank. Further, the persons executing this agreement on behalf of the contractor have

full authority and power to execute this agreement and bind contractor.

4.8.4 The contractor shall arrange and pay for policy under the public liability

Insurance Act, 1991 and insure and keep insured all materials which are or have been

declared to be hazardous under the notifications issued or that may be issued from

14 | P a g e

time to time under the above said act or any rules framed there under and which

substances are used by the contractor during the course of the housekeeping services

under these presents.

4.8.5 The Contractor shall obtain adequate insurance policy in respect of the

personnel engaged for the service, towards meeting the likability of compensation

arising out of death, injury/disablement at work etc. and shall regularly and

punctually pay each and every premium as and when the same shall become due

during the currency of these presents.

4.8.6 The contractor should possess, for the entire duration of these presents, all

licenses and registrations as may be required under any law and shall be responsible

to register himself and obtain a valid license under contract labour (regulation and

Abolition) Act 1950 and rules these under. The contractor shall comply with all rules

and regulations in force under the said act and rules. Contractor shall also comply

with all applicable laws, rules and regulations relating to provident fund. Payment of

Bonus, Minimum wages or any other statutory/ Regulatory requirements. Any

dispute regarding such dues shall and be dealt with and settled by the contractor.

4.8.7 The contractor shall in terms of the provisions of sections 16,17 and 18 of the

contract labour (Regulation & Abolition) Act, 1970 and the rules framed under the

said act provide the prescribed amenities to its personnel. In case of failure of

contractor in comply with the said provisions, the Bank may provide the same when

called upon to do so by the competent Authorities and deduct the expenses incurred

thereof from the bills of the contractor without prejudice to its other rights and

remedies under these presents. The contractor shall be responsible for proper

maintenance of all registers, records and accounts so far these relate to the

compliance of any and all statutory provisions/obligations.

4.8.8 Payment of wages to all workers engaged by the contractor should be through

an account maintained with any scheduled commercial Bank.

4.9 Cancellation of Contract:

4.9.1 The Bank may, without prejudice to any other remedy, for breach of contract

or for any reason send written notice less than thirty days to the contractor, to

terminate the agreement in whole or in part.

4.9.2 In the event of the termination of the Agreement, Service Provider shall be

liable and responsible to return to the Bank all records, documents, data and

information including Confidential Information pertains to or relating to the Bank in

its possession.

4.9.3 In the event of termination of the Agreement for any reason, Bank shall have

the right to give suitable publicity to the same including advising the Indian Bank’s

Association.

In the event of termination of the Agreement or on the expiry of the term/ renewed

term of this Agreement, the Service Provider shall render all reasonable assistance

and help to the Bank and any new contractor engaged by the Bank for the smooth

switch over and continuity of the Services or if so required by the Bank take all

necessary steps to bring the Services to a close in a prompt and orderly manner.

4.9.4 Upon termination or expiration of this Agreement, all rights and obligations of

the Parties hereunder shall cease, except:

such rights and obligations as may have accrued on the date of termination or

expiration;

15 | P a g e

the obligation of confidentiality; and any right which a Party may have under the

Application Law.

4.10 Right To Audit:

4.10.1 It is agreed by and between the parties that the Bank shall have the right to

audit the site and repair works at any time during the term of this agreement. All

costs for such audit shall be borne by the Bank.

4.10.2 The Bank/Chief Technical Examiner's Organization of CVC shall have the

right to conduct audits on the contractor/work whether by its internal or external

auditors, or by agents appointed to act on its behalf and to obtain copies of any audit

or review reports and findings made on the contractor in conjunction with the

services performed for the bank. The findings/ observations of CTEO shall be

binding on the contractor/its representative/s.

4.10.3 Bank shall have the access to all books, records and information relevant to

the works available with the contractor.

4.10.4 The parties agree that the Bank shall have the right, but without any obligation

to monitor and assess, the services to enable the Bank to take necessary corrective

measures, provided any such monitoring shall not amount to supervision of any jobs

of the contractor or the employees of the contractor.

4.10.5 The Bank should have right to conduct surprise check of the contractor’s

activities in respect of the repair works.

4.10.6 The contractor agrees that the Bank shall have the right to disclose the details

of this agreement and the details of contract covered herein to the Reserve Bank of

India and Indian Banks Association.

4.10.7 The contractor agrees to allow the RBI or persons authorized by it to access

the documents, records of transactions, and other necessary information stored or

processed by the contractor in respect of this agreement.

4.10.8 The contractor agrees the documents and data in respect of the contract for

such period in accordance with the legal/regulatory obligation of the bank in this

regard.

4.10.9 The contractor agrees that the complaints/feedback, if any received from the

employees/ Guest of the bank in respect of the repairs by the contractor shall be

recorded and Bank/Reserve Bank of India shall have access to such records and

redressal of customer complaints by the contractor.

4.10.10 Where any deficiency has been observed during audit of the service provider

in its processing facilities and operating practices, the Service Provider shall

correct/resolve the same at the earliest, and shall provide all necessary documents

related to resolution thereof and shall further certify in respect with resolution of the

deficiencies

4.11. Fees, Taxes Duties & Payments

Contractor shall be paid fees and charges in the manner detailed in hereunder written

subject to deduction of income tax thereon wherever required under the provisions of

the Income Tax Act by the bank.

4.12 Payment Terms

16 | P a g e

All other taxes including service tax, duties and other charges which may levied shall

be borne by the contractor and the bank shall not liable for the same.

4.13 General Indemnity

4.13.1 Contractor agrees and hereby keeps the Bank indemnified against all claims,

actions, loss, damages, reputation loss, coats, expenses, charges, including legal

expenses (Attorney, Advocates fees included) which the bank may suffer or incur on

account of any deficiency in repairs rendered by contractor or any act of

commission/omission on the part of employees, agents, representatives or sub-

contractors of contractor. Contractor agrees to make good the loss suffered by the

bank on first demand made by the bank in this regards which shall be final

conclusive and binding on the contractor.

4.13.2 Contractor further undertakes to promptly notify the bank in writing any

breach of obligation of the agreement by its employees or representatives including

confidentiality obligation and in such an event, the Bank will in addition to and

without prejudice to any other available remedies to entitled to immediate equitable

relief in a court of competent jurisdiction to protest its interest including injunctive

relief.

4.13.3 The contractor shall be directly and vicariously liable to indemnify the Bank

in case of any misuse of data/ information of the Bank by the Contractor deliberate or

otherwise.

4.13.4 The contractor shall indemnify and keep fully and effectively indemnified the

Bank against all costs, claims, damages, demands, expenses and liabilities of

whatsoever nature arising out of or in connection with all claims of infringement of

trade mark, patent, copyright, industrial design or any other intellectual property

rights of any third party arising from the repair or use of any product under this

agreement, subject to the following condition:

4.13.5 The Bank shall promptly notify the contractor in writing of any allegations of

infringement of which it has notice.

4.14 Continuance Plans & Continuity Arrangements:

4.14.1 The contractor shall arrange and ensure proper contingency plans to meet any

unexpected obstruction to the contractor or any employees in rendering the repair or

any part of the same under this agreement to the Bank.

4.14.2 In the event of this agreement comes to end on account of termination or by

the expiry of the term/ renewed term of the agreement or otherwise, the contractor

shall render all reasonable assistance and help to the bank and to any, new contractor

engaged by the Bank, for smooth switch over and continuity of the repair work.

4.14.3 In the event of failure of the contractor to render the repair work with out

prejudice to any other right the bank shall have as per this agreement, the Bank at its

sole discretion may make alternative arrangements for getting the repair works from

any other source. And if the Bank gives a prior notice to the contractor before

availing such services from any other alternative source, the contractor shall liable to

reimburse the expenses, if any incurred by the Bank in availing such repairs from the

alternative source.

4.15. Vendor’s Obligation:

4.15.1 The Vendor is obliged to work closely with SBI’s staff, act within its own

17 | P a g e

authority and abide by directives issued by SBI from time to time.

4.15.2 The vendor is responsible for managing the activities of its personal and will

hold itself responsible for any misdemeanors on the part of its personnel.

4.15.3 The vendor will treat as confidential all data and information about SBI,

obtained in the process of executing its responsibilities, in strict confidence and will

not reveal such information to any party without prior written approval of SBI.

4.16 Arbitration:

4.16.1 Any dispute and items of disagreement arising between the Contractor and

Bank, shall be referred the Chief General Manager or in his absence, the General

Manager of SBI and his decision on those matters will be final and binding on the

Contractor and bank.

4.16.2 If any dispute, difference, or question shall at any time arise between the

Contractor and the Bank as to the interpretation of this agreement or concerning

anything herein contained or arising out of this agreement except that stated in (i)

above or as to the rights, liabilities and duties of the said parties hereunder, or as to

the execution of the said works, except in respect of the matters for which it is

provided herein, that the decision of the Bank is final and binding, the same shall be

referred to the Arbitration.

4.16.3 The place of Arbitration shall be at Mumbai and the language used in the

arbitral proceedings shall be English. Arbitration shall be conducted by a mutually

appointed sole arbitrator. If the parties are unable to agree upon a sole Arbitrator,

each party shall apppopint one Arbitrator and the two Arbitrators so appointed by the

parties shall appoint the third Arbitrator, who shall be the chairman of the Arbitral

Tribunal.

4.16.4 The Arbitral award shall be in writing and subject to the provisions of the

Arbitration and conciliation Act, 1996 Act shall be enforceable in any court of

competent jurisdiction.

4.16.5 Pending the submission to Arbitration and thereafter, till the Arbitrator or the

Arbitral Tribunal renders the award of decision, the parties shall, except in the event

of termination of this agreement or in the event of any interim order/ award is

granted under the afore stated act, continue to perform their obligations under this

agreement.

4.16.6 The bidder shall has to submit PRE-CONTRACT INTEGRITY PACT along

with commercial bid (whenever called by the bank) as prescribed by the Govt. of

India (Annexure-M ) duly signed by the bidder on each page and witnessed by two

persons. The agreement shall be stamped as applicable in the State where it is

executed. Bid submitted without PRE-CONTRACT INTEGRITY PACT shall not be

considered.

4.16.6 Name and address of IEM is: Shri Johny Joseph, Retd IAS,

701/702, Vallalily Y, Nahar Amrit Shakti, Chandivali, Andheri (East), Mumbai, 400072

Email: [email protected]

18 | P a g e

Annexure A

To:

Asst. General Manager (Estate),

State Bank of India,

State Bank Global IT Centre, Ground floor,

Sector 11, CBD Belapur, Navi Mumbai 400 614

Dear Sir,

Sub: Submission of Offer for Prequalification of Contractors for proposed

construction of three multi-storeyed residential towers at Nerul, Navi Mumbai.

I/We have read, understood & examined the offer, alongwith terms & conditions/

other details/formats, the receipt of which is hereby duly acknowledged, including

subsequent pre-Bid clarifications/ modifications / revisions, if any, furnished by the

Bank and we submit our application/offer for the pre-qualification of contractor for

construction of residential towers. The undersigned is authorized to sign the

documents/papers, on behalf of the firm and the document delegating this authority is

enclosed with this letter.

2. We certify that we have not made any changes in the contents of the pre-

qualification document, including its amendments/clarifications provided by the

Bank submitted by us. We shall abide by the terms & conditions spelt out in the

bank's notice/pre-qualification invitation.

3. It is further certified that the contents of our Bid are factually correct. We also

accept that in the event of any information/ data / particulars proving to be incorrect,

the Bank will have the right to disqualify us from any or all bidding process.

4. I/We also understand if any false information is detected at a later stage,

including in any future contact made between ourselves and State Bank of India,

Estate Department, GITC on the basis of the information given by me/us will be

treated as invalid by the Bank.

5. We confirm that we have not induced or attempted to induce any other

applicants to submit or not to submit a offer/application for restricting competition.

Also, we undertake that we will not resort to canvassing with any official of the

Bank, connected directly or indirectly with the pre-qualification process to derive

any undue advantage. We also understand that any violation in this regard, will result

in disqualification of the applicant from further pre-qualification process.

6. We undertake that we will not offer, directly or through intermediaries, any

bribe, gift, consideration, reward, favour, any material or immaterial benefit or other

advantage, commission, fees, brokerage or inducement to any official of the Bank,

connected directly or indirectly with the pre-qualification process, or to any person,

organization or third party related to the contract in exchange for any advantage in

the pre-qualification, Bidding, evaluation, contracting and implementation of the

contract. We shall abide by all the laws/rules/regulations pertaining to prevention of

corruption in force.

19 | P a g e

7. We understand that you are not bound to accept any particular or all the

offers, you may receive. You may reject all or any offer/proposal/application without

assigning any reason or giving any explanation whatsoever. I/We agree that the

decision of the State Bank of India in selection of the contractors will be final and

binding on me/us.

8. We hereby undertake that our name does not appear in any “Caution” list of

RBI / IBA or any other regulatory body.

9. We confirm that we do not have any litigation / cases pending against us in

any Bank / PSU / State or Central Govt departments. We also confirm that we have

not been blacklisted by any Bank / PSU / State or Central Govt Office/ departments

for any reasons, except the undernoted (details should be mentioned alongwith

period and reasons thereof).

10. If commercial bidding is done through the reverse auction process by the

Bank or a company authorized by the Bank, our authorized representative who would

participate in the reverse auction process would be possessing a valid digital

certificate for the purpose, on behalf of the firm.

11. I/We hereby certify that none of our relatives as per Bank’s instructions are

employed in State Bank of India. In case at any stage, it is found that information

given by me is false/incorrect, State Bank of India shall have absolute right to take

any action as deemed fit, without prior intimation to me.

12. I/We also agree that I/We have no objection if inquiries are made about the

works listed by me/us in the accompanying sheets or any other inquiry on the

information furnished herewith in the accompanying sheets or in respect of

papers/documents submitted.

Date:

(Signature) Stamp

Name: In the capacity of:

For and on behalf of ______________________

Enclosed: Duly completed application for with all enclosures

2. Letter of authority for delegation of signing power

20 | P a g e

Annexure B

APPLICATION FORM

1 Name of the contractor Firm/ company:

2 Type of Organisation (whether Sole

Proprietorship, Partnership, private Limited or

Co-op. body etc.)

3 Year of establishment of the Firm/company

4 Whether registered with the registrar of

companies / registrar of firms (if so, mention

number & date of registration, and submit

supporting documents)

5 Year since the firm/ company is in the line of

business/ activity of construction of multi

storeyed residential buildings

6 Official/ registered address of the firm/

company

7 Correspondence address of the firm/company

8 Email-ID of the firm/company

9 Landline number (with STD code) of the

office/ firm

10 Mobile number of the office/ firm/ company

11 Name, mobile number & email ID of contact

person

12 Name/s of partners / proprietor/ directors/ key

person of the firm

(Details of address, contact number,

qualification etc to be submitted at Annexure

C)

13 Address of office in Mumbai/Navi Mumbai/

Thane, with landline number. If the firm is not

having its office in Mumbai /Navi Mumbai,

please indicate the time by which it is likely to

open an office at Mumba /Navi Mumbai with

documentary evidence.

14 Whether Firm is having ISO Certification?

Mention details

15 Whether member of any professional

body/association. Please give details & enclose

certificate viz. IGBC

16 VAT Registration number

(Photocopy to be attached)

17 Service Tax Registration

(Photocopy to be attached)

21 | P a g e

18 Registration for EPF/ RPFC

19 Registration for ESIC

20 Registration under the Contract Labour Act

21 Registration number under Labour Welfare Act

22 PAN No.

23 Professional Tax registration no.

24 Educational qualification of the proprietor/

partner/ director/key person

25 Average annual turnover of the Company as

per Audited Balance Sheets as on 31st March

,2015, 2016, 2017.

(details of turnover during last 7 f.y. to be

submitted as per format given in Annexure E)

As per Annexure E

26 Total number of works of construction of

minimum 15 storeys residential buildings

completed, where Green Certification was

awarded (enclose copy/ies of certificates &

completion certificate by IGBC/GRIHA etc)

27 Details of all the works of construction of multi

storeyed (minimum 15 storeyed) residential

buildings completed during the last 7 financial

years, as per format given in annexure (Copies

of work orders & completion certificates must

be enclosed)

As per format Annexure F &

F1

28 Financial Information as per format given at

Annexure D (Enclose copies of audited balance

sheet and profit & loss statements and CA

Certificate)

As per format Annexure D

29 Value of Largest single project of residential

high rise building, with minimum 20 storeys,

completed in the last 7 years

30 Construction of residential high rise building,

with maximum floors, completed in the last 7

years

31 Number of years of experience in the

construction of high rise (minimum 15

storeyed) buildings

32 Name and address of Bankers and position of

financial soundness (Enclose solvency

certificate or other relevant papers/documents ,

refer Annexure J)

As per Annexure J

33 Total number of completed/executed works of

construction of minimum 15 storeyed

residential building, with value minimum Rs.

52 crores, for the undernoted types of clients

Government :

22 | P a g e

PSU :

Private :

34 Details of Works in Hand

As per format Annexure H

35 Details of skilled work force provided. As per format Annexure K

36 Details of equipments available with the firm – As per format Annexure L

37 In the completed qualifying project/s of

constructing high rise building, whether

electrical work was done in-house or through

sub contracting?

38 In the completed qualifying project/s of

constructing high rise building, whether fire

and /or security work was done in-house or

through sub contracting?

39 Mention is black listed and / or blacklisting

proceedings pending with any client. Details of

the same, with reasons, to be furnished.

40 Details of disputes /litigations, if any, during

the period of last 07 years

41 Whether any penalty imposed by law enforcing

agencies such as labour department, sale tax,

service tax, etc.

42 Details of penalty / liquidated damage imposed

by any client for defective /delayed/non-

completion of work or violation of terms of the

contract, during the last 7 years, ended on

31.03.2017. If yes, please provide details

thereof, with reasons.

43 Whether firm had been barred from

participating in the bidding process or kept in

cooling period/under suspension by any client,

during the last 7 years, ended on 31.03.2017. If

yes, please provide details thereof, with

reasons.

44 Please indicate details of any

bankruptcy/winding up of proceedings at any

point of time in past

45 Covering cum declaration / confirmation letter

as per Annexure-A

List of enclosures/ papers

Sl. No. Details/ particulars

1 Copies of firm's registration/ certificate of incorporation etc having

details of constitution of firm and date of establishment

2 Copies of VAT registration

3 Copies of Service Tax Registration

23 | P a g e

4 Copies of registration under EPF/ RPFC

5 Copies of registration under ESIC

6 Copies of registration contract labour act

7 Copies of registration under labour welfare act

8 Copies of PAN Card

9 Copies of registration under Professional Tax

10 Copies of Green Certification & related work completion certificate

11 Copies of PL accounts for last 03 years

12 Copies of ISO Certification, if any

13 Bio-Data of the Directors/Partners/ Key Associates(Annexure -C)

14 Financial Information (Annexure D )

15 Financial year wise turnover details for the last 7 years(Annexure -E)

16 Details of Works Completed During Last 7 Years (Annexure -F)

17 Details of All ‘Similar (Electrical)’ Works Completed During the Last 07

Years Ending 31.03.2017(Annexure -F1)

18 Details of all ‘similar (electrical, CCTV, Lan cabling, solar power, fire

fighting etc ) works completed during the last 07 years ending

31.03.2017(Annexure - G)

19 ‘Similar’ projects on hand - under execution or awarded(Annexure - H)

20 Supplementary Information on Completed Major Works(Annexure - I)

21 Solvency Certificate with Bank's Detail(Annexure - J)

22 Details of Manpower Technically Skilled (Annexure - K)

23 Details of Plant & Machinery, Manufacturing Units, Tools and

Equipments Likely to be Used in Carrying Out the Work.(Annexure - L)

(apart from above mentioned, supporting papers/ documents, as mentioned in this

RFP documents, to be enclosed)

I hereby confirm that all information, particulars, copies of certificates and

testimonials in connection with my pre-qualification are correct and genuine. I am,

therefore, liable to face appropriate actions as deemed fit by the Bank in the event of

any of the information particulars, copies of certificates and testimonials are not

found correct and genuine.

Signature with seal

Place:

Date:

Note: While all the requisite /relevant documents/ papers (duly signed by the

authorized signatory with stamp) to be submitted, submission of any other

superfluous document to be avoided.

24 | P a g e

Annexure -C

BIO-DATA OF THE DIRECTORS/PARTNERS/ KEY ASSOCIATES

1. Name :

2. Address :

3. Contact number :

4. E-mail :

5. PAN :

6. Date of Birth :

7. Professional Quali. :

8. Associated with the organization since :

9. Designation/role in organization :

10. Professional Experience :

11. Membership in :

12. Details of cost effective methods/ :

innovative techniques adopted in the projects

13. Exposure to new materials/technology :

Signature of Applicant

Annexure -D

FINANCIAL INFORMATION

I. Details of Chartered Accountant

Name :

Address :

Registration details of accountant :

Contact Number :

E-mail address :

I. Financial Analysis – Details to be furnished duly supported by figures in Balance

Sheet/Profit and Loss Account for the last seven years duly certified by the Chartered

Accountant, as submitted by the applicant to the Income-Tax Department (Copies to be

attached).

VI. Financial arrangements for carrying out the proposed work

Signature of Charted Accountant Signature of Applicant(s)

with seal with Seal

YEARS 2010-

11

2011-

12

2012-

13

2013-

14

2014-

15

2015-

16

2016-

17

(i) Profit/Loss

(iii) Financial position:

(a) Cash

(b) Current

Assets

(c) Current Liabilities

(d) Working

capital (b-c)

(e) Current Ratio:

(Current

Assets/Current

Liabilities (b/c))

(f) Acid Test Ratio:

(Quick

Assets/Current

Liabilities (a/c))

Annexure- E

FINANCIAL YEAR WISE TURNOVER DETAILS FOR THE LAST 7

YEARS

Sr.

No.

(A)

Financial

year

(B)

Turnover Amount of the firm (in

Rs.)

(C)

Remarks/ reason for abnormal

fluctuations in two continuous

F.Y.

1

2

3

4

5

6

7

2016-17

2015-16

2014-15

2013-14

2012-13

2011-12

2010-11

Signature of authorised Signatory, with firm's stamp

Date:

Annexure -F

DETAILS OF ALL ‘SIMILAR’ WORKS COMPLETED DURING THE LAST 7 YEARS ENDING BY 31.03.2017

(All high rise buildings with minimum 15 floors/levels and minimum 52 crores project cost, in respect of each project)

Signature of Applicant

Note :

Actual date of commencement & completion of the project should be within 7 years as on 31.03.2017 for taking into eligibility

consideration. The projects mentioned in the above format shall be sorted in the order of cost of the project (Descending order)

1 2 3 4 5 6 7 8 9 10 11 12

S.

No.

Name of

work/

project &

location

Owner or

sponsorin

g

organizati

ons

Type of building

i.e. residential or

commercial and

total

floors/levels

with

podium/stilt/bas

ement

Built

up

area of

the

project

in

sqm.

Cost of

project

work in

Crores

Date of

commence

ment as

per

contract &

actual date

of

commence

ment

Stipulate

d Date of

completio

n &

Actual

date of

completio

n

Litigation/

Arbitration

pending/

In progress

with details

(if any)

Whether

building

constructed

with Green

building

certification

Name and

address with

contact No. of

Officer of client

to whom

reference shall

be made

Remarks

Annexure -F 1

SUPPLEMENTARY INFORMATION ON COMPLETED MAJOR WORKS

1. Name of work

2. Location

3. Client’s name and address

4. Consultants name and address.

5. Scope of work.

a. Number of floors in Basement.

b. Number of floors in Superstructure.

c. Height of the building (m).

d. Built up area. (Sqm)

i. Basement.

ii. Superstructure

6. Type of power supply system.

7. Type of equipment in substation & for

internal works.

8. Time taken for

i. Substation.

ii. Internal works.

iii. Total Project.

9. Specialized service, if any, provided,

with cost details

10. Specialized Tools & Plant deployed for

the project

11. Project Management organization

structure.

12. Number of shift and its duration

adopted in execution.

13. Systems adopted for timely completion

of the project.

Signature of Applicant

Annexure -G

Details of all ‘similar (electrical, CCTV, Lan cabling, solar power, fire fighting etc ) works completed during the last 07

years ending 31.03.2017

Signature of Applicant Note :

This list has to be prepared for all 3 contractors separately only if the applicant proposes to appoint a separate sub-contractor

Actual date of completion of the project should be within 5 years ending 31.03.2017 for taking into eligibility consideration.

The projects mentioned in the above format shall be sorted in the order of cost of the project (Descending order)

1 2 3 4 5 6 7 8 9 10 11 12

S.

No

.

Name of

work/

project &

location

Owner

or

sponsori

ng

organiz

ations

Date of

Agreem

ent with

the

owner

Scope of

work

executed

Built up

area of

the

project

in sqm.

Cost of

project

work in

Crores

Date of

comme

ncemen

t as per

contract

&

actual

date of

comme

ncemen

t

Stipulate

d Date of

completi

on &

Actual

date of

completi

on

Litigation/

Arbitratio

n pending/

In

progress

with

details (if

any)

Name and

address with

contact No. of

Officer of

client to whom

reference shall

be made

Remarks

Annexure -H

‘SIMILAR’ PROJECTS ON HAND - UNDER EXECUTION OR AWARDED

Signature of Applicant

Note :

The projects mentioned in the above format shall be sorted in the order of cost of the project (Descending order)

1 2 3 4 5 6 7 8 9 10 11 12 13

Sl.

No

.

Name of

work/

project

&

location

Client /

Owner

or

sponsori

ng

organiza

tions

Type of

Client /

Owner

(Mentio

n Govt/

/ Semi

Govt /

PSU /

Autono

mous /

Private)

Date of

Agreem

ent with

the

owner

Built up

area of

the

project in

sqm

Cost of

project

work in

Crores

Date of

commencem

ent as per

contract &

actual date of

commencem

ent

Stipulated

Date of

completion

Upto date

percentage

of

progress

of work

completed

Delay in

progress (if

any) and

reasons

thereof

Name and address

with contact No.

of Officer of

client to whom

reference shall be

made

Remarks

(Indicate

whether any

show cause

notice issued

or Arbitration

initiated

during the

progress

work)

Annexure -I

PERFORMANCE REPORT FOR ‘SIMILAR’ MAJOR COMPLETED WORKS

(REFERRED TO IN Annexure F)

1. Name of the work/

Project & Location.

2. Scope of work.

a. Number of floors in Basement.

b. Number of floors in Superstructure.

3. Agreement No & Date.

4. Estimated Cost / Tendered Cost

5. Actual Value of work done

6. Date of commencement

a. Stipulated date of commencement.

b. Actual date of commencement.

7. Date of completion

a. Stipulated date of completion.

b. Actual date of completion.

8. Amount of compensation levied for delayed

completion if any.

9. Performance report based on

Quality of Work, : Very Good / Good / Fair / Poor

Time Management, : Very Good / Good / Fair / Poor

Resourcefulness : Very Good / Good / Fair / Poor

Financial Soundness : Very Good / Good / Fair / Poor

Technical Proficiency : Very Good / Good / Fair / Poor

Superintending Engineer /

Chief Project Manager or Equivalent

& (Name of Organization), Date

Note :

1. The performance report is to be submitted separately for all major works mentioned in

Annexure E & G.

2. The performance report preferably be submitted in the above Performa. In case,

different Performa is used, the applicant shall ensure that the report / certificate shall

contain all the above information / details

ANNEXURE –J

SOLVENCY CERTIFICATE WITH BANK'S DETAIL

This is to certify that M/s _____________________________ address

__________________________ _________________ ____ is a customer of our bank and

banking with us for the last …… years. Presently, the firm has availed undernoted banking

facility/ies:

Sl. no. Facility Type of a/c Present balance Average balance during last

6 months

2. The conduct of firm's & key person's account have found to be satisfactory. As per the

basis of credit facilities provided to the firm/ turnover in the accounts/ details available with

us, the firm can be treated as good for any engagement up to a limit of Rs.________ (Rupees

__________________________ ___________).

3. This certificate is issued on the basis of bank's record/ transactions with the bank,

without any guarantee or responsibility on the bank or any of the officers, with confirmation

that facts mentioned herein as per our record.

(Signature of Branch Manager with Seal)

Note:

1. Banker's certificate should be on the letter head of the scheduled commercial bank.

2. In case of partnership firm, certificate to include names of all partners as recorded with the

bank.

Annexure-K

DETAILS OF MANPOWER TECHNICALLY SKILLED

Sr.

No.

Name

of

person

Designation Functions/

roles

Academic

qualification

With

the

firm

since

Experience

(in years) as

(mention

role/

designation)

Remarks

regarding

skill etc

t

n

t

Note:

1. Organization chart of the company, additional information about

Technical and administrative personnel, if any, may be submitted on

separate sheet

2. Professional experience in terms of High rise residential structures shall

be mentioned separately.

Annexure -L

DETAILS OF PLANT & MACHINERY, MANUFACTURING UNITS, TOOLS AND EQUIPMENTS

LIKELY TO BE USED IN CARRYING OUT THE WORK.

Sr.

No

Name of the

Tools /

Machinery /

Equipment

Unit

Make /

Model /

Capacity

or Type

Age in

years

Condition

of the

unit

Ownership Status (mention the

quantity) Current

location Remarks

Presently

owned

To be

purchased

Leased

1 2 3 4 5 6 7 8 9 10 11

Signature of Applicant

Note:

1. Details shall be submitted separately for (i) Earth moving equipment, (ii) Hoisting / lifting equipment, (iii) Equipments

for foundation works,

(iv) Equipment for concrete works, building works, (v) Manufacturing units etc..

2. Use extra sheet if required

Annexure M

Scoring / Evaluation Sheet

Sr.

no.

Particulars Maximum

Marks

Marks

Obtained

1 Average annual turnover of the Company as per

Audited Balance Sheets as on 31st March ,2015,

2016, 2017

> 240 crores or above 10

> 120 crores or above but <= 240 crores 7

> 60 crores or above but <= 120 crores 5

39 crores or above but <= 60 crores 3

2 Value of Largest single project of residential

high rise building, with minimum 20 storeys,

completed in the last 7 years

> 300 crores 10

> 180 crores <= 300 crores 6

> 96 crores <= 180 crores 4

52 crores <= 96 crores 3

3 Construction of residential high rise building,

with maximum floor, completed in the last 7

years

29 & above 6

25 to <= 28 4

> 19 to <=24 2

4 Number of years of experience in the

construction of high rise (minimum 15 storeys)

buildings

above 18 8

above 12 <= 18 6

above 8 <= 12 4

7 and above but <= 8 2

5 Availability of in house engineers, with

minimum qualification of Degree

Electrical Engineers 1

Architecture Engineers 1

Structural Engineers 1

6 No. of Employees on payroll, who are

technically qualified (in case of both diploma

and degree holder, double weightage will be

given to degree holder, for scoring purpose)

> 16 persons with diploma civil/ architecture or

8 person with Degree in engineering

/architecture

6

8 persons with diploma civil/ architecture or 4

person with Degree in engineering /architecture

4

4 persons with diploma civil/ architecture or 2

person with Degree in engineering /architecture

3

upto 2 person with diploma civil/ architecture 2

7 ISO Certification

Available 2

Not Available 0

8 Whether the applicant firm had

completed/executed works of construction of

minimum 15 storeys residential building, with

value minimum Rs. 52 crores, for the

undernoted types of clients (subject to minimum

02 works)

Govt /PSU+ Private 6

Govt / PSU 4

Private 2

9 Constitution of the applicant firm

Public Ltd. 4

Private Ltd. 3

Partnership 2

Others 1

10 No of construction contracts executed during

last 7 years, with minimum value of 52 crores

each, with minimum 15 storeys residential

buildings each.

above 20 7

above 12 <= 20 5

above 6 <= 12 4

3 and above but <= 6 3

11 Position of financial soundness of the firm on

the basis of solvency certificate and / or other

relevant documents/evidence

> 150 crores 5

> 91 crores but <= 150 crores 4

> 61 crores but <= 90 crores 3

> 39 crores <= 60 crores 2

12 Educational qualification of the

proprietor/partner/director/key person

PG Degree in Engineering / Architecture or

equivalent

3

Degree in Engineering / Architecture or

equivalent

2

Upto diploma in civil or equivalent 1

13 Whether applicant firm has timely completed

the work?

100% of work completed within time frame,

without giving extension?

6

100% of works not completed within time

frame, but extension of time was given by the

client?

5

In 25% of works executed/assigned to applicant

firm, time line was exceeded, either with

extension approved by the client or within

original timeline.

3

In 50% of works executed/assigned to applicant

firm, time line was exceeded, either with

extension approved by the client or within

original timeline.

2

In 80% of works executed/assigned to applicant

firm, time line was exceeded.

0

14 Consistency in execution of work/turnover

during last 7 years

At least 10% of the total work done in 7 year

have been done in each year or if not, each year

work/turnover is in increasing order

5

At least 20% of the total work done in last 7

years, have been done per financial year, in

atleast 4 years in last 7 years or if not, each year

work/turnover is in increasing order

3

At least 25% of the total work done in last 7

years, have been done per financial year, in

atleast 3 years in last 7 years or if not, each year

work/turnover is in increasing order

2

15 Whether firm is having undernoted

approvals/registrations/qualifications?

(Photocopies to be attached: one mark for each

sub-parameter)

7

1) Registration under the Contract Labour Act.

2) Registration number under Labour Welfare

Act.

3) RPFC - Registration number

4) ESI – Registration number

5)VAT – Registration number

6) Service Tax Registration

7) Professional Tax

16 Works of construction of minimum 15 storeys

residential buildings completed, where Green

Certification was awarded (enclose copy/ies of

certificates & completion certificate by

IGBC/GRIHA etc)

above 8 4

above 3 <= 8 3

1 and above but <= 3 2

17 Whether applicant firm is having independent

office within Navi Mumbai /Mumbai/Thane,

with landline number in the name of firm?

Yes 2

No 0

18 Whether firm is running in profit, during last 3

financial years?

Yes 2

No 0

19 In the completed qualifying project/s of

constructing high rise building, whether

electrical work was done in-house or through

sub contracting?

In-house 2

Through sub-contracting 1

20 In the completed qualifying project/s of

constructing high rise building, whether fire and

/or security work was done in-house or through

sub contracting?

In-house 2

Through sub-contracting 1

Total (qualifying marks : 60)

Annexure N

PRE CONTRACT INTEGRITY PACT

(TO BE STAMPED AS AN AGREEMENT)

General This pre-Bid pre-contract Agreement (hereinafter called the Integrity Pact) is made on _____ day of the month of 201 , between, on the one hand, the State Bank of India a body corporate incorporated under the State Bank of India Act, 1955 having its Corporate Centre at State Bank Bhavan, Nariman Point, Mumbai through its -----------------------Department / Office at ----------------,----------------, (hereinafter called the "BUYER", which expression shall mean and include, unless the context otherwise requires, its successors) of the First Part and M/s _______ represented by Shri , Chief Executive Officer (hereinafter called the "BIDDER/Seller which expression shall mean and include, unless the context otherwise requires, its / his successors and permitted assigns of the Second Part. WHEREAS the BUYER proposes to procure (Name of the Stores/Equipment/Item) and the BIDDER/Seller is willing to offer/has offered the stores and WHEREAS the BIDDER is a private company/public company/Government undertaking/partnership/registered export agency, constituted in accordance with the relevant law in the matter and the BUYER is an Office / Department of State Bank of India performing its functions on behalf of State Bank of India. NOW, THEREFORE, To avoid all forms of corruption by following a system that is fair, transparent and free from any influence/prejudiced dealings prior to, during and subsequent to the currency of the contract to be entered into with a view to :

Enabling the BUYER to obtain the desired service / product at a competitive price in conformity with the defined specifications by avoiding the high cost and the distortionary impact of corruption on public procurement; and

Enabling BIDDERs to abstain from bribing or indulging in any corrupt practice in order to secure the contract by providing assurance to them that their competitors will also abstain from bribing and other corrupt practices and the BUYER will commit to prevent corruption, in any farm, by its officials by following transparent procedures.

The parties hereto hereby agree to enter into this Integrity Pact and agree as follows: Commitments of the BUYER 1.1 The BUYER undertakes that no official of the BUYER, connected directly or

indirectly with the contract, will demand, take a promise for or accept, directly or through intermediaries, any bribe, consideration, gift, reward, favour or any material or immaterial benefit or any other advantage from the BIDDER, either for themselves or for any person, organization or third party related to the contract in exchange for an advantage in the bidding process, Bid evaluation, contracting or implementation process related to the contract.

1.2 The BUYER will, during the pre-contract stage, treat all Bidders alike, and will provide to all Bidders the same information and will not provide any

such information to any particular BIDDER which could afford an advantage to that particular BIDDER in comparison to other Bidders.

1.3 All the officials of the BUYER will report to the appropriate authority any attempted or completed breaches of the above commitments as well as any substantial suspicion of such a breach.

1.4 In case any such preceding misconduct on the part of such official(s) is reported by the BIDDER to the BUYER with full and verifiable facts and the same is prima facie found to be correct by the BUYER, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the BUYER and such a person shall be debarred from further dealings related to the contract process. In such a case while an enquiry is being conducted by the BUYER the proceedings under the contract would not be stalled.

2. Commitments of Bidders 2.1 The BIDDER commits itself to take all measures necessary to prevent corrupt

practices, unfair means and illegal activities during any stage of its Bid or during any pre-contract or post-contract stage in order to secure the contract or in furtherance to secure it and in particular commit itself to the following:

2. 2 The BIDDER will not offer, directly or through intermediaries, any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER, connected directly or indirectly with the bidding process, or to any person, organization or third party related to the contract in exchange for any advantage in the bidding, evaluation, contracting and implementation of the contract.

2.3 The BIDDER further undertakes that it has not given, offered or promised to give, directly or indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or inducement to any official of the BUYER or otherwise in procuring the Contract or forbearing to do or having done any act in relation to the obtaining or execution of the contract or any other contract with State Bank of India for showing or forbearing to show favour or disfavour to any person in relation to the contract or any other contract with State Bank of India.

2.4 Wherever applicable, the BIDDER shall disclose the name and address of agents and representatives permitted by the Bid documents and Indian Bidders shall disclose their foreign principals or associates, if any.

2.5 The BIDDER confirms and declares that they have not made any payments to any agents/brokers or any other intermediary, in connection with this Bid/contract.

2.6 The BIDDER further confirms and declares to the BUYER that the BIDDER is the original vendors or service providers in respect of product / service covered in the Bid documents and the BIDDER has not engaged any individual or firm or company whether Indian or foreign to intercede, facilitate or in any way to recommend to the BUYER or any of its functionaries, whether officially or unofficially to the award of the contract to the BIDDER, nor has any amount been paid, promised or intended to be paid to any such individual, firm or company in respect of any such intercession, facilitation or recommendation.

2.7 The BIDDER, at the earliest available opportunity, i.e. either while presenting the Bid or during pre-contract negotiations and in any case before opening the financial Bid and before signing the contract, shall disclose any payments he has made, is committed to or intends to make to officials of the BUYER or their family members, agents, brokers or any other intermediaries in connection with the contract and the details of services

agreed upon for such payments. 2.8 The BIDDER will not collude with other parties interested in the contract to

impair the transparency, fairness and progress of the bidding process, Bid evaluation, contracting and implementation of the contract.

2.9 The BIDDER will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities.

2.10 The BIDDER shall not use improperly, for purposes of competition or personal gain, or pass. on 'to° others, any -information provided by the BUYER as part of the business relationship, regarding plans, technical proposals and business details, including information contained in any electronic data carrier. The BIDDER also undertakes to exercise due and adequate care lest any such information is divulged.

2.11 The BIDDER commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts.

2.12 The BIDDER shall not instigate or cause to instigate any third person to commit any of the actions mentioned above.

2.13 If the BIDDER or any employee of the BIDDER or any person acting on behalf of the BIDDER, either directly or indirectly, is a relative of any of the officers of the BUYER, or alternatively, if any relative of an officer of the BUYER has financial Interest/stake in the Bidder's firm, the same shall be disclosed by the BIDDER at the time of filing of tender. The term 'relative' for this purpose would be as defined in Section 6 of the Companies Act 1956.

2.14 The BIDDER shall not lend to or borrow any money from or enter into any monetary dealings or transactions, directly or indirectly, with any employee of the BUYER.

3. Previous Transgression 3.1 The BIDDER declares that no previous transgression occurred in the last

three years immediately before signing of this Integrity Pact, with any other company in any country in respect of any corrupt practices envisaged hereunder or with any Public Sector Enterprise / Public Sector Banks in India or any Government Department in India or RBI that could justify BIDDER's exclusion from the tender process.

3.2 The BIDDER agrees that if it makes incorrect statement on this subject, BIDDER can be disqualified from the tender process or the contract, if already awarded, can be terminated for such reason.

4. Earnest Money (Security Deposit) 4.1 While submitting commercial Bid, the BIDDER shall deposit an amount

(specified in RFP) as Earnest Money/Security Deposit, with the BUYER through any of the mode mentioned in the RFP / Bid document and no such mode is specified, by a Bank Draft or a Pay Order in favour of State Bank of India from a nationalized Bank including SBI or its Subsidiary Banks. However payment of any such amount by way of Bank Guarantee, if so permitted as per Bid documents / RFP should be from any nationalized Bank other than SBI or its Subsidiary Banks and promising payment of the guaranteed sum to the BUYER on demand within three working days without any demur whatsoever and without seeking any reasons whatsoever. The demand for payment by the BUYER shall be treated as conclusive proof for making such payment to the BUYER.

4.2 Unless otherwise stipulated in the Bid document / RFP, the Earnest Money/Security Deposit shall be valid upto a period of five years or the complete conclusion of the contractual obligations to the complete satisfaction of both the BIDDER and the BUYER, including warranty period, whichever is later.

4.3 In case of the successful BIDDER a clause would also be incorporated in the Article pertaining to Performance Bond in the Purchase Contract that the provisions of Sanctions for Violation shall be applicable for forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same-

without assigning any reason for imposing sanction for violation of this Pact. 4.4 No interest shall be payable by the BUYER to the BIDDER on Earnest

Money/Security Deposit for the period of its currency. 5. Sanctions for Violations 5.1 Any breach of the aforesaid provisions by the BIDDER or any one

employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER) shall entitle the BUYER to take all or any one of the following actions, wherever required:

(i) To immediately call off the pre contract negotiations without assigning any reason and without giving any compensation to the BIDDER. However, the proceedings with the other BIDDER(s) would continue, unless the BUYER desires to drop the entire process.

(ii) The Earnest Money Deposit (in pre-contract stage) and/or Security Deposit/Performance Bond (after the contract is signed) shall stand forfeited either fully or partially, as decided by the BUYER and the BUYER shall not be required to assign any reason therefore.

(iii) To immediately cancel the contract, if already signed, without giving any compensation to the BIDDER.

(iv) To recover all sums already paid by the BUYER, and in case of an Indian BIDDER with interest thereon at 2% higher than the prevailing Base Rate of State Bank of India, while in case of a BIDDER from a country other than India with interest thereon at 2% higher than the LIBOR. If any outstanding payment is due to the BIDDER from the BUYER in connection with any other contract for any other stores, such outstanding could also be utilized to recover the aforesaid sum and interest.

(v) To encash the advance bank guarantee and performance bond/warranty bond, if furnished by the BIDDER, in order to recover the payments, already made by the BUYER, along with interest.

(vi) To cancel all or any other Contracts with the BIDDER. The BIDDER shall be liable to pay compensation for any loss or damage to the BUYER resulting from such cancellation/rescission and the BUYER shall be entitled to deduct the amount so payable from the money(s) due to the BIDDER.

(vii) To debar the BIDDER from participating in future bidding processes of the BUYER or any of its Subsidiaries for a minimum period of five years, which may be further extended at the discretion of the BUYER.

(viii) To recover all sums paid, in violation of this Pact, by BIDDER(s) to any middleman or agent or broker with a view to securing the contract.

(ix) Forfeiture of Performance Bond in case of a decision by the BUYER to forfeit the same without assigning any reason for imposing sanction for violation of this Pact.

(x) Intimate to the CVC, IBA, RBI, as the BUYER deemed fit the details of such events for appropriate action by such authorities.

5.2 The BUYER will be entitled to take all or any of the actions mentioned at para 6.1(i) to (x) of this Pact also on the Commission by

the BIDDER or any one employed by it or acting on its behalf (whether with or without the knowledge of the BIDDER), of an

offence as defined in Chapter IX of the Indian Penal code, 1860 or Prevention of Corruption Act, 1988 or any other statute enacted for

prevention of corruption. 5.3 The decision of the BUYER to the effect that a breach of the

provisions of this Pact has been committed by the BIDDER shall be final and conclusive on the BIDDER. However, the BIDDER can

approach the Independent Monitor(s) appointed for the purposes of this Pact.

6. Fall Clause The BIDDER undertakes that it has not supplied/is not supplying similar product/systems or subsystems at a price lower than that offered in the present Bid in respect of any other Ministry/Department of the Government of India or PSU or any other Bank and if it is found at any stage that similar product/systems or sub systems was supplied by the BIDDER to any other Ministry/Department of the Government of India or a PSU or a Bank at a lower price, then that very price, with due allowance for elapsed time, will be applicable to the present case and the difference in the cost would be refunded by the BIDDER to the BUYER, if the contract has already been concluded.

7. Independent Monitors 7.1 The BUYER has appointed Independent Monitors (hereinafter referred to as Monitors) for

this Pact in consultation with the Central Vigilance Commission (Names and Addresses of the Monitors to be given). …………………………… …………………………… …………………………… …………………………… …………………………… …………………………… …………………………… ……………………………

7.2 The task of the Monitors shall be to review independently and objectively, whether and to what extent the parties comply with the obligations under this Pact.

7.3 The Monitors shall not be subjected to instructions by the representatives of the parties and perform their functions neutrally and independently.

7.4 Both the parties accept that the Monitors have the right to access all the documents relating to the project/procurement, including minutes of meetings. Parties signing this Pact shall not approach the Courts while representing the matters to Independent External Monitors and he/she will await their decision in the matter.

7.5 As soon as the Monitor notices, or has reason to believe, a violation of this Pact, he will so inform the Authority designated by the BUYER.

7.6 The BIDDER(s) accepts that the Monitor has the right to access without restriction to all Project documentation of the BUYER including that provided by the BIDDER. The BIDDER will also grant the Monitor, upon his request and demonstration of a valid interest, unrestricted and unconditional access to his project documentation. The same is applicable to Subcontractors. The Monitor shall be under contractual obl igat ion to t reat the informat ion and documents of the BIDDER/Subcontractor(s) with confidentiality.

7.7 The BUYER will provide to the Monitor sufficient information about all

meetings among the parties related to the Project provided such meetings could have an impact on the contractual relations between the parties. The parties will offer to the Monitor the option to participate in such meetings.

7.8 The Monitor will submit a written report to the designated Authority of BUYER/Secretary in the Department/ within 8 to 10 weeks from the date of reference or intimation to him by the BUYER / BIDDER and, should the occasion arise, submit proposals for correcting problematic situations.

8. Facilitation of Investigation In case of any allegation of violation of any provisions of this Pact or payment of commission, the BUYER or its agencies shall be entitled to examine all the documents including the Books of Accounts of the BIDDER and the BIDDER shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination.

9. Law and Place of Jurisdiction This Pact is subject to Indian Law. The place of performance and jurisdiction is the seat of the BUYER.

10. Other Legal Actions The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provisions of the extant law in force relating to any civil or criminal proceedings.

11. Validity 11.1 The validity of this Integrity Pact shall be from date of its signing and extend

upto 5 years or the complete execution of the contract to the satisfaction of both the BUYER and the BIDDER/Seller, including warranty period, whichever is later. In case BIDDER is unsuccessful, this Integrity Pact shall expire after six months from the date of the signing of the contract, with the successful Bidder by the BUYER.

11.2 Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact shall remain valid. In this case, the parties will strive to come to an agreement to their original intentions.

12. The parties hereby sign this Integrity Pact at __ on __________ For BUYER For BIDDER Name of the Officer. Chief Executive Officer Designation Office / Department / Branch State Bank of India. Witness Witness 1 1. 2 2. * Provisions of these clauses would need to be amended/ deleted in line with the policy of the BUYER in regard to involvement of Indian agents of foreign suppliers. Note: This agreement will require stamp duty as applicable in the State where it

is executed.