technical bid for prequalification of architech · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg...

33
SBI INFRA MANAG (A WHOLL CIR EXP ARCHITECTURAL PROVIDING ARCHITE “CONSTRUCTION OF S TEZU LAST DAT 1 GEMENT SOLUTIONS PVT. LTD., (S LY OWNED SUBSIDIARY OF SBI) RCLE OFFICE, GUWAHATI PRESSION OF INTEREST FROM L CONSULTANCY FIRMS/ARCHITE FOR ECTURAL CONSULTANCY SERVIC STAFF QUARTER AND BOUNDARY U, ARUNACHAL PRADESH” TE OF SUBMISSION: 30.09.2020 SBIIMS), ECTS CES FOR Y WALL AT

Upload: others

Post on 29-Sep-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS),(A WHOLLY OWNED SUBSIDIARY OF SBI)

CIRCLE OFFICE, GUWAHATI

EXPRESSION OF INTEREST

ARCHITECTURAL CONSULTANCY FIRMS/ARCHITECTS

PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR“CONSTRUCTION OF S

TEZU, ARUNACHAL PRADESH”LAST DATE OF SUBMISSION:

1

INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS),A WHOLLY OWNED SUBSIDIARY OF SBI)

CIRCLE OFFICE, GUWAHATI

EXPRESSION OF INTEREST FROM

ARCHITECTURAL CONSULTANCY FIRMS/ARCHITECTS FOR

PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FORSTAFF QUARTER AND BOUNDARY WALL

TEZU, ARUNACHAL PRADESH” LAST DATE OF SUBMISSION: 30.09.2020

INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS),

ARCHITECTURAL CONSULTANCY FIRMS/ARCHITECTS

PROVIDING ARCHITECTURAL CONSULTANCY SERVICES FOR AND BOUNDARY WALL AT

Page 2: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

2

Letter of Invitation

SBIIMS of behalf of State Bank of India invites Expression of Interest from Architectural Consultancy firms/Individuals for Providing Architectural Consultancy Services for “Construction of Staff quarter & Boundary wall at Tezu, Arunachal Pradesh”.

1. Interested Architectural Firms/Individuals fulfilling required qualifying criteria are hereby invited to submit technical and financial bids for providing Architectural Consultancy Services required for above mentioned project at SBI Infra Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006.

2. Eligibility criteria: The eligibility criteria are specified in FORMAT-II. The firms/Architects satisfying the prescribed eligibility criteria shall only become eligible to bid the assignment. Clear supporting evidences like photographs, certificates, documents etc. should be submitted with the bid.

3. The scope, roles and responsibilities of consultant are given in detail in FORMAT-III. 4. Submission of bids: i. The Proposal shall be in two parts i.e. Technical Bid (Format-I to XII) in cover-A

and Financial Bid (Format-XIII) in cover-B shall be submitted in two separate wax sealed envelopes (with respective marking in bold letters).

ii. Both the sealed envelopes Cover-A and Cover-B should again be placed in a Cover-C

and the same shall be sealed with wax and dropped in the tender box which will be kept available in the office of SBI Infra Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006 upto 02:00 PM on 30.09.2020.

iii. The certified copies of the documents mentioned in above mentioned formats shall be furnished along with the technical bid.

iv. The formats I to XII duly signed by the firm with stamp on each page, shall be furnished in Cover-A. Format XIII duly signed and stamped by the firm shall be furnished in cover-B.

5. Evaluation: The cover-A containing Technical Bid will be opened by the authorized committee of SBIIMS. The Technical Bids of all the bidders fulfilling eligibility criteria shall be evaluated by the Committee as per Format-II. The evaluation will be done as per criteria given in Format-V (A). On the basis of this evaluation top 5 bidders will be selected to participate in design competition. However, SBIIMS reserves the rights to increase number of shortlisted bidders suitably. Intimation in this regard will be sent to the shortlisted bidders through e-mail or through letter on their e-mail/ addresses advised to bank in their technical bids.

Page 3: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

3

6. Design competition:

a. Bidders shortlisted for participating in design competition will have to present their scheme of proposals/drawings/plans/visuals/3D Views etc. to the committee on the date to be advised by SBIIMS separately.

b. Each bidder will be given about 20 to 30 minutes time for making presentation. After presentation, the committee members will interact with the bidder to understand presentation.

c. The exact timing of start of time slot shall be intimated to bidders separately. d. To participate in design competition, the bidders will have to attend the event on

their own expenses. However, the Bank will make payment of Rs. 50,000/- (Rupees Fifty Thousand Only) as token of appreciation for their efforts to those participating in the design competition except the selected Architect.

e. The design brief can be seen in instructions to bidders, which are available at Bank’s website.

f. SBI/SBIIMS will not use in any way the drawings/designs of the Architects who are unsuccessful in the techno-commercial evaluation.

7. Opening of financial bids: The cover-B containing Financial Bid submitted by bidders, who will participate in design competition, will be opened by the authorized committee of the Bank in presence of those bidders or their authorized representatives having brought proper letters of authorization to participate in the financial bid. The Financial bid shall be opened after the successful completion of design presentation process by shortlisted bidders. The financial bid of the shortlisted bidders not participating in the design presentation shall not be opened.

8. Award of Contract: a. The firm which gets highest points (points obtained in technical and commercial

bid put together) will be decided as the prospective bidder for further decision on awarding of contract.

b. SBIIMS may reject any/all the bids received without assigning any reason whatsoever.

c. Validity period of bid: 180 days shall be the validity period of bid from the date of opening of Technical Bid.

9. On award of the contract, the Firm will be expected to take up/commence the assignment within 15 days of time from the date of issue of work order.

10. If SBIIMS finds that the performance of the Architect is not satisfactory at any stage of the project, SBIIMS will have the right to terminate the contract after giving a notice of 15 days and no claim for any compensation/Fee for the balance work shall be considered. However, their dues shall be settled as per provisions contained in the standard agreement for the purpose, in proportion to the services actually rendered.

11. SBIIMS will have right to change scheduled date of any event. Revised date will be displayed on our website or communicated separately.

Page 4: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

4

12. Any corrigendum in this RFP shall be intimated through announcement at Bank’s website or through email only. The prospective bidders are requested to peruse “Procurement News” section under “SBI in news” section of our Bank’s website www.sbi.co.in on time to time till the process of selection of Architectural Consultant gets over.

13. Officials of SBIIMS/ SBI may visit office of the bidder, sites of project completed by bidder and office of those clients to verify information submitted by bidder in technical bid. In case it is found that bidder has submitted misleading information in technical bid, the candidature of such bidder(s) will be dismissed. SBIIMS will have discretion to seek confidential report from previous clients of the bidder and in case of any negative report/feedback, the SBIIMS may take action as deemed fit.

14. The jurisdiction for any dispute shall be Guwahati only. 15. Note: The projects will be under the purview of Independent External Monitors

(IEM) as per CVC instructions. 16. A pre-bid meeting will be held for clarifications of all queries at SBI Infra

Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006 on 03:00 pm 20.09.2020. Circle Head & Asstt. Vice President(Civil) SBI Infra Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006.

Page 5: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

5

FORMAT- I Covering letter for bid submission

From To M/s …………………………………… ………………………………………... ………………………………………... ………………………………………...

The Circle Head & Asstt. Vice President(Civil)SBI Infra Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006.

Dear Sir, Subject: Submission of Expression of Interest for rendering comprehensive Architectural Consultancy Services for the proposed Construction of staff quarter and boundary wall at Tezu Arunachal Pradesh. Having examined the details given in EOI notice and EOI document for the above project, we herewith enclose:

i) Technical Bid completed in all respect ii) Financial Bid in a separate sealed cover

2. We are agreeable to all terms & conditions laid down in the notice and Technical Bid. The information, facts and figures furnished in this Expression of Interest (EOI) document is true and correct to the best of my/our knowledge and belief and no information, facts and figure are incorrect or concealed. 3. We acknowledge and confirm that in the event of any information, facts and figure is noticed to be false or incorrect, our offer shall be liable to be rejected. 4. We also confirm that:

a) We have perused the sample of proposed agreement between SBI and Architects in the Bank and we will execute the same if contract is awarded to us.

b) We have also thoroughly perused all information pertaining to design parameters prevailing in the area and ascertained necessary information from the Local Authorities including building by-laws applicable for the purpose. Accordingly, all important design /planning parameters prevailing and applicable in the area, have been considered by us in our planning and designing of the project and our design is in conformity to all local building norms and requirements.

c) We further confirm that the planning and designs prepared by us is in conformity to all local authority norms applicable for the purpose of seeking required permission if any.

d) We undertake and confirm that we shall ensure seeking all the necessary building/municipal permissions applicable for the project from the various Govt. Authorities/Local Authorities etc. as required, for commencing the project without any extra charges/fee except the professional fee approved by the Bank. _____________________________________________

Signature of the Architect / Consultant with official seal Date: Place:

Page 6: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

6

FORMAT-II (TO BE SUBMITTED WITH TECHNICAL BID COVER)

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. MINIMUM ELIGIBILITY CRETERIA 1. Minimum 7 years’ experience as a Consultant as on 31.08.2020. The experience should include all consultancy services for Office & Residential Buildings for Architectural, Structural, Engineering and all internal and external services including Electrical Installation, Air-Conditioning, Sanitary and Plumbing, Water Supply, Soil and Storm Water Drainage Systems, Installation of Lifts, Security Arrangements and Fire-fighting Systems, Horticulture, EPABX/Networking, Gymnasium Parking, Rainwater Harvesting, Solar Energy Generation and Solar Heating Systems, Sewage Treatment Plant, Recycling of Wastewater, etc., and, also as Project Management Consultancy (PMC). 2. The architect / consultant should have planned, designed and supervised viz. offered all types of consultancy services as in Point No. 1 above in single and/ or more building projects from inception to completion. Preference will be given to those who have credentials of constructing multi-storeyed buildings with ground coverage of around 750 sqm or more in a particular project within municipal limits / metro areas during last 7 years ending on 31.08.2020. Preference will be given to the architects/firms having experience of planning and designing at least two buildings for Govt. / Public Sector Organizations or Banks of reputed National / Multi-national Companies / Listed Corporate Bodies in last 7 years. 3. The architectural firm must have successfully completed similar kind of works during last 5 years ending on 31.08.2020, the project values of which should be either of the following: Three similar completed projects costing not less than Rs. 6.00 Crores (Rupees Six Crores) each,

Or, Two similar completed projects costing not less Rs. 7.50 Crores (Rupees Seven Crores and Fifty Lac) each,

Or, One similar completed project costing not less than Rs. 12.00 Crores. (Rupees Twelve Crores) each. 4. The average annual turnover for the latest three years shall preferably be not less than 13.50 Lakhs (Rupees Thirteen Lakhs and Fifty thousand) as on 31.03.2020 (relevant documents must be attached). 5. The architect /consultant should have admirable organizational structure comprising of qualified architects, engineers, specialists and other technical personnel along with associates, if any, to execute the work of such nature and magnitude. The partners / associates / permanent employees of the firm should have valid registrations and licenses as Architects and Structural Engineers, etc. from statutory authorities viz. Council of Consultants, Indian Institute of Architects, etc. as required for such type of high rise buildings. The

Page 7: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

7

consultant should also have a full fledged office or ready to establish an office at Guwahati and should have adequate number of qualified architects, engineers and other personnel on the payroll / establishment of the company. The consultant should also have tie up arrangements with reputed registered and licensed services consultants viz. RCC consultant firms, electrical appliances, air-conditioning agencies, fire alarm, UPS, solar power vendors, etc. Note: The Bank reserves the right to reject any or all the applications without assigning any reasons thereof and no correspondence would be entertained in this regard. _____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 8: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

8

FORMAT-III

(TO BE SUBMITTED WITH TECHNICAL BID COVER) SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. Scope of services to be offered Role and Responsibilities of Architect 1. DETAILS OF THE PROJECT/WORK i) Name of work:

a) Construction of Staff Quarters and Boundary wall at Tezu, Arunachal Pradesh ii) Brief description of the projects:

a) Approx. Plot Area: two adjacent plots of area 2887 sqm and 1752 sqm respectively. A sketch showing the plots is attached at Annexure-B of this document.

b) The project involves construction of a Multi-storied Building including Soil Investigation and Geo-Technical survey(wherever required), Civil Construction work, Water Supply, Sanitary, Compound Wall, Site Development, Security & Fire fighting arrangements, Landscaping, Lift Installation, Electrical Installation Works, Interior and Furniture Works, Air-conditioning and Allied works required for the Project etc.

c) Plots will consist of separate blocks for Officers Quarters, Award Staff Quarters and Sub -Staff Quarters. The Buildings housing the Officer’s Quarters will comprise of 2 Flats for Scale I officers, 6 Flats for Scale II officers, 1 Flat for Scale-III Officer and 2 flat for Scale IV/V and one flat for guest house purpose along with adequate parking arrangements. The Buildings housing the Award Staff Quarters shall consist of 13 flats and the buildings housing the Subordinate -Staff quarters shall have 5 flats. All Buildings should have adequate parking arrangements. The no of blocks for each category of staffs may be vary with respect to allowable FAR and other local regulations of Tezu Arunachal Pradesh. The scale wise carpet area and amenities details of the flats are as below: Carpet Area of flats (SQFT) Subordinate staff

Award Staff SCALE I SCALE II & III SCALE IV & V

450 650 1000 1100 1300

Accommodation Subordinate staff Award Staff SCALE I, II & III SCALE IV & V

Multipurpose room 1 Living cum dining room 1 Living cum dining room 1 living cum dining room 1 Bed room 2 Bed rooms 2 Bed Rooms

(Minimum 1 with attached toilet cum bath)

2 Bed rooms (Minimum 1 Bed room with attached bath cum toilet)

Page 9: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

9

1 Kitchen 1 Kitchen 1 Kitchen cum store 1 Kitchen cum store/Utility area

1 Bath room 1 Bath room 1 Bath room 1 Bath room 1 Toilet 1 Toilet 1 Toilet 1 Toilet 1 Study Room

Built-in amenities etc. S No

Subordinate staff

Award Staff SCALE I, II & III SCALE IV & V

1 Grills for all windows, Grills for all windows, Grills for all windows, Grills for all windows,

2

Vitrified flooring for all rooms and ceramic flooring in the closet area and bathroom of moderate cost

Vitrified flooring for all rooms of better quality, Ceramic anti-skid tile flooring for toilets / bath areas

Vitrified flooring for all rooms of better quality, Ceramic anti-skid tile flooring for toilets / bath areas

Vitrified flooring for all rooms of better quality, Ceramic anti-skid tile flooring for toilets / bath areas

3 Kitchen platform with kota stone finish /granite stone with sink

Kitchen platform with kota stone finish/granite stone with SS Sink

Granite Kitchen platform with SS Sink

Granite Kitchen platform with SS Sink

4 In-built kitchen shelves In-built kitchen shelves In-built kitchen shelves Modular kitchen

5 Loft over toilets and baths

Loft over toilets and baths

One built in wardrobe in each bedroom.

One built in wardrobe in each bedroom.

d) The plot shall have to be utilized to the extent possible to fulfill the Bank’s requirements, hitherto, maintaining all prescribed guidelines, subject to compliance of FAR norms. All Spatial norms for all the buildings which include Quarters shall be provided by the Bank. The construction shall have to be executed according to the relevant Indian Standard codes of practice. The Bank also wishes to implement the modern day technologies and concepts of Green Building Initiatives like Solar Energy Generation, Rainwater Harvesting, Energy Conservation by Daylight Integration, Heat Insulation, etc. along with general building requirements including proper ventilation, fire protection, earthquake protection, etc

2. SBIIMS intends to commence the work and propose to complete the works in all respects viz. ready for occupation within a maximum time span of 36 months from the date of commencement. 3. The proposed Architectural consultant will take up all further necessary work on the project including procuring requisite permissions, NOCs, occupation / completion certificate required to be obtained from the local Authorities, Municipal Corporations, Town & Country

Page 10: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

10

Planning Department and any other State / Central Government / Statutory authorities etc. as applicable. 4. The SBIIMS now proposes to engage the services of a full-fledged consultant who will assume total responsibility for completion of the project in all respects. 5. The time is the essence of the contract and the duties of the consultant will be governed by the standard agreement (sample of proposed agreement can be inspected at this office during Office hours) to be executed with SBIIMS by the successful consultant. 6. Service to be rendered by Architectural Consultants: The Architect shall render the following services in connection with and in regard to the said project works:

(a) To prepare and submit sketch plans as per the SBIIMS requirements, incorporating measures suggested in the Bank’s Green Building Initiatives / Green Banking Policy. This includes preparation of alternatives and carrying out necessary revisions till the sketch plans are finally approved by the SBIIMS in accordance with the local governing codes/standards, regulations, etc., and, making approximate cost based on unit cost and submit along with a detailed project report on the scheme and a proper PERT/Bar Chart. The Chart is to incorporate all the activities such as preparation of working drawings, structural drawings, detailed drawings, tender documents, execution of works, obtention of services including occupation certificates, etc. required for the completion of the Project.

(b) To prepare building plans and other requisite detailed drawings on receipt of approval of the sketch plans by SBIIMS, and thereafter submission of the same as per the regulation of local authorities and obtain their approval / sanction for construction. Necessary follow up and co-ordination with the local authorities in getting the approval / sanction of building plan within prescribed time period will also be done by the Project Architect. All necessary statutory approvals from Local Municipal Authorities such as approval of plans / set of drawings, commencement, plinth verification, occupation& completion certificate, NOC from Fire Brigade and other authorities viz. Aviation Directorate, Survey of India, Water, Electricity and Drainage connections, Certificates from Govt. Lift Inspectorate, NOC from concerned Electricity Boards, Bharat Sanchar Nigam Ltd. (BSNL), as applicable, an d Environment Deptt. / Pollution Control Board (PCB) / Public Health Engineering (PHE), State / Central Govt. and other related departments in this regard.

(c) To prepare architectural detailed drawings, structural calculations and drawings, lay-out drawings for water supply and drainage, lift, air-conditioning, fire-fighting installations, electrical installations including UPS, generators, converters and security equipment, detailed estimates of cost, rate analysis for all items, take of sheets and all such other particulars as may be necessary.

(d) Preparation of 2-3 alternatives for external façade / elevation / perspective view of the proposed Building and its 3D presentation by computer for its approval by SBI and preparation of model for one of the selected alternatives for its display.

(e) Calling of competitive tenders through e-Procurement for detailed soil investigation work for deciding bearing capacity and type of foundation, etc., and also for deciding the minimum depth of foundation required from a specialized and reputed contractor in consultation with the Bank including preparation of detailed estimates and draft tenders and also advising panel of contractors to SBIIMS.

(f) Preparation of subhead-wise item-wise detailed estimates based on current market rate analysis, which will include preparation of rate analysis for all major items, take of /quantity sheets, etc.

Page 11: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

11

(g) Working out overall built-up area rate and its comparison for reasonableness with other buildings recently done as also with PWD built-up area rates for submission to the SBI for approval of the cost.

(h) Assisting SBIIMS for prequalification and empanelment of trade-wise contractors by following elaborate procedure / norms and complying with the guidelines laid down by the Bank as well as Central Vigilance Commission (CVC).

(i) Preparation of draft tenders subhead-wise including detailed bills of quantity (BOQ) based on the estimates approved by SBI and full set of tender documents including all terms, conditions, special conditions and standard clauses.

(j) Calling of competitive tenders each trade-wise through e-Procurement at appropriate time from the prequalified contractors. Required sets of tender documents will have to be prepared by the Consultant themselves at no extra cost to SBI.

(k) Detailed scrutiny of the tenders received including preparation of all the comparative statements thereof and submission of recommendations for acceptance or otherwise, of the tender of successful bidders, placing of work orders, etc.

(l) Preparation and issuance of detailed working drawings, minimum 3 sets, to the contractor along with work order so that work is not held up at any point of time for want of the drawings / details. Two sets of such drawings will have to be issued to SBIIM for its record.

(m) Checking of measurements of works at site, scrutinize contractors’ bills and issue periodical certificates of payments so as to enable the Bank to make payments to the contractors.

(n) Obtaining final building completion and /or occupation certificate and securing permission of municipality and such other authority.

(o) Appearing on behalf of the Bank before the Municipal Assessor or such other authorities in connection with the settlement of the ratable value/property tax of the building and render advice in the matter to the Bank.

(p) Complete role of Project Management Consultant (PMC) will also be played by the Consultant to ensure both qualitative and quantitative aspects of the Project and would include day to day supervision of work through a team of various experienced Engineers lead by a Project Manager to be posted at the site, who will have overall responsibility for smooth and timely completion of all works within the agreed time schedule without cost overruns, however, barring exceptional circumstances beyond the control of the Consultant. The cost for PMC including salary, expenditure etc. of the Project Manager and team of Engineers posted at site by the Project Architect will be within the BANK’S Accepted professional fee quoted in Price bid as per format XIII and no extra payment will be made by the SBIIMS/SBI.

(q) The PMC work will broadly include recording of measurements, verification of running account, final bills of contractors, finalization of accounts, extra / deviated items, rate analysis, maintaining various registers as per CVC or Bank’s guidelines at site, preparation of bar chart, CPM networks and its updating for monitoring progress, etc. The collection of samples of various materials used at the site and arranging for its testing through approved laboratories /institutes will have to be done by the PMC and proper records / registers pertaining to the same need to be maintained at site.

(r) Prompt and effective communication between various agencies / vendors / contractors will have to be ensured by the Consultant. The problems / hindrances / bottlenecks need to be sorted out / removed by arranging site meetings of all concerned including the Bank personnel. Record of such meetings, decisions taken, etc. need to be maintained in a chronological manner and kept in a separate register.

Page 12: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

12

(s) During the Defects Liability Period (s) as applicable, carrying out periodical inspection along with the Bank officials and representatives of contractors, preparation of the list of defects list and arrange for its rectification from contractor.

(t) Preparation of ‘As Built’ drawings including those for all services and 2 sets of such drawings mounted on cloth papers and also in the form of a soft copy contained in CD / DVD / Pen Drive will have to be prepared and submitted to SBI.

(u) If the project involves demolition of some existing occupied residential buildings in the Complex, consultant has to oversee the demolition activities with its disposal etc. Including obtaining statutory permission from the local authorities as required in the matter as per the local laws. Further the work of proposed tower need to be completed with minimum disturbance to the staff / occupants who are staying in the complex.

(v) The consultant will be entitled to traveling and daily allowance permissible for visiting the site by the outside Architect(from the place of Architect Office) only for supervision/project related works as required by SBIIMS/SBI as under:

i. Senio However, no travelling charges/ daily allowance/accommodation expenses etc. will be paid for the Project Management Consultant team at site.

(w) Bank’s projects come under Technical Audit by Chief Technical Examiner’s Organization of Central Vigilance Commission. Submissions of Reply to their Queries, Compliance of their Observations, etc. are statutory requirement of Bank’s Architects.

(x) The Bank’s projects also come under Integrity Pact by Independent External Monitors (IEM). The Architectural Consultant will assist the Bank in submission of reply to IEM’s queries/remarks, if any and compliance of their observations.

7. The list of duties mentioned above is only indicative and the Consultant will have to take on full responsibility for completion of the Project, both qualitatively and quantitatively as per accepted contract conditions in the best possible workmanlike manner in all respects till its occupation within the agreed time schedule and cost by following laid down norms /procedures of SBI and guidelines of CVC in an open and transparent manner to the satisfaction of the SBIIMS and towards achieving this goal whatever is required to be done will have to be arranged by the consulting firm with the approval of SBIIMS. _____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

SN. Visit undertaken by Halting allowance Traveling allowance (i) Senior Partner / Senior

Associates of the Architects

Similar to entitlement of AGM (SMGS-V) of Bank.

Single return Air fare (Economy Class) / Train (AC 2 tier /First Class) fare per person (as per actual).

(ii) Junior staff of Architects / other associates/ Consultants

Similar to entitlement of Manager (MMGS-III) of Bank.

Single return Train (AC 2 Tier/ First Class) fare per person (as per actual).

Page 13: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

13

FORMAT ‘IV’ (TO BE SUBMITTED WITH TECHNICAL BID COVER) 1. PREQUALIFICATION (PQ) CRITERIA i) Minimum 7 years’ experience as an Architect as on 31.08.2020. The experience should include all consultancy services for buildings such as architectural, structural, engineering, Interior and Furnishing, Renovation and all internal and external services such as electrical, AC, plumbing, water supply, Networking etc. ii) The consultant should have planned, designed & supervised viz. offered all types of consulting services as in (i) above in a single or more multi-storey building project, from inception to completion for:

a) At least one completed similar project of Rs. 12.00 Crore (or above) or two similar completed projects of Rs. 7.50 Crore (or above) each or three similar completed projects of Rs. 6.00 Crore (or above) each of comparable nature during last 5 years ending on 31.08.2020. These building projects should be commercial or institutional building project for public sector organization / Public Sector Bank / Government Department / Multinational Corporate Houses of repute etc. last 5 years ending on 31.08.2020.

“Similar Work “under this clause means Planning, designing and supervision of Construction of multi-storey building of Corporate/Office Buildings of the Public-Sector Organisations, Banks, Govt. Offices, Multinational Corporate Houses of repute etc. undertaken during last 5 years ending on 31.08.2020” iii) At least one of Proprietor / Partners / Directors of the consultant should have a valid registration and license as an Architect from “Council of Architecture”. iv) The consultant should preferably have a full-fledged office or ready to establish an office in Guwahati immediately on receipt of work order and should have adequate number of qualified Architects, Engineers and other personnel on the payroll / establishment of the company and should also have tie up arrangements with reputed registered and licensed services consultant, firms, Electrical Consultants, Air-conditioning consultant etc. v) The Average Annual Turnover of the Architect by way of professional Fee in last three years ending on 31.03.2020 preferably is not less than Rs.13.50 Lakh. Note: Merely fulfilling the prescribed minimum eligibility criteria may not entitle the Architect for pre-qualification which is subject verification of other credentials viz. Project completed, Confidential reports regarding performance from other clients, Quality of work, use of Cost effective eco-friendly materials etc. 2. The application forms have to be submitted in a prescribed format in a two-cover system viz. technical and price bid in a sealed cover along with other details etc. as laid down in the enclosed formats. Both the above covers named as technical and price bid should be placed in a third sealed cover super scribed with the legend “Application for selection of Architect

Page 14: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

14

for the proposed Construction of Staff quarter and Boundary wall at Tezu Arunachal Pradesh” and can be dropped in tender box which will be kept available in the office of the Circle Head & Asstt. Vice President(Civil), SBI Infra Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006 upto 02:00 PM on 30.09.2020. 3. The bids in sealed cover may also be sent to the Circle Head & Asstt. Vice President(Civil), SBI Infra Management Solutions Pvt. Ltd, State Bank of India, Local Head Office Building, 3rd Floor, “A” Block, Dispur, Guwahati-781006 by Registered Post/ Courier but these should reach at his office on or before the scheduled date & time i.e upto 02:00 PM on 30.09.2020. The bid received after this cut off time and date will NOT be accepted. 4. Please note that the applications received will be screened and short listed on the basis of the aforesaid Pre-qualification (PQ) criteria as laid down in part-A of format-V and only qualified firms will be further advised to submit their design and make a presentation of their detailed proposal / scheme before the Committee proposed by SBIIMS on the advised date and time at SBI Local Head Office, 3rd Floor, “A” Block, Dispur, Guwahati-781006. 5. For preparation and presentation of detailed proposal/Scheme, the shortlisted firms will be given honorarium of Rs. 50,000/- (Rupees Fifty Thousand Only). Maximum 5 bidders will be shortlisted for design competition on the criteria specified in part-A of the format V. In case of tie, the Bank will have right to increase number of shortlisted bidders suitably. The final selection of the consultant will be made on the basis of techno-commercial evaluation by assigning weightage in the ratio of 70% to the technical parameters (format-V PART-A & PART-B) and 30% to the price bid (Format-XII) (professional fees quoted in the sealed cover). 6. Please note that there will be maximum cap / limit of 3% of the estimated cost or the actual project cost whichever is lower, plus GST as applicable for the payment of the professional fees payable to the consultant. The scope of the work may vary, and in case the Bank decides to construct initially only a part or lesser area fees payable will be estimated cost or actual project cost whichever is lower of the whole project. 5. The Bank reserves the right to reject any or all the applications without assigning any reason there for and no correspondence would be entertained in this regard. _____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

72

Page 15: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

15

FORMAT-V (TO BE SUBMITTED WITH TECHNICAL BID COVER)

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH.. PART A: BRIEF TECHNICAL PARAMETER FOR EVALUATION BEFORE DESIGN COMPETITION (TOTAL MARKS- 50) S NO.

Broad criteria/technical parameter/ Marks Maximum Marks

1 Number of technical staff (Architects and Engineers) in main office: Up to 10 =3, More than 10 and up to 20 = 5, more than 20 and up to 30 = 7, More than 30 = 8

8

2 Experience of the firm, More than 7 years and up to 10 yrs = 4, more than 10 yrs and up to 15 yrs = 6, more than 15 yrs and up to 25 yrs = 8, more than 25 yrs = 10

10

3 Maximum value of completed single Project Cost of any Civil construction work of Multi storey building handled in the last 5 years as on 31.08.2020 up to Rs 6.00 Crores = 6, up to Rs 7.50 Crores = 8, up to Rs.12.00 Crores = 12, beyond Rs.15 Crores = 15,

15

4 Certification level in green / energy saving building in LEED/ GRIHA rating system in any building completed in the last 5 years as on 31.08.2020 Certified = 1, Silver = 2, Gold = 3, Platinum = 5

5

5 Having Local Office at Guwahati. No Office = 0, Branch Office/Associate office = 3, Full Fledged Office = 5

5

6 Experience in Civil construction works of multi storey building with PSU/ Public Sector Bank for single completed project cost up to Rs.6.00 Crores = 3, up to Rs.7.50 Crores = 4, up to Rs 12.00 Crores = 6, beyond Rs.15.00 Crores = 7

7

TOTAL 50 _____________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 16: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

16

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. PART B: BRIEF TECHNICAL PARAMETER FOR EVALUATION OF PRESENTATION MADE BY BIDDER IN DESIGN COMPETITION (MARKS- 50)

Sl. No. Broad Criteria / Technical Parameters for selection Maximum

Marks Marks Obtained

1 Design Concept: Architectural & Green Building features, elevation & perspectives, preliminary structural lay-out plan, podium level plan and typical floor plan indicating furniture lay-out, other amenities, specifications and approximate estimated cost.

35

2 Statutory Approvals: Capability / Experience in obtaining statutory approvals /liaising with local Govt. authorities and estimated time limit specified for the same.

5

3 (a) PMC Services: Road map and in house capability for preparation of detailed architectural, structural and services design / working drawings and subhead-wise / item-wise estimates / draft tenders, etc.

2

3 (b) Capability / Experience in Project Management Services (PMC) in handling large multi-storeyed building projects, available in house infrastructure. Time estimate, Bar chart for completion of the project.

2

4 Experience with Govt. / PSUs / Banks / MNCs / Listed Corporate Bodies and handling CVC matters 2

5 Reputation as Architect / Company 2 6 Clarity of presentation 2 TOTAL 50

Weightage of 70% will be assigned to the technical bid (technical parameters as per part A and Part-B of Format V) and 30% to the price bid (professional fees quoted as per format XII). This is only for information purpose and may change at the time of Design Competition depending on requirements of the Bank. Calculation of final marks is as under: For technical bid: Firm obtained highest mark will be treated as base and given 100 marks. Suppose 4 consultants shortlisted (A, B, C, D) gets marks in technical bid (Part A + Part B) as follows:

(i) A : 80 out of 100 (ii) B : 75 out of 100 (iii) C : 70 out of 100

Page 17: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

17

(iv) D : 65 out of 100 The Technical bid points of the four consultants will be as under

(i) A : (80 x 100) / 80 = 100.00 (ii) B : (75 x 100) / 80 = 93.75 (iii) C : (70 x 100) / 80 = 87.50 (iv) D : (65 x 100) / 80 = 81.25

For price bid: The lowest offer shall be treated as base and shall be given 100 marks. Suppose financial bid quotes of four shortlisted consultants (A, B, C, D) are as follows

(i) A : 2.0 % of the cost of the project (ii) B : 1.5 % of the cost of the project (iii) C : 2.0 % of the cost of the project (iv) D : 2.5 % of the cost of the project

The Price bid points of the four consultants will be as under

(i) A : (1.5 x 100) / 2.0 = 75.00 (ii) B : (1.5 x 100) / 1.5 = 100.00 (iii) C : (1.5 x 100) / 2.0 = 75.00 (iv) D : (1.5 x 100) / 2.5 = 60.00

Final Points of the four shortlisted consultants (A, B, C, D) are as follows:

(i) A = (100.00 x 70/100) + (75.00 x 30/100) = 92.50 (ii) B = (93.75 x 70/100) + (100.00 x 30/100) = 95.62 (iii) C = (87.5 x 70/100) + (75.00 x 30/100) = 83.75 (iv) D = (81.25 x 70/100) + (60.00 x 30/100) = 74.87

_____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 18: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

18

Please pay attention: - Henceforth you will have to fill information in various forms. While doing so please keep in mind following things:

Information to be furnished should be crisp, to the point and precise. Please do not keep any field blank. In case nothing has to be filled in a particular field

then please write ‘Not Applicable’ there. Supporting documentary evidences are needed for claims made in technical bid.

Please keep copies of all these documents ready. Arrange them in order of appearance of their reference in technical bid. Write Annexure number in serial order on these documents in top right corner of document in bold letters. Annexed the set of these documents at the end of technical bid. Please mention correct Annexure number at relevant pages of technical bid. This will help us to evaluate the bid quickly.

There is possibility that same document has to be mentioned as evidence at more than one place in the technical bid. In that case keep only one copy of that document and mention that particular Annexure number at every place where that particular document needs to be referred.

The certificate from the client should clearly mention particulars of the project, scope of services offered by the consultant, actual project cost, date of completion of project, existence of green building features and opinion of client on quality of services rendered by the consultant.

Page 19: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

19

FORMAT VI

(TO BE SUBMITTED WITH TECHNICAL BID COVER)

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A Wholly Owned Subsidiary of State Bank of India)

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH.

FIRM - PROFILE 1 Name of the Firm 2 Address

3 Telephone No. with STD code & Mobile Number

4 Primary e-mail address 5 Alternate e-mail address 6 Constitution of the Firm (Proprietorship

Firm/ Partnership Firm/ Private Limited Company/ Public Limited Company)

7 Date and year of Establishment 8 Name of document of evidence of

establishment like certificate of incorporation and its number (if any) and date of issue

9 Annexure number of document mentioned in row 8.

10 Please mention any ACF (Architectural Consultancy Firm) work done before 31-08-2020.

11 Annexure number of document in evidence of information submitted in row 10.

Page 20: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

20

12 Name of proprietor / Partners / Directors

13 Registration Number(s) with “Council of Architecture”

14 Annexure number of copy of registration certificate mentioned in row (13)

15 Goods & Service Tax registration number 16 Annexure number of GST registration

certificate

17 GST paid during last 3 years (amount in lacs)

Year ended on Tax paid 31.03.2018 31.03.2019 31.03.2020

18 Annexure number of certificate issued by chartered accountant for supporting information mentioned in row (17) or any other evidence in that regard

19 Average Turnover of the firm during last 3 years (amount in lacs)

Year ended on Turnover in Rs. 31.03.2018 31.03.2019 31.03.2020 Average Turnover

20 Annexure number of certificate issued by chartered accountant for supporting information mentioned in row (19) and audited P&L statement in that regard

21 Number of Architects/ Engineers who are promoters or permanent employee of the firm (These numbers should tally with details being given in Format VII and VIII)

Architects Engineers Total

22 Annexure number of list of office equipment owned by the firm

23 If firm is not having office in Guwahati then indicate the time by which it is likely to open an office thereat

24 Details of Bank account of firm

Page 21: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

21

Account name (exactly as it appears on statement of account) Account number IFSC Name of Bank Branch name and branch code

25 Name and designation of executive of the firm to whom Bank can contact for seeking information

26 Mobile number of above contact person

27 Annexure number of latest income tax

clearance certificate ___________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 22: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

22

FORMAT VII (TO BE SUBMITTED WITH TECHNICAL BID COVER)

BIO-DATA OF THE PARTNERS / DIRECTORS

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. Use separate form for each partner/director. 1 Name

2 Designation/position 3 Associated with the firm since 4 Date of Birth 5 Professional Qualification 6 Professional Experience

7 Professional Affiliation 8 Details of Membership 9 Detail of the papers published in

Magazine (s) (If enclosed in separate sheet then indicate Annexure number)

10 Annexure number of document evidencing association with the firm like partnership deed etc

_____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 23: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

23

FORMAT-VIII (TO BE SUBMITTED WITH TECHNICAL BID COVER)

BIO-DATA OF TECHNICAL STAFF (ARCHITECTS/ ENGINEER)

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. Use separate form for each executive

1 Name

2 Designation/position

3 Associated with the firm since

5 Professional Qualification

6 Professional Experience

7 Field of expertise

8 Contact number 9 e-mail Id

10 Annexure number of document evidencing employment with the firm like EPF contribution etc

_____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 24: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

24

FORMAT IX (TO BE SUBMITTED WITH TECHNICAL BID COVER)

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. DETAIL OF MAJOR CIVIL CONSTRUCTION OF MULTI STOREY BUILDING WORK (OF Rs. 6.00 Cr AND ABOVE) COMPLETED DURING THE LAST 5 YEARS (As on 31.08.2020)

i) Use separate sheet for each work ii) Mention only completed projects iii) Mention only those projects which you want bank to consider to judge your

eligibility and awarding marks 1 Name and address of the Client

2 Client’s status like Public Sector Organization / Public Sector Bank/ Government Department

3 Name of Project

4 Description and nature of work

5 Features of green building and modern amenities provided

6 Location of the building with complete address

7 Job assigned to consultant in the project like Design/ PMC etc

8 Built up area in sqft 9 Estimated value of project (Rs in Cr) 10 Final value of Project (Rs in Cr) 11 Scheduled date of start of project 12 Scheduled date of completion of

project

13 Actual date of start of project 14 Actual date of completion of project 15 Reasons of cost/ time over run, if

any

Page 25: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

25

16 Number of stories 17 Height of building from ground (in

meters)

18 Annexure number of side elevation/sectional elevation showing number of basement and height of building

19 Has client certified that the building is having Green / Energy Saving features

Yes/ No

20 Annexure number of letter received from the client regarding award of work.

21 Annexure number of letter received from the client regarding successful completion of work.

Note: (a) The work should have been executed by the firm under the name in which they are

submitting the application. (b) The Bank will obtain the confidential report from the previous clients and the

consultant shall not object the same. _____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 26: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

26

FORMAT X

(TO BE SUBMITTED WITH TECHNICAL BID COVER) SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. DETAIL OF MAJOR CIVIL CONSTRUCTION OF MULTI STOREY BUILDING WORK (OF Rs. 6.00 Cr AND ABOVE) IN HANDS 1 Name and address of the Client

2 Client’s status like Public Sector Organization / Public Sector Bank/ Government Department

3 Name of Project

4 Description and nature of work

5 Features of green building and modern amenities provided

6 Location of the building with complete address

7 Job assigned to consultant in the project like Design/ PMC etc

8 Built up area in sqft 9 Estimated value of project (Rs in Cr) 11 Scheduled date of start of project 12 Scheduled date of completion of

project

13 Actual date of start of project 16 Present Position of project 17 Height of building from ground (in

meters)

20 Annexure number of letter received from the client regarding award of work.

_____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 27: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

27

FORMAT-XI (TO BE SUBMITTED WITH TECHNICAL BID COVER)

List of Pending Arbitration/Litigation/Suits with previous clients

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH.

S. NO.

NAME OF PROJECT WITH

NAME OF CLIENT PENDING

SINCE REASONS FOR PENDING ANNEXURE

NUMBER OF SUPPORTING DOCUMENT

____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 28: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

28

FORMAT XII

(TO BE SUBMITTED WITH TECHNICAL BID COVER) List of Annexures (Use additional sheets if necessary) Annexure Number

Particulars of document

_____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 29: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

29

FORMAT XIII

(TO BE SUBMITTED IN SEPARATE SEALED ENVELOPE-B)

PRICE BID PROFORMA FOR SUBMISSION OF THE PRICE BID

SELECTION OF ARCHITECTURAL CONSULTANT FOR PROPOSED CONSTRUCTION OF STAFF QUARTER AND BOUNDARY WALL AT TEZU ARUNACHAL PRADESH. We have understood the prequalification criteria, scope of the services to be offered, the terms and conditions for the appointment to be rendered by the Architectural Consultant specified by SBIIMS in their technical bid as well from their standard agreement for the captioned purpose and we will abide by the same in case our proposal is accepted. Accordingly, we now quote a total professional fee at Fee in figures: …………………………… (Percentage to the project cost) Fee in words: …………………………………………………………………………… plus, GST as applicable. We agree that the above payment of the fees will be released to us at pre-determined stages related to the progress of work based on the standard terms of SBIIMS in this regard. We, further agree that in case we fail to submit the sketch plan, detailed drawings and estimates within a reasonable time of maximum 60 days from the date of award of the contract, SBIIMS will be at liberty to discontinue our services as an Architect for the project within their sole discretion and no fee shall be claimed by us for the project. We agree that the income tax (i.e. TDS) as payable to statutory authorities may be deducted from the above quoted fees. I/We fully understand that SBIIMS/SBI is not bound to accept the lowest or any offer. _____________________________________________ Signature of the Architect / Consultant with official seal Date: Place:

Page 30: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

30

ANNEXURE-A 1. Methods of Payment of Architect’s Fee :

Sl. No. Services to be recorded

Subject to clarifications

under Col. fees payments

Up to stage total

cumulative fees payments

Remarks / Clarifications

(1) (2) (3) (4) (5) (a) After completion of

sketch plans, Architectural design and model, if any, and their approval by the Bank.

1/16th (6.25%) of the total agreed % of fees on total cost of related work.

1/16th (6.25%) of the total agreed % of fees on total cost of related work.

It is clarified that estimated cost of the work at this stage shall include cost of interior works only if the sketch plans include detailed department-wise final layout plans for all floor for computerized office. As otherwise, the fees for the sketch plans for interior works will be paid later on when the sketch plans are approved by the Bank.

(b) After completion of working drawings & detailed estimates to the satisfaction of the Bank including architectural & structural drawings & all drawings pertaining to the various specialist services & their approval by the Municipal Corporation or other authorities & Prequalification of contractors for main civil work (foundation as well as superstructures)

1/8th (12.5%) of the total agreed % of fees on total cost of related work.

3/16th (18.75%) of the total agreed % of fees on total cost of related work.

If the civil work is executed in two stages, i.e., foundation & plinth or pile foundation as one stage and superstructure as second stage, assessed cost for each work will be the basis for release of payment. The fees for detailed plans & estimates for interior work shall be paid later on when these are received & approved by the Bank. 50% of the fees payable for this stage may, however, be paid on completion and approval by the Municipal or other authority of all drawings pertaining to civil work & completion of prequalification of civil contractors separately or together forfoundation & superstructure civil work (on the estimatedcost excluding interior work).

(c) After preparation of contract documents including tenders, issue of tender notices in respect of

1/16th (6.25%) of the total agreed % of fees on total cost of related

1/4th (25%) of the total agreed % of fees on total cost of related

Here also, as clarified in para. (b)above, initially the estimated cost shall be the cost of foundation or / and superstructure (excluding

Page 31: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

31

all traces, submission of recommendations to the Bank and execution of the contract documents for various trades.

work. work. interior decoration work) when the general building work is in progress. The fees under this stage will be paid later on when the detailed plans, estimates, tender documents, etc. are prepared by the Architect and approved by the Bank, and the tenders are invited by the Architect. Part payments of fees in both these cases can be released at discretion of the Bank on request of the Architect in proportion to the services completed in respect of particular trades. Such payment shall be on account.

(d1) During the progress of construction and in proportion to the value of the said works as certified from time to time and paid by the Bank.

½ (50%) of the total agreed % of fees on total cost of related work.

3/4th (75%) of the total agreed % of fees on total cost of related work.

------------------

(d2) On final completion of the Project & closing of accounts including obtaining of occupation certificate from HMC / WBPHE / Fire Authority / Water Connection Authority / CESC and / or any other Authority / Board connected with the occupation of the building.

1/8th (12.5%) of the total agreed % of fees on total cost of related work.

7/8th (87.5%) of the total agreed % of fees on total cost of related work.

------------------

(d3) After the Architect issue “No Objection Certificate” for the refund of contractors’ retention money on expiry of Defects Liability Period of the various contractors and / or attending to the CTE’s / CVO’s observations, if any, from time to time till

1/8th (12.5%) of the total agreed % of fees on total cost of related work.

100% of the total agreed % of fees on total cost of related work.

The final payments under (d1), (d2)&(d3) stages shall be made in accordance with and on the basis provided in the clauses (Col. 5) herein.

Page 32: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

32

its final disposal and award of arbitration, if any, whichever is later.

(e) In case, the Agreement between the Bank and the Architect is terminated in pursuance of Clause 3 of the said Agreement, fees shall be paid to the Architect for the actual services rendered as per stages referred to in this chart, subject to other provisions about recoveries, etc. as provided for elsewhere in the Agreement.

------------------ ------------------ ------------------

2. Scale of Charges for Architects Fee :

a) The Employer shall pay to the Architects as remuneration for the services rendered by the Architects in relation to the said works, and in particular for the services herein before mentioned, fees calculated at the rate of accepted %(percent) the cost of the work. No deduction shall be made from the Architect’s bill/fees on account of any delay in the work due to reasons not attributable to the Architect.

b) No fee is payable on the cost of equipment for air-conditioning, lifts, computers etc., supply of which is directly arranged by the Employer.

c) The Architects shall be paid fees referred to above in the manner laid down in clause 1 above, in respect of the preparation of plans, drawing up of estimates, specifications, pre-qualifications of contractors, calling of tenders etc. up to the stage the work is done by them on the value of works estimated by them initially or based on value of approved tender for works. However, the Employer shall be entitled to adjustments subsequently based on actual cost of executed works so that the total fee payable to the Architects does not exceed the aggregate of the percentages referred to in sub-clause 2.(a) above on the value of the actual executed works including variations due to increase or decrease in the scope of the work authorized by the Employer. The Employer shall have the liberty to omit, postpone or not to execute any work and the Architects shall not be entitled to any compensation or damages for such omission, postponement, or non-execution of the work, except the fees which have become payable to them for the services actually rendered by them.

Page 33: Technical Bid for prequalification of ARCHITECH · 'hvljq frpshwlwlrq d %lgghuv vkruwolvwhg iru sduwlflsdwlqj lq ghvljq frpshwlwlrq zloo kdyh wr suhvhqw wkhlu vfkhph ri sursrvdov

The project is proposed in the two plots nos PLOT NO 562 = 2887.54 SQM PLOT NO 563 1752.40 SQM

33

ANNEXURE-B

is proposed in the two plots nos. 562 and 563. The plot areas are

. 562 and 563. The plot areas are: