National Institute of Bank Management Kondhwe Khurd, Pune 411 048
National Institute of Bank Management Kondhwe Khurd, Pune 411 048
Volume 1
March 2009
Disclaimer 6
Definitions 7
BACKGROUND INFORMATION 9
1.1 General 12
2.4 Disqualification 18
2.5.3 Clarifications 18
                                                                        2
Clause                                    Description      Page
 No.                                                        No.
2.10 Sub-contracting 27
2.15 Insurance 28
                                                                  3
Clause                                      Description                     Page
 No.                                                                         No.
2.18 Employer's right to accept any Bid and to reject any or all Bids 29
2.22 Disputes 32
Annexure -1 Checklist 39
                                                                                   4
Clause                                       Description                    Page
 No.                                                                         No.
End of Document 75
                                                                                   5
Disclaimer
National Institute of Bank Management (NIBM), Kondhwe Khurd, Pune has prepared this RFP document.
The information is provided to prospective Bidders, who has been found eligible to bid for setting up of the
projects at the sites for which this RFP has been issued, as per the terms and conditions set out in this
RFP and any other terms and conditions related to such information.
This RFP is neither an agreement, nor an offer or invitation to perform work of any kind to any party.
The purpose of this RFP is to provide interested parties with information to assist the preparation of their
bid. While NIBM has taken due care in the preparation of the information contained herein, and believe it to
be complete and accurate, neither it nor any of its authorities or agencies nor any of its respective officers,
employees, agents or advisors give any warranty or make any representations, expressed or implied as to
the completeness or accuracy of the information contained in this document or any information which may
be provided in association with it.
Further, NIBM does not claim that the information is exhaustive. Respondents to this RFP are required to
make their own inquiries/ surveys and will be required to confirm, in writing, that they have done so and
they did not rely solely on the information in RFP. NIBM is not responsible if no due diligence is performed
by the Respondents.
National Institute of Bank Management, reserves the right not to proceed with the Project at any site or to
change the configuration of the Project, to alter the time-table reflected in this document or to change the
process or procedure to be applied. It also reserves the right to decline to discuss the Project further with
any respondent.
No reimbursement of cost of any type or on any account will be paid to persons or entities submitting their
Bid.
                                                                                                             6
Definitions
“Application (s)” shall mean the response submitted by interested parties to the “Invitation to
EOI” issued by National Institute of Bank Management .
“Bid (s)” shall mean the technical and financial packages submitted by the Bidder in response to
this RFP.
“Bidder (s)” shall mean all eligible parties participating in the bidding process pursuant to and in
accordance with the terms of the RFP.
“Bid Security” shall mean the amount to be deposited by the Bidders with the Bid as per clause
2.6.7
“Bid Validity” shall mean the period for which the Bids shall remain valid as per clause 2.6.8.
"Contract" means the Contract Agreement, General Conditions of Contract, Special Conditions
of Contract, the Employer's Requirements, the Bid, Letters Inviting Bid, Instructions to Bidders
and the further documents (if any), which are listed in the Contract Agreement.
“Contract Agreement” shall mean the agreement to be signed between the Successful Bidder
and the Employer for the execution of the Project.
“Contract Price” shall mean the financial bid of the Successful Bidder and as accepted by the
Employer.
"Defects Liability Period" means the period for correcting defects in the execution of works as
specified in the scope of work for the Project as mentioned in Clause 2.11
“Employer” means National Institute of Bank Management, its authorized agencies and
assignees.
 “Engineer” means any person or agency nominated or appointed from time to time by the
Employer to act as the engineer for the purposes of the Project and notified as such in writing to
the EPC Developer.
“EOI” shall mean document named “Expression of Interest” issued by National Institute of Bank
Management, inviting Applications for short-listing of parties for the Project.
“EPC Developer” shall mean the Successful Bidder and with whom the Contract Agreement has
been signed.
“Evaluation Committee” shall mean the committee constituted by NIBM for the evaluation of the
Bids.
“NIBM” shall mean National Institute of Bank Management, having its Office at Kondhwe Khurd,
NIBM Post Office, Pune 411 048, i.e. Employer.
“Letter of Award” shall mean the letter issued by the Employer to the Successful Bidder inviting
him to sign the Contract Agreement
“Performance Security” shall mean the amount to be paid by the Successful Bidder as per
clause 2.9 of RFP.
“Project” shall mean Development of IMF-ITP Learning Complex (Part I) and PGPBF
Learning Complex for 480 students and Hostel for 240 students alongwith Mess and
Cafeteria (Part II) at NIBM campus, Kondhwe Khurd, Pune 411 048
“RFP” shall mean document named “Request for Proposal” issued by National Institute of Bank
Management, Pune to the Bidders inviting Bids for the Project.
                                                                                                       7
“Site” shall mean the place where the works under the Project are to be carried out and the
details of which are provided in this RFP.
“Start Date” shall mean the date of commencement of works by EPC Developer.
“Successful Bidder” shall mean the Bidder declared technically and financially successful by
National Institute of Bank Management for the Project and with whom, the Contract Agreement
shall be signed.
“Tender Fee” shall mean the amount to be paid by the Bidders with the Bid as per clause 2.5.5.
(Not applicable)
“Interpretation” - The use of the words persons or parties shall include firms and corporations
and any organization having legal capacity. Except where the context requires otherwise, words
indicating one gender include all genders.
“Singular and Plural” - Except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also includes the singular.
“Headings” - The headings used in these RFP shall not be deemed to be part thereof or be
taken into consideration in the interpretation or construction thereof or of the Contract.
“Reference to Clauses” - A reference in these RFP to any Clause is, except where it is
expressly stated to the contrary, a reference to such Clause herein.
“Gregorian Calendar “- All dates and periods of time referred to in the Contract shall be
ascertained in accordance with the Gregorian calendar.
“Amendments”- The RFP shall not be amended except by a written document signed by duly
authorized representatives of the Employer.
                                                                                                  8
BACKGROUND INFORMATION
This is pursuant to 108th Governing Board Meeting held on December 20, 2007 wherein
discussion were held on the further infrastructure expansion of NIBM with particular reference to
creating a new Learning Centre for IMF-ITP at NIBM and the Post-Graduate Programme in
Banking and Finance (2-year PGPBF) of the Institute.
In concurrence with the decision two batches of 120 students each will be accommodated every
year for two-years course and hence it is decided to undertake planning of infrastructure for 480
students in two phases.
Phase-I
Part I
    a) IMF-ITP Learning Complex for 42 participants and Hostel for 42 participants and Mess for
        the same
Part II
    a) PGPBF Learning Complex for 480 students
    b) PGPBF Hostel for 240 students
    c) Mess (Dining Hall and Kitchen) for cooking food for 480 students and dining hall to
        accommodate 240 students at one time.
    d) Cafeteria and Gymnasium
    e) To develop the general landscape and road network and other aspects necessary for this
        activity.
Phase-II
PGPBF Hostel for 240 students..
In the light of these requirements, NIBM through its consultant prepared a designed brief
consisting of
    (a)       Site Plan showing tentative position of all the buildings to be constructed in both the
              phases (Drg. 1/9)
    (b)       Guiding architectural plans sections and elevations of all five buildings in Phase I plus
              one building in Phase II showing the general requirements of the NIBM (Drg. 2/9 to
              9/9)
    (c)       Brief specifications of all the buildings and furniture requirements.
              The prospective tenderers are required to quote their bid for following work and
              undertake the same from preparing necessary drawings to handing over the building
              to the NIBM including furniture and fixtures etc. complete in prescribed time.
        (i) Preparation of Municipal drawings based on design brief and obtain sanction from
              Pune Municipal Corporation in stipulated time.
        (ii) Prepare working and detailed drawings for the execution of the project.
        (iii) Prepare structural design necessary to execute the project.
        (iv) Apply and obtain non-agricultural permission from Collector, Pune.
        (v) Apply and obtain plinth certificate from Pune Municipal Corporation.
        (vi) Apply and obtain No Objection Certificates from appropriate authorities/departments
              necessary for sanction of building plans, Non-agricultural permission, obtaining plinth
              certificate and obtaining occupation certificate.
        (vii) Apply and obtain occupation certificate from Pune Municipal Corporation
        (viii) Appoint necessary consultant at own cost and risk with concurrence/approval of
              NIBM to complete this project.
        (ix) Undertake construction of building and complete the same in stipulated time.
        (x) Provide furniture and interior decoration as required and specified in the design brief
              along with drawings / photos of each item, detailed specifications, etc. as approved
              by NIBM.
        (xi) Provide Air conditioning, acustic treatment, achieve necessary elimination level as
              directed in design brief/directed by NIBM.
        (xii) Provide services of drainage, water supply, electricity, pedestrian and vehicular
              access, fire fighting provisions, rain water harvesting and drainage water re-cycling
              system.
        (xiii) Do all and every essential/necessary things and acts to complete the project in
                                                                                                          9
             prescribed time.
        (xiv) Obtaining Zoning certificate of the site from appropriate department.
The EPC Developer shall visit the site before bidding and get acquainted and ascertained himself
with site and the requirements. Modifications, variations, claims etc. will not be accepted or
entertained on this ground.
The specification in design brief are “brief” and further details shall be referred to RBI norms,
standard specifications published by Government of Maharashtra Public Works and Housing
Department (Popularly called as “Red Book”) and National Building Code.
The building permission shall be obtained for entire project i.e. Phase-1 and Phase-2 while the
construction will be undertaken only for Phase-1. NIBM reserves the right to commence any or all
buildings / item at one time or to postpone or cancel any building/item of the project. Certain
items like equipment in all the Kitchens, Equipment in the Gymnasiums are required to be
provided limited to the amount mentioned against that item. The details may be provided
subsequently by the NIBM and if the amount is increasing than the prescribed, then NIBM will
take decision for excess amount or reduce the requirement to fit within the amount indicated. If
the amount is less than the indicated amount then EPC Developer shall give credit to the NIBM.
The EPC Developer shall submit bank guarantees (a) towards earnest money deposit along with
the tender bid 2% of estimated amount or 2% of bid amount whichever is more along with the
tender bid and (b) towards security deposit @ 7% of the bid amount or estimated amount
whichever is greater, within stipulated time when the bid is accepted.
NIBM reserves the right to allocate work of building and furniture independently to two separate
firms.
NIBM also reserves the right to allocate work of IMF ITP Complex to different Contractor.
                                                                                                    10
Notice Inviting Bids
  (Sheet 12 to 15)
                       11
                                      SECTION -1 Notice Inviting Bids
1.1           General
              National Institute of Bank Management, Pune invites sealed Bids from eligible Bidders to
              submit a technical and financial bid for the development of IMF-ITP Learning Complex for
              42 participants and PGPBF Learning Complex for 480 students and Hostel for 240
              students along with Mess and Cafeteria at NIBM Campus, Kondhwe Khurd, Pune 411
              048. .
Period for submission of Performance Security 7 calendar days from issue of Letter of Award
Period for signing of Contract Agreement          7 calendar days from issue of Letter of Award subject to
                                                  submission of Performance Security
Commencement of work / start date                 7 calendar days from date of signing of Contract
                                                  Agreement or 14 calendar days from issue of Letter of
                                                  Award, whichever is earlier, subject to submission of
                                                  Performance Security
Period of completion for obtaining all the        3 (three) calendar months from the Start Date.
permissions / sanctions from local authorities
(Pune Municipal Corporation)
Completion period of the work                     31/03/2010
                                                                                                       12
1.3          Important Points
1.3.2        Bidder must not have been blacklisted or deregistered by any government agencies
             or public sector undertaking after the submission of their Applications at the EOI
             stage.
                     Volume 1
                     Notice Inviting Bid
                     Instructions to Bidders (Including Annexure and forms)
                     Evaluation Process and Criteria
                     Volume 2
                     Special Conditions of Contract (SCC)
                     General Conditions of Contract (GCC)
                     Volume 3
                     Employers Requirements
                     Design Brief
1.3.4        Bidders may obtain further clarification, if any, in respect of this RFP document from
             the office of the Head, Administrative Services, National Institute of Bank
             Management, Kondhwe Khurd, Pune 411 048 between 10.00 hrs to 16.00 hrs on
             any working day. Site visits can be made only on prior appointments. RFP
             Bidders / their representatives will be permitted visits to the campus only on
             production of valid authentication and identity proof. It may be noted that no
             photography of the site will be allowed.
1.3.5        The Bidders shall submit their Bids in three parts i.e. ELIGIBLITY PACKAGE,
             TECHNICAL PACKAGE and FINANCIAL PACKAGE (should consist two different
             packages in one package : a. IMF/ITP building, b. PGPBF buildings). Technical
             package is to be submitted in two parts; Part-I shall consist of information/details of
             the Bidder and Part -II shall be the Technical Bid.
1.3.6        The Contract shall be governed by the documents listed in Para 1.3.3 above and
             relevant standards and specifications.
1.3.7        All Bidders are hereby cautioned that Bids containing any material deviation or
             reservation as described in Clause 2.7.2 of “Instructions to Bidders” and/ or minor
             deviation without quoting the cost of deviations shall be considered as non-
             responsive and shall be summarily rejected.
1.3.8        National Institute of Bank Management, Pune reserves the right to accept or reject
             any or all Bids without assigning any reasons. No Bidder shall have any cause of
             action or claim against the NIBM for rejection of his Bid.
1.3.9       All designs and other information submitted in response to this RFP shall be the
            property of National Institute of Bank Management and it shall be free to use the
            concept of the same at its will.
                                                                   Director
                                                  National Institute of Bank Management
                                                    Kondhwe Khurd, NIBM Post Office
                                                           Pune 411 048, India.
1.4     Scope of Work
The EPC Developer shall provide architectural services like preparation of municipal drawing based
on design brief prepared by NIBM consultant, obtain Zone certificate from appropriate authorities,
                                                                                                       13
submission of building proposal to the Pune Municipal Corporation, obtain approval from the Pune
Municipal Corporation, prepare structural design/drawings through licensed/authorized structural
engineer, prepare working drawings and detailed drawings based on architectural and structural
drawing as necessary with the concurrence of consultant to NIBM, commence the work, get contour
survey of the site and also plain table survey if needed, set up the buildings on site, get approval of
NIBM and commence the construction. Apply and obtain N.A. permission from the Collector, Pune
as and when necessary, obtain other NOCs which are necessary for the plinth certificate, apply and
obtain plinth certificate from Pune Municipal Corporation, apply and obtain for NOCs necessary from
appropriate departments and statutory bodies for the occupation, apply and obtain occupation
certificate from the Pune Municipal Corporation, provide three sets of drawing of all drawings
prepared and used in the construction including drawing indicating services like water supply,
drainage, electricity, fire fighting etc. and also three softcopies of the same to the NIBM. Shall also
provide all necessary interior decoration, furniture, fixtures which are quoted and also directed in the
course of work by the NIBM and handover the building in usable condition to the NIBM as stipulated
in the contract.
National Institute of Bank Management will provide site plan showing the land where the
construction is to be commenced i.e. site plan. Besides this, no other information regarding the site
will be provided by the NIBM. The necessary contour survey, tree census is to be prepared by the
EPC Developer and shall also take care that they cut minimum of the trees on the site and also shall
try to replant the trees which are required to be removed due to building construction to the
appropriate position within the site. In addition to this, the design brief attached to this RFP shall be
the guideline for the development of the project. No principal variation be made in this design brief.
Necessary minor modifications etc. may be done in course of process of work with the concurrence
of consultant to NIBM.
The responsibility of the EPC Developer shall, interalia, include carrying out all the activities for the
completion of the Project which generally shall include the following and any additional activities
incidental to these:
i.     Preparation of the all the Plans including contour plans for the entire Project taking into
       account specifications and scale of amenities prescribed in design brief for the project local
       building bye-laws of the Pune Municipal Corporation and other statutory requirements stated
       in the following sections, by procuring the services of Surveyors, Architects, Interior
       Designers, etc.
ii.    Getting Site Exploration done for earthquake-resistant design purpose by procuring Geo-
       Technical Consultants and specialized site-exploration agencies.      Obtaining Zoning
       certificate of the site from appropriate authority.
iii.   Preparation of detailed architectural and structural design and construction of the Project and
       other amenities/ utilities, indicated for construction under this contract.
v.     Detailed engineering design including architectural design, structural design, design for all
       services, horticulture/landscaping design, construction documents, structural drawings,
       electrical services design & drawings, internal telecommunication and networking, fire
       detection and protection systems design (where required) rainwater harvesting & drawings
       and design & drawings for water supply & Public Health Engineering (PHE) etc for the
       Project by procuring the services of all relevant/necessary consultants, like Structural
       Consultants, Water/Damp-proofing-Consultants, Plumbing and Sanitary Consultants, Pre-
       construction Anti-termite treatment Consultants, Consultants for designing Electrical /Fire-
       fighting/Rainwater Harvesting, Air conditioning & Acoustic etc. Installations, etc. Procurement
       of all the required services such as services of Architects, Landscaping, Interior, Legal, etc.
       as may be required to successfully complete the project in all respects
vi.    Detailed project planning, construction schedule and project management to ensure
       completion of the Project as per the specified timelines (by CPM/PERT/GERT/PDM methods
       as may suit this project) by obtaining the services of a Project Management Consultant.
vii.   Indemnifying NIBM against all risk by taking out and keeping them current (alive) throughout
       the project duration, all types of relevant/necessary 'Insurance Policies' of appropriate value
       including EPC Developer's All Risks (CAR), Workmen Compensation and Third Party
       Liability policies.
                                                                                                            14
viii.    Execution/ Construction and commissioning of the work as per approved Design within 12
         months as stipulated in the RFP documents under Clause 1.2 of Notice Inviting Bid.
         Procurement and installation of all plant, as required and machinery like Diesel (Electricity)
         Generating sets, Air-conditioners, Water pumps, Recycled water pumps, sewage pumps, etc.
         as may be required for the commissioning of the project.
ix.      Getting all approvals / permissions / planning permits of the statutory / local / governmental
         agencies, like Pune Municipal Corporation, Collector, Pune etc. as required, by procuring
         necessary consultants. Obtaining Zoning certificate from appropriate authority.
x.       Site clearance and dismantling of obstructions etc., before commencement of work like
         demolition of existing temporary structures, if any; clearing of the vegetations, cutting/shifting
         of trees, laying of approach roads etc including obtaining the necessary approvals required
         for doing so.
xi.      Should any treasure, fossils, minerals or works of art of antediluvian interest be found during
         excavation or while carrying out the works, the EPC Developer shall give immediate notice of
         any such discovery and shall make over such finds to the Employer. EPC Developer shall
         hand over the same to NIBM and that EPC Developer shall not claim any right title interest
         for the same.
xii.     Building construction and installation of all services and making all the buildings fully and
         functionally operative.
xiii.    Providing all external services including roads, footpaths, water supply distribution systems,
         overhead water /recycled-water tanks, water /recycled-water sumps, sewerage systems,
         storm water drains with rain water harvesting, harvested-water sumps, recharge pits, other
         holding tanks, street/yard/garden lighting, horticulture/landscaping, pre-construction anti-
         termite treatment, and other public amenities as per scope of work or National Building Code
         (NBC).
xvi.     Submission of the completion (i.e. ‘as-built’) drawings and other related documents, both
         three hard copies and three soft copies in Auto CAD and appropriate programmes or any
         other IT application used for the purpose.
xvii.    Providing and installing all equipment necessary for power distribution and water supply for
         the newly constructed facilities including transformers, control panels, electrical wiring, bore
         wells, sumps, overhead water tanks, water treatment (purification/softening) plant for
         providing potable water for residential complexes
xviii. Design and provide for Rain water harvesting for roof run-off and surface run-off.
ix.      Clearance of site before Handing over of the Project including facilities after fulfilling all the
         obligations under “Employer’s Requirement”.
xi.      Making good any defect (if any) in Defects Liability Period, as defined in the General
         Conditions of Contract.
xii.     Giving right to the Employer to cause intensive examination of the works and the final bill of
         the EPC Developer including all supporting vouchers, abstracts etc. by any of the persons or
         organization as appointed by the Employer.
xiii.    The project related documentation, drawings, orders etc, of the selected bidder shall
         become the property of NIBM including its copyright. NIBM reserves the right to modify the
         architectural concept and architectural design for use in any of its projects. The design
         should employ best practices /latest versions of the Bureau Institute of Standards Codes
                                                                                                              15
of practice or otherwise mentioned in the RFP documents.
Instructions to Bidders
                                                           16
                              SECTION II- INSTRUCTIONS to BIDDERS (ITB)
(a)     Date and time of opening of technical Bid (Clause 1.2 of Notice Inviting Bids) is 08/04/09
        at 15:00 hrs
(b)     Bid Security as per the Clause 1.2 of Notice Inviting Bids is minimum Rs 60,00,000/-
        (Rupees Sixty lakhs only)
        Period for which the Bid is to be kept valid (Clause 2.6.8), 180 days from the last date for
(c)     submission of Bid or the extended date thereof.
(d)     Defects Liability Period (Clause 2.11) 11 months 10 days from the date of issue of
        “Taking over Certificate”.
(e) Period of completion (Clause 1.2 of Notice Inviting Bid) 12 months from the Start Date.
(f)     Validity Period for Performance Security (Clause 2.9) 6 months from the date of expiry of
        “Defects Liability Period”
All parties who have submitted appropriate documents as mentioned below in 2.3.1 to
establishing eligibility. Only those who will be found eligible for opening of technical bid containing
Earnest Money Deposit Guarantee Bond and successful in technical bid, will be eligible for
opening of financial bid.
                                                                                                          17
                 i)      Three similar completed works each costing not less than the
                         amount equal to 40% of estimated cost.
                                                    Or
                 ii)     Two similar work each costing not less than the amount equal to
                         50% of estimated cost.
                                                    Or
                 iii)    One similar work each costing not less than the amount equal to
                         80% of the estimated cost.
        (c)      Should be profit making (each year) during the last three financial
                 years, ending March 31, 2009, and should have positive net worth.
        (e)      Should have a solvency certified by his bankers, of the amount equal to
                 t h e e s t i m a t e d c o s t o f t h e “ P r o j e c t ” or bid amount whichever
                 is greater.
2.3.2   The Firms should also furnish the list of construction plant and equipments
        including steel shuttering, centering and scaffolding likely to be used in carrying
        out the work in Form-H. Details of any other plant & equipment required for the
        work and available with the applicant may also be indicated.
2.3.3   Intending applicants are required to submit in duplicate the full bio-data of
        Architects, Structural Consultants, Electrical Consultants, Sanitary Plumbing
        Consultants, Liaison Architects, Air conditioning Consultant, Acoustic Consultant &
        Landscape Architect etc. who will be required for the project
2.3.4   The applicant also has to submit an Initial Filter as per Form-G. An
        Application, which does not pass the initial filter, s h a l l not be considered for
        further evaluation.
2.4 Disqualification
        Even if a Bidder meets the above criteria, National Institute of Bank Management
        may, at its discretion and at any stage during the selection process or execution of
        the Project, order disqualification of the Bidder if it is found that the Bidder has:
(i)     Made misleading or false representations in the forms, statements and attachments
        submitted; or
(ii) The Bidder has been blacklisted by any government agency after the EOI stage
        RFP Document shall consist of the documents listed in clause 1.3.3 of Notice Inviting
        Bids along with any schedules, addendum or corrigendum etc issued by National
        Institute of Bank Management for the purpose.
        National Institute of Bank Management shall conduct pre-bid meeting(s) at the time
        and venue mentioned in clause 1.2 of Notice Inviting Bid to answer any queries /
        provide clarifications that the Bidders may have in connection with the Project and to
        give them relevant information regarding the same.
                                                                                                       18
2.5.3         Clarifications
              A prospective Bidder requiring any clarification with regards to the RFP document
              may notify National Institute of Bank Management in writing or by fax at the mailing
              address indicated in Clause 1.2 of Notice Inviting Bid. NIBM will respond in writing to
              any request for clarification which is received prior to dead line mentioned in Clause
              1.2 of Notice Inviting Bid. Written copies of the response of the NIBM (including an
              explanation on the query but without identifying the source of the inquiry) will be sent
              to all prospective Bidders to whom, the RFP has been issued. Only written
              communications/clarifications can be considered as valid.
      (i)     At any time prior to the deadline for the submission of Bids, National Institute of Bank
              Management may, for any reason, whether at its own initiative or in response to a
              clarification or query raised by a prospective Bidder, modify the RFP by an
              amendment.
      (ii)    The said amendment in the form of the addendum/ corrigendum will be posted on
              website www.nibmindia.org before the last date mentioned in Clause 1.2 of Notice
              Inviting Bid. The same shall be binding on the Bidders. The Bidders are required to
              visit regularly the website www.nibmindia.org to ensure that they are aware of the
              amendments. The addendum (s) issued will form part of the RFP documents as
              detailed in clause 2.5.1.
      (iii)   In order to afford prospective Bidders reasonable time for preparing their Bids after
              taking into account such amendments, the National Institute of Bank Management
              may, at its discretion, extend the deadline for the submission of Bids.
(i) The Bidder is solely responsible for the details of his Bid and the preparation of Bids.
      (ii)    The Bidder is expected to examine carefully all the contents of RFP document as
              mentioned in sub-clause 1.3.3 of Notice Inviting Bids including instructions,
              conditions, forms, terms, Employer’s Requirements etc and take them fully into
              account before submitting his offer. Bids, which do not satisfy all the requirements,
              as detailed in these documents, are liable to be rejected as being unresponsive.
      (iii)   The Bidder shall be deemed to have inspected the Site and its surroundings and
              taken into account all relevant factors pertaining to the Site, while preparing and
              submitting the Bid.
      (i)     Any Site information given in this RFP is for guidance only. The Bidder is advised to
              visit and examine the Site of works and its surroundings at his/their cost and obtain
              at his/their own responsibility, any information that he may consider necessary for
              preparing the Bid and entering into a Contract with the Employer, including the
              battery limits for electricity, water and drainage, where applicable.
      (ii)    National Institute of Bank Management shall not be liable for such costs, regardless
              the outcome of the selection process.
              Note: A Pre-Bid meeting with the Prospective bidders shall be arranged before the
              submission of the sealed covers in order to clarify various points from them. After
              clarifications all the bidders would be on the same platform.
Bidders shall submit their Bids in three packages namely the eligibility package,
                                                                                                         19
                  technical package and the financial package. The contents of the technical and
                  financial package are as mentioned below:
                              i.      Letter of Submission
                              ii.     General Information
                              iii.    Details of projects completed in the last three years
                              iv.     Details of ongoing projects (current commitments)
                              v.      Financial Status
                              vi.     Performance Report of works
                              vii.    Initial filter of applicants
                              viii.   List of equipments
The technical package, clearly labeled as “TECHNICAL PACKAGE”, has to be submitted in two
parts, Part-I shall consist of information for responsiveness and other information about Bidders,
as required under RFP and Part -II shall be the technical Bid.
(ii) Checklist for the enclosed documents as per the format attached (Annexure 1)
          (iii)   Bid Security, in original, in a separate envelope, sealed and duly marked “Bid
                  Security” as per the format attached (Form C),
(iv) Power of attorney (Form F) in favour of the person signing the Bid
(v) Initialed RFP document, as listed in Clause 1.3.3 of Notice Inviting Bids
                  The Bidder should support the information provided, as above, with documentary
                  evidence such as client certificates, audited balance sheets, annual reports etc
                  clearly giving the reference to the clause against which such details are provided.
                                                                                                       I)
I) Technical Bid
The Bid be prepared keeping in mind the evaluation criteria defined in section IV and should
cover in detail the following:
          (ii)    The approach and methodology proposed for designing and executing the works
                  covered in the scope of work.
          (iii)   Unique features of the construction technology proposed to be used for the Project
                  and any other special information as deemed relevant by the Bidder is support of the
                  Bid (No alternative architectural design should be enclosed).
          (iv)    A Project implementation schedule (Hard and soft copy) with broad list of activities,
                  timelines and milestones. A detailed overall activity chart indicating the duration and
                  timing of all major activities.
                                                                                                            20
          II.    Organizational capability
                  Academic qualification and relevant work experience of the proposed staff in the
                  Form T-I
                  (ii)   Project management experience of the proposed staff in the form T-I
                  (iii) Project Management Methodology
                 In addition to the above, the following information should also be furnished in Part-II
                 of the technical package:
                 (a)    Details of the Project team with assignment of each key staff member
                        (identified by name), duration & timing together with clear description of the
                        responsibilities of each key staff member within the overall work program. The
                        minimum level of supervision and qualification/experience of Site-staff in form
                        T-I.
                 (b)    The name, background and professional experience of each of the above key
                        staff member to be assigned to the project, with particular reference to his
                        experience of a nature similar to that of the proposed assignment.
          III.   No information relating to financial terms under which services are being provided
                 should be included in the technical Bid.
          (a)    The financial package, clearly labeled as “ FINANCIAL PACKAGE” will contain the
                 Financial Bid (as per Form B) indicating:
                 (ii)   Project cash flow bar chart indicating the fund requirements on a monthly and
                        milestone basis
          (b)    The financial package should be submitted, in a separate sealed envelope, in the
                 format prescribed in Form B. These prices should include all costs associated with
                 the Project including any out of pocket / mobilization expenses, all taxes, charges,
                 levies, cess, VAT, etc. including service tax.
Please note:
2.6.3.3          The list of documents has been prepared mainly for the convenience of the Bidder
                 and any omission on the part of NIBM shall not absolve the Bidder of the
                 responsibility of going through the various clauses in RFP including the specifications
                 and to submit all the details specifically called for (or implied) in those clauses.
2.6.3.4          All documents issued for the purposes of bidding as described in Clause 1.3.3 of
                 Notice Inviting Bids, and any amendments issued in accordance with Clause 2.5.4
                 shall be deemed as incorporated in the Bid.
                 The Bidder shall bear all costs associated with the preparation and submission of the
                 Bid as well as costs associated for facilitating the evaluation. NIBM shall in no case
                 be responsible or liable for these costs, regardless of the conduct or outcome of the
                 bidding process.
                 The Bid and all related correspondence and documents relating to the Project shall
                 be in English language only. Supporting documents and printed literature furnished
                 by the Bidder may be in another language provided they are accompanied by an
                 accurate English translation which shall be certified by a qualified translator. Any
                 material that is submitted in a language other than English and which is not
                                                                                                           21
         accompanied by an accurate English translation will not be considered.
(i)       The Bidders shall enclose Bid Security with their Bid for an amount, as mentioned
          in Clause 1.2 of Notice Inviting Bids.
(ii)      The Bid Security will be a bank guarantee from a scheduled commercial bank in
          India. The format of the bank guarantee shall be as per Form C. Bank guarantees
          should be irrevocable and operative for a period not less than 30 days beyond the
          validity of the Bid (i.e. 210 days from the date of opening of the Bid). The Bid
          Security shall be endorsed/pledged in favour of NIBM and shall be submitted in a
          separate envelope superscribed “Bid Security for development of the Project for
          NIBM at NIBM Campus, Kondhwe Khurd, NIBM P.O., Pune 411 048".
(iii)     Bids not accompanied by Bid Security, shall be treated as non-responsive, and will
          be summarily rejected by the NIBM.
(iv)      The Bid securities of unsuccessful Bidders shall be discharged/ returned by NIBM
          no later than 30 days after the expiration of the period of Bid Validity as defined in
          Clause 2.6.8.
(v)       The Bid Security of the Successful Bidder shall be returned upon the Bidder
          executing the Contract Agreement and submitting the required Performance
          Security, as mentioned in Clause 2.9.
         Bids shall be valid for a period 180 days from the last date of submission of Bids or
         the extended date thereof. NIBM reserves the right to reject any Bid, which does not
         meet this requirement.
         Prior to the expiry of the original Bid Validity Period, NIBM may, at its discretion,
         request Bidders to extend the Bid Validity Period for a specified additional period.
(i)      Bid documents eligibility package, technical package Part I and II and financial
         package shall be stamped and signed on all pages by a person duly authorized to
         sign the Bid documents. The Bidder shall also submit a power of attorney
         authorizing the person signing the documents in accordance with Clause 2.6.16 of
         the Instruction to Bidders.
(ii) Entries to be filled in by the Bidder shall be typed or written in indelible ink.
                                                                                                   22
             All witnesses and sureties shall be persons of status and probity and their full
             names, occupations and addresses shall be written below their signatures.
(i)         Each Bid will be submitted in two sets one marked “ORIGINAL” and the other
            marked “DUPLICATE” ('DUPLICATE' should be the photocopy of ‘ORIGINAL’).
(ii)        Each set containing the three packages, ELIGIBILITY PACKAGE, TECHNICAL
            PACKAGE and FINANCIAL PACKAGE shall be sealed in three separate envelopes
            clearly marked as “ELIGIBILITY PACKAGE”, “TECHNICAL PACKAGE” and
            “FINANCIAL PACKAGE". The three envelopes shall be wrapped in an outer
            envelope addressed to The Director, National Institute of Bank Management, PO
            NIBM, Kondhwe Khurd, Pune 411 048, duly super-scribing on top “Bid for the Project
            for National Institute of Bank Management at NIBM Campus, NIBM, Kondhwe Khurd,
            NIBM P.O., Pune 411 048, date and time of opening of the Bid on 08/04/09 at 15:00
            hrs. The envelope should also bear the name and address of the Bidder.
(iii)       The contents of the technical package and the financial package shall be as detailed
            under Clause 2.6.3 herein.
(iv)        NIBM will not take any responsibility for the misplacement of the Bid or any part
            thereof, which is not sealed or marked as per aforesaid instructions.
            The Director
            National Institute of Bank Management
            Kondhwe Khurd, NIBM P.O., Pune 411 048
(ii)         The last date for submission of completed Bids is given in Clause 1.2 of Notice
             Inviting Bids. The National Institute of Bank Management may, at its discretion,
             extend this date, in which case all rights and obligations of the NIBM and the Bidder
             shall thereafter be subject to the new deadline as extended. If such nominated date
             for submission of Bid is subsequently declared as a public holiday, the next official
             working day shall be deemed as the date for submission of Bid.
(iii)        Bids shall be submitted by hand or through registered post or courier service at the
             address mentioned above. NIBM shall not take any cognizance and shall not be
             responsible for delay/loss in transit or non-submission of the Bid in time
(iv)         Bids sent telegraphically or through other means of transmission (tele-fax etc.),
             which cannot be delivered in a sealed envelope shall be treated as defective, invalid
             and shall stand rejected.
(ii)          (ii)    A Bidder may withdraw its submitted Bid, provided that written notice of the
                      withdrawal is received by NIBM before the last date for submission of Bids. In
                      case a Bidder wants to resubmit his Bid, he shall submit a fresh Bid following
                      all the applicable conditions.
(iii)         (iii)   Only a single copy of the withdrawal notice shall be prepared and each page
                      of the notice shall be signed and stamped by the authorized signatory. The
                      notice shall be duly marked “WITHDRAWAL”.
                                                                                                       23
            Bids should be received in the office of the Director at the address mentioned in
            Clause 2.6.12, on or before the stipulated time and date as specified in Clause 1.2 of
            Notice Inviting Bids.
            Any Bid received in office of the Director at the address mentioned in Clause 2.6.12,
            after the deadline prescribed for submission of Bids in Clause 1.2 of Notice Inviting
            Bids herein or after the extended Bid due date, if any, will be treated as "Late Bid"
            and will not be opened /considered by NIBM and will be returned back unopened to
            the Bidder.
            Bidders shall submit, along with Part 1 of the technical Bid, a power of attorney, on a
            stamp paper of appropriate value and duly notarized, in favour of the person signing
            the Bid documents authorizing him to sign the Bid documents, make corrections/
            modifications thereto and interacting with National Institute of Bank Management and
            act as the contact person. The format for the power of attorney shall be as per form F
            of RFP.
The Bids will be opened in the presence of Bidders or their authorized representatives who may
choose to attend on date & time as mentioned as per Clause 1.2 of Notice Inviting Bids in the
office of the Head,, Administrative Services, National Institute of Bank Management. Kondhwe
Khurd, NIBM P.O. Pune 411 048. If such nominated date for opening of Bid is subsequently
declared as a public holiday, the next official working day shall be deemed as the date of opening
of the Bid.
(i)          Bids for which an acceptable notice of withdrawal has been submitted in
             accordance with Clause 2.6.13 shall not be opened.
(ii)         Bids which have not complied with one or more of the foregoing instructions may
             not be considered.
(iii)        On opening of the main Bid envelopes, it will be checked if they contain Eligibility,
             Technical & Financial Packages as detailed above.
(iv)         First, eligibility package will only be opened and eligibility will be verified and those
             who will be eligible only their technical package of the Bids will be opened. They will
             be checked for completeness and confirmation of submission of the requisite Bid
             Security. If the documents do not meet the requirements of the RFP, a note will be
             recorded accordingly by the Evaluation Committee.
(v)          The Bidders name, the presence or absence of the Bid Security and any other
             details as NIBM or its authorities, officers concerned, representative, etc. may
             consider appropriate will be announced at the time of Bid opening.
(vi)         The financial packages of all responsive Bids will be opened after the technical
             evaluation as per the procedure mentioned in Section III.
            Prior to the detailed evaluation of Bids, NIBM will determine whether each Bid is
            responsive to the requirements of RFP.
                                                                                                         24
(i)     For the purpose of this clause, a responsive Bid is one which:
            (a)   Is packed, signed, sealed and marked as stipulated in clauses 2.6.10 and
                  2.6.11
            (b)   Is accompanied by the power(s) of attorney as specified in clause 2.6.16
            (e)   Mentions the validity period of the offer as set out in clause 2.6.8 and
                  2.6.9
            (h)   Conforms to all the terms, conditions and specifications of RFP without
                  material deviation or reservation. "Deviation" may include exceptions and
                  exclusions. A material deviation or reservation is one which affects, in
                  any substantial way, the scope, quality, performance or administration of
                  the works to be undertaken by the Bidder under the Contract, or which
                  limits in any substantial way, Employer’s rights or the Bidder’s obligations
                  under the Contract as provided for in RFP and/ or is of an essential
                  condition, the rectification of which would affect unfairly the competitive
                  position of other Bidders presenting substantially responsive Bids at
                  reasonable price.
(ii)    If a Bid is not substantially responsive to the requirements of RFP, it will be rejected
        by NIBM. The decision of the NIBM in this regard shall be final. The financial
        Packages of non-responsive Bidders shall be returned unopened.
(i)     NIBM would subsequently examine and evaluate responsive Bids, as per the criteria
        set out in Section III.
            (b)     The Bidder does not respond within the stipulated time to requests for
                    supplemental information/ clarifications required for the evaluation of the
                    Bid.
            (c)     If it is found that the information provided is not true or incorrect or facts,
                    material to the evaluation, have been suppressed.
(ii)    To assist in the examination, evaluation and comparison of the financial bid,
        Evaluation Committee may ask Bidders individually for clarifications. The request for
        clarification and the response shall be in writing or by fax. No change in the price or
                                                                                                      25
             substance of the Bid shall be sought, offered or permitted except as required to
             confirm correction of arithmetical errors observed by the Evaluation Committee
             during the evaluation of Bids in accordance with Section III herein.
(i)          Except the public opening of the Bids, information relating to the examination,
             clarification, evaluation and comparison of Bids and recommendations concerning
             the award of Contract shall not be disclosed to Bidders or other persons not officially
             concerned with such process.
(ii)         Any effort by a Bidder to influence NIBM / Evaluation Committee in the process of
             examination, clarification, evaluation and comparison of Bids and in decisions
             concerning award of Contract, shall result in the rejection of the Bid.
Subject to evaluation of Bids, NIBM will declare the Bidder ranked L1 as per clause 3.4 as
Successful Bidder and proceed to issue Letter of Award (LOA) as per the procedure mentioned in
the RFP and terms and conditions set out in this RFP.
Pursuant to clause 2.8.1 and prior to the expiry of the period of Bid Validity, NIBM will issue the
Letter of Award to the Successful Bidder, notifying him of being declared successful and the
intent to sign the Contract Agreement with him. This letter (hereinafter and in the Conditions of
Contract called 'the Letter of Award') shall mention the sum which NIBM will pay to the EPC
Developer in consideration of the completion and guarantee of the work to be performed by the
EPC Developer, as prescribed therein (hereinafter and in the conditions of Contract called 'the
Contract Price'). No correspondence will be entertained by NIBM from the unsuccessful Bidders.
The Letter of Award shall constitute a part of the Contract along with the correspondence, if any,
exchanged between NIBM and the EPC Developer.
Upon submission of Performance Security by the Successful Bidder as per clause 2.9, NIBM will
promptly notify the other Bidders and discharge / return their Bid securities
(i)          NIBM shall prepare the Contract Agreement in the Proforma (Form E) included in
             this document, duly incorporating all the terms of agreement between the two
             parties. Within 7 days from the date of issue of the Letter of Award the Successful
             Bidder will be required to execute the Contract Agreement on the Stamp Papers
             (having worth equal to applicable stamp duty in the state of Maharashtra). The
             stamp duty shall be solely borne by the EPC Developer.
(ii)         Prior to the signing of the Contract Agreement, the Successful Bidder shall submit
             Performance Security
(iii)        The "Original" Contract Agreement executed between NIBM and the EPC
             Developer will be retained by the NIBM whereas the "Duplicate" copy thereof will be
             given by NIBM to the EPC Developer.
(iv)         In case the Successful Bidder does not sign the Contract Agreement within the
             stipulated period of time, NIBM reserves the right to cancel the selection process,
             forfeit any Bid Security and/or Performance Security, as the case may be, submitted
             by the Successful Bidder and either re-tender or proceed in any manner that it may
             deem fit. However, if the Performance Security and other documents like insurance
             policies, letter of acceptance, etc. are submitted and the work is commenced by the
             Successful Bidder within 24 days from issue of LOA, it shall be construed that the
             Contract Agreement has been executed between the parties within the stipulated
             period of time.
                                                                                                       26
2.9         Performance Security
(i)          The Successful Bidder shall furnish to NIBM, towards Performance Security, a bank
             guarantee for an amount of 7% of the total Contract Price, in accordance with the
             provisions in the General Conditions of Contract. The bank guarantee has to be
             from a scheduled commercial bank based in India. The format for bank guarantee
             shall be as per Form-D provided in this RFP. The Performance Security shall be
             furnished within the time limit specified in clause 1.2 of Notice Inviting Bids.
(ii)         The Bank Guarantee should be valid up to 6 (six) months beyond the Defects
             Liability Period.
(iii)        Failure of the Successful Bidder to submit the required Performance Security shall
             constitute sufficient grounds for the annulment of decision to award the Contract
             and forfeiture of the Bid Security
2.10 Sub-contracting
(i)          The EPC Developer shall not sub-contract the whole of the works. The EPC
             Developer shall not subcontract any part of the work without notifying and getting
             prior approval from the Employer.
(ii)         The EPC Developer shall be responsible for observance, by all sub-contractors, of
             all the provisions of the Contract Agreement. The EPC Developer shall be
             responsible and shall indemnify NIBM for the acts or defaults of any sub-contractor,
             his representatives or employees, as fully as if they were the acts or defaults of the
             Successful Bidder, his representatives or employees. The EPC Developer shall
             provide to the Employer, the details of all the sub contracts including terms and
             conditions of the contracts.
(iii)        The EPC Developer shall be solely responsible for the performance of the sub
             contractor and for making payments to the sub-contractor. However, if the
             Employer, under the governing statutes, is required to make any payment to any
             sub contractor due to default of the EPC Developer, the amount so paid shall be
             recovered (together with the penal interest at the rates determined by the NIBM from
             time to time) by the Employer from the dues of the EPC Developer.
(i)          The Defects Liability Period shall be of 12 months from the date of issue of taking
             over certificate.
(ii)         The EPC Developer shall, at its own risk and cost, make good, any defects,
             complete any left over work as required by the Employer.
The Bidders shall submit along with their Bid, their corporate quality policy document duly signed
by the corporate head or any other authorized person and an outline quality plan in accordance
with Clause 2.6.3 (a), illustrating the approach for compliance with specifications for the work
including project quality requirements. The outline quality plan shall contain sufficient information
to demonstrate clearly the proposed method for achieving the Bidder’s quality objectives with
regards to the requirements of the Contract Agreement and shall, as a minimum, conform to ISO
9001: 2000 – “Quality Management Systems - Requirements”.
The quality of the project shall be monitored from time to time by Employer's personnel or a firm /
agency appointed by the Employer, as may be decided by the Employer from time to time for the
purpose. The EPC Developer shall comply with the suggestions and/or instructions of the
Employer's personnel and/or the said agency in this regard. Failure to comply with the
suggestions and/or instructions of the Employer's personnel and/or the said agency shall
constitute EPC Developer’s Default.
                                                                                                        27
2.14        Proof Checking
NIBM shall have the right to get the designs proof checked by a proof consultant to be appointed
separately by the NIBM. In case the design needs to be modified or corrected, the same shall be
carried out by the EPC Developer at his own cost.
2.15 Insurance
2.15.1      The EPC Developer shall keep the Employer indemnified against all risks during the
            entire period of implementation of the project.
            The EPC Developer shall indemnify and keep the employer harmless against any
            claims, demands, actions or proceedings that may be made or adopted against the
            Employer or that may be suffered by the employer by reason of anything done by the
            EPC Developer pursuant to any work done by them in execution of the said works.
2.15.2      For the purpose, the EPC Developer shall at its own cost and expenses, obtain
            within 24 days of issue of letter of award and positively before commencement of
            actual work, for a period commencing from immediate effect and valid till the end of
            Defects Liability Period and maintain, the following insurance policies of appropriate
            amount/value of cover as may be required by the Employer:
(ii)         Liability under the Workmen’s compensation Act, 1923, Minimum Wages Act, 1948
             and Contract Labour (Regulation and Abolition) Act, 1970
(iii)        Accidents to staff, Engineers, supervisors and others who are not governed by
             Workmen’s Compensation Act.
(iv)         Professional Liability Insurance for all service providers like Architects, Structural
             Consultants, Electrical Consultants etc. who shall be engaged by the EPC
             Developer for designing the project-components
(v) Damage to Material, machinery and works due to fire, theft etc.
(vi)         Any other risk insurance which the Employer requires at any point of time or that is
             specified in the Special Conditions of Contract.
            Note: As the work is at Pune area, Insurance against the Terrorist Attack may have
            to be considered by the EPC Developers.
(a)          All copyright and other proprietary rights in the Works shall vest and stand assigned
             to NIBM and NIBM shall consequently own, absolutely and exclusively on a
             worldwide basis, the whole of property, rights, title and interest including all
             copyright in the Works, present or future, vested or contingent, generally and
             without limitation, for the whole term of the copyright, including the right to modify
             and/or make any alterations to the Works and all the above rights shall not lapse
             even if such rights are not exercised by NIBM during the terms of the copyright and
             the EPC Developer shall be required/obliged to execute any deeds/documents, as
             may be required or considered necessary, by NIBM to give effect to and secure the
             abovementioned rights of NIBM in the Works. For the purpose of this clause, the
             term “Works” shall include all “works” covered by the Copyright Act 1957 including
             the design of the housing complexes and all plans, sketches, design or artistic
             works created by the EPC Developer at the inception of, during the course of and
             until the completion of the Project and also includes any work created directly or
             indirectly in the performance of the obligations of the EPC developer in connection
             with the Project.
(b)          The EPC Developer shall not use or allow any one to use these drawings, designs,
             documents and software without the prior written permission of the Employer and
             any such act without the permission of the Employer shall constitute violation of
                                                                                                      28
             Intellectual Property Rights.
(c)          Even in the event of stoppage / cancellation of the selection process, all documents
             /designs/ drawings submitted by the Bidders to the NIBM on or before the
             cancellation of the selection process shall become the property of the Employer and
             the Bidders shall have no claim on such documents/design.
The Employer shall have the right to modify the design prepared by the EPC Developer on
mutually agreed terms and conditions. The EPC Developer shall comply with any such
instructions by the Engineer or the Employer and suitably modify the design and submit the same
to the Employer for approval.
2.18 Employer's right to accept any Bid and to reject any or all Bids
(i)         Notwithstanding anything mentioned above, NIBM reserves the right to accept or
            reject any Bid at any time prior to award of Contract without thereby incurring any
            liability to the affected Bidder or Bidders.
(ii)         NIBM reserves the right to cancel/annul the selection process, at any stage prior to
             the award of the Contract on account of the following:
             (b)   occurrence of any event due to which it is not possible to proceed with the
                   selection process
             (d)   any other reason, which in the opinion of the Employer necessitates the
                   cancellation of the selection process
             On occurrence of any such event, NIBM shall notify all the Bidders within 7 days of
             such decision. NIBM shall also promptly return the Bid Security submitted by the
             Bidders within 15 days of issue of such notice. NIBM is not obligated to provide any
             reason or clarification to any Bidder on this account. Liability of the NIBM under this
             clause is restricted to returning the Bid Security and no other reimbursements of
             costs/ expenses of any type shall be made by the Employer on this account.
             (i)   The Employer further reserves the right to re-tender the process or get the
                   work done by a Government agency or Quasi Government agency if the
                   Employer is of the opinion that the bids received are not economically or
                   otherwise feasible or not acceptable due to reasons in sub clauses (a) to (d)
                   above.
The EPC Developer shall be responsible for the provision of all power, water and other services
as required at Site at his own cost. The Employer, where feasible and at his discretion, may
assist the EPC Developer in this respect.
(a)          The EPC Developer shall have a site office at the NIBM Campus. The EPC
             Developer shall keep a copy of the documents such as approved drawings, latest
             codes and standards, quality manual, charts showing progress of the Project, EPC
             Developer’s documents etc as required by the Employer for the purpose.
(b)          The EPC Developer shall also provide and maintain in good repair during the entire
             project period, all facilities including furnished office space with attached toilets for
             the Employer, the Engineer and his team in the site office at Sector – 1 at his own
             cost.
                                                                                                         29
2.21        Contract Price and payment milestones
(a)          The Contract shall be for the entire scope of work which may vary as mentioned in
             the RFP. The Bidders shall quote their financial bids for the entire scope of work as
             mentioned in the RFP without any additions, alterations and conditions. The
             Contract Price quoted by the Bidders should include all costs associated with the
             Project including any out of pocket / mobilization expenses, all taxes, charges,
             levies, cess, VAT, etc including service tax.
(b)          Unless otherwise explicitly stated in the Contract, the payment shall be as per
             accepted schedule of payment mentioned in RFP. The payment shall be subject to
             deductions as per Indian income tax laws.
(c)         All the payments shall be released as per the terms and conditions mentioned in
            clause 14 of the General Conditions of Contract. In case of delay by the Employer to
            make the payment within the time-period mentioned in the General Conditions of
            Contract, the Employer shall pay interest as per clause 14.7 of the General
            Conditions of Contract.
The EPC Developer shall be paid on achievement of each milestone as per the schedule of
payments mentioned below
Payment Schedule
A. Construction work
                                                                                                         30
 13.     Entire Sanitary and Plumbing Items                    4% of Construction Cost       2 months
 14.     Entire Electrification                                3% of Construction Cost
                                                                                               88%
 15.     All other work of construction, other than            12% of Construction Cost
         mentioned above                                                                    1 month 10
 16.     On handing over of occupancy certificate from                                         days
         Pune Municipal Corporation to NIBM
                                                                                              100%
F. External Services
G. Landscape
                              th                                    th
 26.     Landscape – 1/12          of the Landscape cost per    1/12 of the Landscape       12 months
         month                                                 cost per month subject to
                                                                   progress of work
                                                                                              100%
In case the EPC Developer is unable to achieve adhere to the project timelines, the EPC Developer will be
charged liquidated damages at the rate of 0.50% of the Contract Value for the Works for each week or part
of the week the EPC Developer is in default subject to a maximum of 10% of the total Contract Value
                                                                                                        31
(Clause 8.7 of General Conditions of Contract; Ref. Volume 2 of RFP document).
The EPC Developer specifically authorizes the Employer to deduct such amount of liquidated damages, if
any, from any installment of payment becoming due and payable to the EPC Developer in terms of the
contract, in addition to other modes of recovery.
The Employer may deduct interim Liquidated Damages (L D) on prorata basis if the progress of work is not
as per the scheduled time. The same amount will be released to EPC developer, if he makes up the lost
progress.
In case the EPC Developer is able to achieve to the project timelines in advance, the EPC Developer will
be rewarded at the rate of 0.50% of the Contract Value for the Works for each week or part of the week
the EPC Developer has completed the work in all respects in advance of stipulated completion time period
of 12 months, subject to a maximum of 5% of the total Contract Value (Clause 8.8 of General Conditions
of Contract; Ref. Volume 2 of RFP document).
Such granting of reward shall be at the discretion of the Employer and the EPC Developer shall not claim
the reward as a matter of right.
2.22 Disputes
All disputes arising shall be subject to the jurisdiction of the appropriate court at Pune, and will be
governed by the Laws of India
As per the PCB guidelines, the EPC Developer shall make sure the disposal of debris especially oil,
grease, etc. will not contaminate the natural water springs and also, will not adversely affect the
environment. The the EPC Developer shall indemnify the Employer from any such acts the EPC
Developer may execute during and after the contract period.
The contracting EPC Developer for itself and on behalf of its affiliates represents, warrants and covenants
that neither the contracting EPC Developer for itself or on behalf of its affiliates, to its or their best
knowledge, offered, paid, given, or loaned or promised to pay, give or loan or will offer, pay, give, or loan
or promise to pay, give or loan, directly or indirectly, money or any other thing of value to or for the benefit
of any government official, for the purposes of corruptly (a) influencing any act or decision of such
government official in his official capacity, (b) inducing such govt. official to do or omit to do any act in
violation of his lawful duty, (c) securing any improper advantage or (d) inducing such govt. official to use
his influence with a govt. entity, in each instance to direct business to the agency or its affiliates.
                                                                                                             32
Evaluation Process and Criteria
       (Sheet No. 34 to )
                                  33
                         SECTION III- EVALUATION PROCESS AND CRITERIA
3.1.1.1 Only those applicant developers meet all the requirements shall be processed further.
         Other applicants will be rejected
3.1.1.2 The responsive applications shall be evaluated as per the following marking system :
(a)                                                                                ACCEPTED
       Total No. of     Costing ≥40%     Costing ≥50 %    Costing ≥80%
       eligible         of Estimated     of Estimated     of Estimated
       Works            Cost             Cost             Cost                       OR
       One              Rejected         Rejected         Accepted
       Two              Rejected         Accepted         -
       Three            Accepted         -                -                        REJECTED
      Note: Marks will be given for only those development work, the
      value of which is more than 100 per cent of the estimated cost of
      this development project.
                                                                                              35
         Current commitments – No. of ongoing development work (details
6.       given in ‘FORM – IV' along with information on committed current
                                                                                    10
         capacity to undertake similar works simultaneously) of value more
         than or equal to 100 percent of the estimated cost of the proposed
         development project.
         Plant and equipment available with the Developer (Form – VIII of the
7.       RFP Document)                                                              20
                                              Total =
                                                                                    80
Convert to 100%
Note: “The merit list of eligible Applicant Developers shall be prepared based on their marks obtained
out of maximum 100 marks in such a manner that the top scorer is placed at No.1, succeeded by 2nd
highest, 3rd highest scorers, etc.
3.2.1          The technical Bids shall be evaluated by the Evaluation Committee as per criteria mentioned
               in clause 3.3
3.2.2          The Bidders scoring a minimum of 70% in each of the areas listed as assessed by the
               Evaluation Committee shall be declared technically qualified. Bidders may also be required
               to give a presentation to the Evaluation Committee, if it so desires.
3.2.3 The financial Bid of only those Bidders who are technically qualified shall be opened.
3.2.4          The financial Bids of Bidders whose technical bids are found unacceptable shall be returned
               unopened.
               NIBM can call any Bidder for any clarification required by NIBM.
3.2.5`         NIBM shall notify all the technically qualified Bidders of their technical qualification indicating
               the date, time and venue for opening of financial Bids.
               Each and every member of the Evaluation Committee shall separately evaluate all the
               technical proposals and then the average of the marks given by all the members to a
               proposal shall be taken for declaring a technical bid as acceptable or unacceptable. It is not
               necessary that following criterion carry equal maximum marks. It will be the discretion of the
               committee members to choose the maximum marks for any particular criterion based on the
               importance he/she attach to that particular criterion.
                                                                                                               36
  Sr.                                         Criteria                                        Weightage
  No.
   1       Suitability of the technical proposal                                                 80%
  (i)      Proposed layout plan for external services, systems and utilities (Load
           calculations for electrical, drainage, water supply and equipment included in
           the Scheme like Pumps, Generator Sets, Transformers etc.
                                                                            Total Marks =
                                                                        Weighted marks =
3.4.1         Evaluation Committee shall open the financial Bid of the technically qualified Bidders
              in the presence of the Bidders/their authorized representative, who choose to attend,
              at the scheduled date and time.
3.4.2         On opening the financial Bids, the Evaluation Committee shall read out the financial
              Bid to all the Bidders and note the same
3.4.3         The Evaluation Committee shall correct arithmetic errors, if any and sign the same. If
              any discrepancy is found between the amount in figures and the amount in words,
                                                                                                          37
            the amount in words shall prevail.
3.4.4       All the financial Bids shall then be ranked according to the financial Bid in increasing
            order with the Bidder quoting the least amount ranked L1, Bidder quoting next higher
            figure as L2 and so on. In case there is any tie in financial Bids of one or more
            Bidder, the Bidder having the higher technical score will be given better ranking. In
            case the technical scores are also equal, all the technically qualified Bidders shall be
            asked to resubmit the financial Bid. However, in this case, the revised financial Bids
            should be less than the lowest financial Bid quoted earlier by the technically qualified
            Bidders.
3.4.5 L1 will be declared as Successful Bidder and his offer will be processed further.
3.5.1   Successful bidder would be notified in writing by NIBM by issuing Letter of Award (LOA) in
        favour of the bidder.
                                                                                                       38
                                                                              Annexure -1 Checklist
                                                                                                39
                                                                          Form A-Form of Bid and Appendix
                                                                                             PAGE 1 OF 3
                                              FORM OF BID
Name of Work:            Development of IMF-ITP Learning Complex and PGPBF Learning Complex
                         for 480 students and Hostel for 240 students alongwith Mess and Cafeteria
                         at NIBM campus, Kondhwe Khurd, Pune 411 048
To,
–The Director                                            Telephone No.:020-26716000
National Institute of Bank Management                    Fax: 020 - 26834478
Kondhwe Khurd, NIBM P.O.                                 Email ID: has@nibmindia.org
Pune 411 048
Having visited the captioned Sites of work, ascertained the Site conditions and examined the General
Conditions of Contract as well as Special Conditions of Contract, Employer’s requirements, Design Brief,
Notice Inviting Bids, Instructions to Bidders and addenda for the above project, we the undersigned, are
pleased to submit our technical and financial bid along with relevant documents for the development of
IMF-ITP Learning Complex and PGPBF Learning Complex for 480 students and Hostel for 240
students alongwith Mess and Cafeteria at NIBM campus, Kondhwe Khurd, Pune 411 048, on EPC
basis for National Institute of Bank Management (The Project).
(i) We acknowledge that the Appendix forms are an integral part of the Bid.
    (ii)     While preparing this Bid, we have gathered our own information and conducted our own
             inquiry/survey to our satisfaction and we did not rely solely on the information provided in this
             RFP. We shall not hold NIBM responsible on any account in this regard.
   (iii)     We undertake, if our Bid is accepted, to commence the works within the stipulated time and
             to complete the whole of the works comprised in the Contract within the stipulated time
             calculated from the start date, as indicated in Clause 1.2 of Notice Inviting Bid.
   (iv)      If our Bid is accepted, we will furnish a bank guarantee as Performance security for the due
             performance of the Contract. The amount and form of such guarantee or bond will be in
             accordance with Clause 4.2 of the General Conditions of the Contract and as indicated in the
             Appendix.
    (v)      We are aware that in the event of delay in execution of the Project, beyond the agreed
             timelines due to reasons attributable to us, liquidated damages shall be recovered from us as
             indicated in Clause 8.7 of the General Conditions of Contract (Ref. Volume 2 of RFP
             document).
   (vi)      Our Bid is valid for your acceptance for a period of 180 days from the last date of submission
             of the Bid as per the RFP or any extension thereto by NIBM.
   (vii)     We agree to the General Conditions of Contract and Special Conditions of Contract and the
             terms and conditions mentioned in the RFP.
   (viii)    We agree that all the copyrights, intellectual property rights and the ownership of the design
             and drawings shall rest with NIBM as per clause 2.16 of Instructions to Bidders. NIBM shall
             have the right to modify the same and we agree to abide by the modifications proposed by
             NIBM as per the terms and conditions of the Contract.
(ix) We understand that you are not bound to accept the lowest or any Bid you may receive.
    (x)      If our Bid is accepted we understand that we are to be held solely responsible for the due
             performance of the Contract.
                                                                                                           40
                                                                              Form A-Form of Bid and Appendix
                                                                                                 PAGE 2 OF 3
(xi) We enclose;
          (b)   Bank   guarantee   for   Rs.    _____  (Rupees   -_____   only)   issued    by
                _________________________________________________ (name of the bank) valid until
                _____________ towards Bid Security
(ii) Bidders are required to fill up all the blank spaces in this form of Bid and Appendix.
                                                     Name………………..…………………..…….……………
                                                     in the capacity of ……………………………………..
                                                     duly authorized to sign Bids for and on behalf
                                                     of…………..……………….………………………
                                                     Address ……………………………………………………
                                                     …………………………………………………………………
                                                     ………………………………………………………………….
Witness: –
Signature
………………………………..……….
Name
…………………………………..…………..
Address
…………………………………..………………
………………………………………………..…
…………………………………………………..
Occupation …………………………………
                                                                                                              41
                                                                           Form A-Form of Bid and Appendix
                                                                                              PAGE 3 OF 3
i.      Amount of bank guarantee as Performance              4.2 Volume    7 percent of the Total Contract
        Security                                              2 of RFP     Price or estimated value,
                                                              document     whichever is greater.
ii      Date for commencement of work                        8.1 Volume    7 days from signing of Contract
                                                              2 of RFP     Agreement or 14 days from
                                                              document     issue of Letter of Award
iii     Time for completion                                  8.2 Volume    11 months 10 days from the
                                                              2 of RFP     Start Date
                                                              document
iv.     Amount of liquidated damages in case of                  8.7       0.50% of Contract price of works
        extension of completion date due to delays by        Volume 2 of   for each week or part thereof, if
        the EPC Developer                                       RFP        EPC Developer is in default,
                                                              document     subject to maximum of 10% of
                                                                           Contract price
v.      Reward for early completion of the project               8.8       0.50% of Contract price of works
                                                             Volume 2 of   for each week or part thereof, if
                                                                RFP        EPC Developer completes the
                                                              document     project in advance, subject to
                                                                           maximum of 5% of Contract
                                                                           price
vi.     Defects Liability Period from the date of issue of   11.0 Volume   12 months
        “Taking-over certificate”                              2 of RFP
                                                               document
vii.    Period of validity of Performance Security            4.2 Volume   6 months beyond          Defects
                                                               2 of RFP    Liability Period
                                                               document
Name ………………………………………………………………….……….
                                Address ……………………………………………………….………..…….
                                ……………………………………………………………………………………….
                                ………………………………………………………………………………………
Date ……………
                                                                                                         42
                                                                        Form B- Format for Financial Bid
                                                                                            Page 1 of 4
                                    FORMAT FOR FINANCIAL BID
                                  (On the letter head of the Company)
                                                                        Date: ……………………………….
To:
–The Director
National Institute of Bank Management
Kondhwe Khurd, NIBM P.O.
Pune 411 048                                               {Telephone No.:
                                                           Fax:
                                                           Email ID:
Dear Sir / Madam,
Our rates as entered in A are inclusive of all expenses including out of pocket expenses, mobilization
expenses, taxes, charges, levies, cess, VAT etc including service tax.
                                                                                                     43
                                       Form B – Format for Financial Bid
                                                                                             Page 2 of 4
Part I (NIBM, NIBM Campus, Kondhwe Khurd, Pune 411 048)
Part - II
PGPBF Learning Complex, Building No.2
Total Price
                                                                                                     44
Form B- Format for Financial Bid
                                                                                                Page 3 of 4
PGPBF Mess, Building No. 4
                                                                                                        45
Form B- Format for Financial Bid
                                                                                                  Page 4 of 4
B. Common Facilities - Landscape
We agree to bind by this offer if we are the selected EPC Developer for this project.
Signature :
Instructions :
In case of difference between the words and figures, words would prevail.
Our rates as entered in A are inclusive of all expenses including out of pocket expenses, mobilization
expenses, taxes, charges, levies, cess, VAT etc including service tax.
                                                                                                          46
                                                                                 Form C- Format for Bid Security
                                                            Part I
                                                                                                      Page 1 of 2
                                  FORM FOR BID SECURITY BANK GUARANTEE
                                 (On Non-Judicial Stamp Paper of appropriate value)
WHEREAS……………………………………………………………………………………………(Name                                                      of
Bidder) (hereinafter called “the Bidder”) has submitted its Bid dated __________for the Project on EPC
basis for National Institute of Bank Management (hereinafter called the Bid).
AND WHEREAS the Bidder is required to furnish a bank guarantee for the sum of
Rs……………………………. (Rupees ____________________ __________ ________ ________only)
as Bid Security against the Bidder’s offer as aforesaid.
         (a)          That NIBM may without affecting this guarantee grant time or other indulgence to or
                      negotiate further with the Bidder in regard to the conditions contained in the said Bid and
                      thereby modify these conditions or add thereto any further conditions as may be mutually
                      agreed upon between NIBM and the Bidder.
         (b)          That the guarantee hereinbefore contained shall not be affected by any change in the
                      constitution of our bank or in the constitution of the Bidder.
         (c)          That any account settled between NIBM and the Bidder shall be conclusive evidence
                      against us of the amount due hereunder and shall not be questioned by us.
         (d)          That this guarantee commences from the date hereof and shall remain in force till [date to
                      be filled up (up to 210 days from the last date of submission of Bid)].
         (e)          That the expression ‘the Bidder’ and ‘the Bank’ herein used shall, unless such an
                      interpretation is repugnant to the subject or context, include their respective successors
                      and assigns.
         (a)          if the Bidder withdraws his Bid during the period of Bid Validity, or
         (b)          if the Bidder does not accept the correction of his Bid Price as corrected by the evaluation
                      committee
         (c)          if the Bidder having been notified of the acceptance of his Bid by NIBM during the period
                      of Bid Validity :
               (i)      fails or refuses to furnish the required Performance Security for the amount equal to
                        10% of the Contract price within 14 days of issue of Letter of Award by National
                        Institute of Bank Management and/ or
               (ii)     fails to refuse to enter into a contract within 24 days of issue of Letter of Award by
                        National Institute of Bank Management
                                                                                                               47
                                                                         Form C- Format for Bid Security
                                                                                             Page 2of 2
We undertake to pay to National Institute of Bank Management up to the above amount upon receipt of his
first written demand, without NIBM having to substantiate his demand provided that in his demand NIBM
will note that the amount claimed by him is due to him owing to the occurrence of any one or more of the
conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.
                                             Signature               of          ………………………….
                                             Authorized Official of the Bank
 …………………………………….
 (Name of the Witness)                       Stamp/Seal
                                             of the Bank ……………………………
 Address of the Witness:
 …………………………………….
 …………………………………….
 ………………………………………
 ……………………………………..
                                                                                                     48
                                                                                Form C- Format for Bid Security
                                                           Part II
                                                                                                     Page 1 of 2
                                  FORM FOR BID SECURITY BANK GUARANTEE
                                 (On Non-Judicial Stamp Paper of appropriate value)
WHEREAS……………………………………………………………………………………………(Name                                                      of
Bidder) (hereinafter called “the Bidder”) has submitted its Bid dated __________for the Project on EPC
basis for National Institute of Bank Management (hereinafter called the Bid).
AND WHEREAS the Bidder is required to furnish a bank guarantee for the sum of
Rs……………………………. (Rupees ____________________ __________ ________ ________only)
as Bid Security against the Bidder’s offer as aforesaid.
         (f)          That NIBM may without affecting this guarantee grant time or other indulgence to or
                      negotiate further with the Bidder in regard to the conditions contained in the said Bid and
                      thereby modify these conditions or add thereto any further conditions as may be mutually
                      agreed upon between NIBM and the Bidder.
         (g)          That the guarantee hereinbefore contained shall not be affected by any change in the
                      constitution of our bank or in the constitution of the Bidder.
         (h)          That any account settled between NIBM and the Bidder shall be conclusive evidence
                      against us of the amount due hereunder and shall not be questioned by us.
         (i)          That this guarantee commences from the date hereof and shall remain in force till [date to
                      be filled up (up to 210 days from the last date of submission of Bid)].
         (j)          That the expression ‘the Bidder’ and ‘the Bank’ herein used shall, unless such an
                      interpretation is repugnant to the subject or context, include their respective successors
                      and assigns.
               a. If the Bidder withdraws his Bid during the period of Bid Validity, or
               b. If the Bidder does not accept the correction of his Bid Price as corrected by the
                  evaluation committee.
               c. If the Bidder having been notified of the acceptance of his Bid by NIBM during the period
                  of Bid Validity :
               (i)         fails to refuse to furnish the required Performance Security for the amount equal to
                           10% of the Contract price within 14 days of issue of Letter of Award by National
                           Institute of Bank Management and / or
               (ii)        fails to refuse to enter into a contract within 24 days of issue of Letter of Award by
                           National Institute of Bank Management
                                                                                                              49
                                                                         Form C- Format for Bid Security
                                                                                            Page 2 of 2
We undertake to pay to National Institute of Bank Management up to the above amount upon receipt of his
first written demand, without NIBM having to substantiate his demand provided that in his demand NIBM
will note that the amount claimed by him is due to him owing to the occurrence of any one or more of the
conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.
                                             Signature               of          ………………………….
                                             Authorized Official of the Bank
 …………………………………….
 (Name of the Witness)                       Stamp/Seal
                                             of the Bank ……………………………
 Address of the Witness:
 …………………………………….
 …………………………………….
 ………………………………………
 ……………………………………..
                                                                                                     50
                                                                   Form-D-Format for Performance Security
                                                   Part I
                                                                                                  Page 1 of 2
Whereas NIBM, has awarded the Contract for development of project at National Institute of Bank
Management, PO NIBM, Kondhwe Khurd 411 048, on EPC basis for National Institute of Bank
Management (hereinafter called the "Contract") to _____________ (Name of the EPC Developer)
___________________ (hereinafter called the "EPC Developer").
AND WHEREAS the EPC Developer is bound by the said Contract to submit to NIBM a Performance
Security    for    a     total   amount       of        Rs.________________     (Rupees___
___________________________________ only) (Amount in figures and words).
2.     After the EPC Developer has signed the aforementioned Contract with NIBM, the Bank is engaged
       to pay NIBM, any amount up to and inclusive of the aforementioned full amount upon written order
       from NIBM to indemnify NIBM for any liability of damage resulting from any defects or
       shortcomings of the EPC Developer or the debts he may have incurred to any parties involved in
       the works under the Contract mentioned above, whether these defects or shortcomings or debts
       are actual or estimated or expected. The Bank will deliver the money required by NIBM
       immediately on demand without delay without reference to the EPC Developer and without the
       necessity of a previous notice or of judicial or administrative procedures and without it being
       necessary to prove to the Bank the liability or damages resulting from any defects or shortcomings
       or debts of the EPC Developer. The Bank shall pay to NIBM any money so demanded
       notwithstanding any dispute/disputes raised by the EPC Developer in any suit or proceedings
       pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under this
       guarantee shall be absolute and unequivocal.
3.     This guarantee is valid till __________ (date to be mentioned) (six months beyond the end of
       expected Defects Liability Period or the extended period, thereof)
4.     At any time during the period in which this guarantee is still valid, if NIBM agrees to grant a time
       extension to the EPC Developer or if the EPC Developer fails to complete the Works within the
       time of completion as stated in the Contract, or fails to discharge himself of the liability or damages
       or debts as stated under Para Numbered 2., above, it is understood that the Bank will extend this
       Guarantee under the same terms and conditions for the required time on demand by NIBM and at
       the cost of the EPC Developer.
5.     The guarantee hereinbefore contained shall not be affected by any change in the Constitution of
       the Bank or of the EPC Developer.
6.     The neglect or forbearance of NIBM in enforcement of payment of any moneys, the payment
       whereof is intended to be hereby secured or the giving of time by NIBM for the payment hereof
       shall in no way relieve the bank of their liability under this deed.
7.     The expressions “NIBM”, “the Bank” and “the EPC Developer” hereinbefore used shall include their
       respective successors and assigns.
                                                                                                           51
                                                                   Form-D-Format for Performance Security
                                                                                              Page 2 of 2
In witness whereof I/We of the Bank have signed and sealed this guarantee on the ---------- day of -----------
(Month) 2009 being herewith duly authorized.
The………………………….Bank.
Name:                             ……………………………………………………………………………………
                                  …
Designation:                      ……………………………………………………………………………………
                                  …
Signed, sealed and delivered for and on behalf of the Bank by the above named___________in the
presence of :
Witness 1 Witness 2
                                                                                                           52
                                                                   Form-D-Format for Performance Security
                                                   Part II
                                                                                                  Page 1 of 2
Whereas NIBM, has awarded the Contract for development of project at National Institute of Bank
Management, PO NIBM, Kondhwe Khurd 411 048, on EPC basis for National Institute of Bank
Management (hereinafter called the "Contract") to _____________ (Name of the EPC Developer)
___________________ (hereinafter called the "EPC Developer").
AND WHEREAS the EPC Developer is bound by the said Contract to submit to NIBM a Performance
Security    for    a     total   amount       of        Rs.________________     (Rupees___
___________________________________ only) (Amount in figures and words).
2.     After the EPC Developer has signed the aforementioned Contract with NIBM, the Bank is engaged
       to pay NIBM, any amount up to and inclusive of the aforementioned full amount upon written order
       from NIBM to indemnify NIBM for any liability of damage resulting from any defects or
       shortcomings of the EPC Developer or the debts he may have incurred to any parties involved in
       the works under the Contract mentioned above, whether these defects or shortcomings or debts
       are actual or estimated or expected. The Bank will deliver the money required by NIBM
       immediately on demand without delay without reference to the EPC Developer and without the
       necessity of a previous notice or of judicial or administrative procedures and without it being
       necessary to prove to the Bank the liability or damages resulting from any defects or shortcomings
       or debts of the EPC Developer. The Bank shall pay to NIBM any money so demanded
       notwithstanding any dispute/disputes raised by the EPC Developer in any suit or proceedings
       pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under this
       guarantee shall be absolute and unequivocal.
3.     This guarantee is valid till __________ (date to be mentioned) (six months beyond the end of
       expected Defects Liability Period or the extended period, thereof)
4.     At any time during the period in which this guarantee is still valid, if NIBM agrees to grant a time
       extension to the EPC Developer or if the EPC Developer fails to complete the Works within the
       time of completion as stated in the Contract, or fails to discharge himself of the liability or damages
       or debts as stated under Para Numbered 2., above, it is understood that the Bank will extend this
       Guarantee under the same terms and conditions for the required time on demand by NIBM and at
       the cost of the EPC Developer.
5.     The guarantee hereinbefore contained shall not be affected by any change in the Constitution of
       the Bank or of the EPC Developer.
6.     The neglect or forbearance of NIBM in enforcement of payment of any moneys, the payment
       whereof is intended to be hereby secured or the giving of time by NIBM for the payment hereof
       shall in no way relieve the bank of their liability under this deed.
7.     The expressions “NIBM”, “the Bank” and “the EPC Developer” hereinbefore used shall include their
       respective successors and assigns.
                                                                                                           53
                                                                   Form-D-Format for Performance Security
                                                                                              Page 2 of 2
In witness whereof I/We of the Bank have signed and sealed this guarantee on the ---------- day of -----------
(Month) 2009 being herewith duly authorized.
The………………………….Bank.
Name:                             ……………………………………………………………………………………
                                  …
Designation:                      ……………………………………………………………………………………
                                  …
Signed, sealed and delivered for and on behalf of the Bank by the above named___________in the
presence of :
Witness 1 Witness 2
                                                                                                           54
                                                                     Form E- Format for Contract Agreement
                                                    Part I
                                                                                                  Page 1 of 2
And
___________________________ ____________________________ ____________ (Name of EPC
Developer)  (Address    of   EPC    Developer)       ______________________________________
____________________ of ____________ (hereinafter called “the EPC Developer”) of the other part.
Whereas NIBM is desirous that certain Goods and Services should be provided and certain works should
be executed, for development of the Project at NIBM Campus. NIBM, Kondhwe Khurd, NIBM P.O., Pune
411 048 on EPC basis for National Institute of Bank Management (hereinafter called “the Project”) and has
accepted a Bid by the EPC Developer for the execution and completion of such works as well as
guarantee of such works and the remedying of defects therein.
1.   In this agreement words and expression shall have the same meanings as are respectively assigned
     to them in the Conditions of Contract hereinafter referred to.
     The following documents shall be deemed to form and be read and construed as part of this
     agreement, viz.:
4.   NIBM hereby covenants to pay the EPC Developer in consideration of the execution and completion
     of the Project and the remedying of defects therein, the total Contract Price of Rs
     _________________ being the sum stated in the Letter of Award subject to such additions thereto or
     deductions there from as may be made under the provisions of the Contract at the times and in the
     manner prescribed by the Contract.
     The EPC Developer shall ensure full compliance with tax laws of India with regard to this Contract
     and shall be solely responsible for the same. The EPC Developer shall keep NIBM fully indemnified
     against liability of tax, interest, penalty etc. of the EPC Developer in respect thereof, which may arise.
                                                                                                            55
                                                                  Form E- Format for Contract Agreement
                                                                                             Page 2 of 2
It has been agreed by and between the parties that the document will be prepared in duplicate. That the
Stamp duty will be paid on both the documents. One copy will remain in the custody of Employer and the
second set of copy will remain in the custody of contracting EPC Developer.
IN WITNESS WHEREOF the parties hereto have caused their respective common seals to be hereunto
affixed / (or have hereunto set their respective hands and seals) the day and year first above written.
By the said
_______________________ (Name) __________________
on behalf of National Institute of Bank Management in the presence of:
Witness (1) _____________________________________
Name _______________________________________
Address_________________________________________
Witness (2) _____________________________________
Name _______________________________________
Address_________________________________________
By the said
________________________ (Name) ___________________
on behalf of the EPC Developer in the presence of:
Witness (1) _____________________________________
Name _______________________________________
Address_________________________________________
                                                                                                     56
                                                                     Form E- Format for Contract Agreement
                                                   Part II
                                                                                                  Page 1 of 2
                                 FORM OF CONTRACT AGREEMENT
                           (On Non-Judicial Stamp Paper of appropriate value)
This agreement is made at Pune on the _________ day of __________ 2009
Between National Institute of Bank Management, (hereinafter called “NIBM”) of the one part,
And
___________________________ ____________________________ ____________ (Name of EPC
Developer)  (Address    of   EPC    Developer)       ______________________________________
____________________ of ____________ (hereinafter called “the EPC Developer”) of the other part.
Whereas NIBM is desirous that certain Goods and Services should be provided and certain works should
be executed, for development of the Project at NIBM Campus. NIBM, Kondhwe Khurd, NIBM P.O., Pune
411 048 on EPC basis for National Institute of Bank Management (hereinafter called “the Project”) and has
accepted a Bid by the EPC Developer for the execution and completion of such works as well as
guarantee of such works and the remedying of defects therein.
     The following documents shall be deemed to form and be read and construed as part of this
     agreement, viz.:
         a. Notice Inviting Bid (RFP Document- Volume I)
         b. Instructions to Bidders (Including Annexure)(RFP Document- Volume I)
         c. Special Conditions of Contract (SCC) (RFP Document- Volume II)
         d. General Conditions of Contract (GCC) (RFP Document- Volume II)
         e. Employer’s Requirements (RFP Document- Volume III)
         f. Bid submitted by the EPC Developer
         g. Schedule of milestones
         h. Form of Bid with Appendix
         i. Letter of Award (LOA)
         j. Addendums/corrigendum issued, if any
4.   NIBM hereby covenants to pay the EPC Developer in consideration of the execution and completion
     of the Project and the remedying of defects therein, the total Contract Price of Rs
     _________________ being the sum stated in the Letter of Award subject to such additions thereto or
     deductions there from as may be made under the provisions of the Contract at the times and in the
     manner prescribed by the Contract.
     The EPC Developer shall ensure full compliance with tax laws of India with regard to this Contract
     and shall be solely responsible for the same. The EPC Developer shall keep NIBM fully indemnified
     against liability of tax, interest, penalty etc. of the EPC Developer in respect thereof, which may arise.
                                                                       Form E- Format for Contract Agreement
                                                                                                  57
                                                                                           Page 2 of 2
It has been agreed by and between the parties that the document will be prepared in duplicate. That the
Stamp duty will be paid on both the documents. One copy will remain in the custody of Employer and the
second set of copy will remain in the custody of contracting EPC Developer.
IN WITNESS WHEREOF the parties hereto have caused their respective common seals to be hereunto
affixed / (or have hereunto set their respective hands and seals) the day and year first above written.
By the said
_______________________ (Name) __________________
on behalf of National Institute of Bank Management in the presence of:
Witness (1) _____________________________________
Name _______________________________________
Address_________________________________________
Witness (2) _____________________________________
Name _______________________________________
Address_________________________________________
By the said
________________________ (Name) ___________________
on behalf of the EPC Developer in the presence of:
Witness (1) _____________________________________
Name _______________________________________
Address_________________________________________
                                                                                           58
                                     Form F- Format for Power of Attorney for authorized signatory
                                                                                       Page 1 of 1
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and
shall always be deemed to have been done by us.
Note:
Name/(s)
                                                                                                59
                                                     Form - T-I - Organizational Capability
                                                                               Page 1 of 2
                         KEY PERSONNEL PROPOSED FOR THE PROJECT
                                                                                                            Qualification/Total years of
                                                                  No. of proposed personnel
                                       Minimum No. of personnel
Relevant Experience
                                                                                                                                           Details in Annexure
                                                                                              Designation
                                                                                               Proposed
                                                                                                                     Technical
Sr.
         Designation
No.
1        Project Manager           1
2        Architect                 1
3        Civil Engineer            2
4        Structural Engineer       1
5        Electrical Engineer       1
6        Landscape Architect       1
7        Site supervisor           3
         (Civil/Electrical)
8        Air conditioning          1
         Consultant
9        Acoustic Consultant       1
10.      Other, please specify
Note:
1) A summary of the qualification, CV and work experience of each key staff, to be attached.
    2) Minimum qualification for the above key personnel is degree in relevant field with 5 years
       relevant experience except for post stated against Sr. No. 7. For Sr. No.7 the qualification
       shall be Diploma with 3 or more years experience in the relevant field.
    3) In the case of Sr. No.1 an Engineer or Post Graduate Management professional with
       adequate experience should be deployed.
4) In case of Sr. No. 2 the architect should be a member of Council of Architects India.
                                                                                                                                           60
                                                              Form - T-I - Organizational Capability
                                                                                        Page 2 of 2
                                                                                              61
FORM I
LETTER OF SUBMISSION
FROM:
To:
Dear Sir,
Having examined the details given in Notice and document for the above project, I/we hereby
submit the relevant information :
1.       I/We hereby certify that all the statements made and information supplied in the enclosed
         forms ‘II’ to ‘VIII’ and accompanying statements are true and correct.
4.       I/We submit the following certificates in support of our suitability, technical know-
         how and capability for having successfully completed the following projects along with
         prescribed format:
5.       I/We shall be jointly and severally liable to the Client for all the Developer's
         obligation and liabilities as per the contract.
Seal of applicant:
Date of submission:
                                                                                               62
FORM II
GENERAL INFORMATION
3(b) Telephone:
3(c) FAX/Tele-fax:
4(b) Designation
4(d) email id
  6.      Number        of   Housing/commercial
          complexes for which comprehensive
          design, engineering, procurement and
          construction services have been
          provided during the last seven years
          (with details):
                                                                63
 10.   Was the applicant ever required to
       suspend the project for a period of
       more than six months continuously
       after commencement?
                                                                                   64
                                                                                                                                      Form `III’
                                                                                                                                    Page 1 of 1
Sr.    Name and location      Name and                   Details of the Project               Exact Role   Year of         Reason       Litigation/
No.    of the project         address of                                                                   Completion      for delay,   Arbitration, if
                              the Client      Built up     No. of floors    Value                          of Project      if any       any With
                                              Area         and housing                                                                  details.
                                                           units in the
                                                           complex
The applicants are required to provide the Proof of award of work & Completion Certificate.
                                                                                                                                                65
                                                                                                                                  FORM – ‘IV’
                                                                                                                                 PAGE 1 OF 1
Name and          Employer’s   Value of      Duration of   Expected        Exact role       Whether     If done in        Committed current
location of the   name and     the project   the project   Completion in                    by Self     consortium        capacity to undertake
project           address                                  year                             or          specify the       similar works of value more
                                                                                            consortiu   percentage        than or equal to 100
                                                                                            m           share             percent of the estimated
                                                                                            member                        cost of the proposed DB
                                                                                                                          development project
                                                                                                                          simultaneously
      1.               2.          3.             4.            5.              6.             7.             8.                        9.
                                                                                                                                            66
                                                                                                                    FORM – ‘V’
                                                                                                                   PAGE 1 OF 3
Note: The EOI is for many Projects located all over India. As such the Prospective DB Developers should also have an exclusive
coordinating office headed by an officer not below the rank of a General Manager duly assisted by other necessary staff.
                                                                                                                            67
                                                                                                                                        FORM – ‘V’
                                                                                                                                       PAGE 2 OF 3
Note:
1) A summary of the qualification, CV and work experience of each key staff, to be attached.
2) Please refer to item no. 9 of FORM – 'A' regarding whether or not in-house expertise is available for all services/sub-systems. In case the DB
Developer proposes to procure the architectural, engineering, design, project management, interior, landscaping, etc. services from other
consultants, the respective consultants should have provided the similar services for project of similar nature and size. The DB Developer has to
submit documentary evidence in respect of such consultants having provided the satisfactory services for project of similar nature and size. The
experience of key personnel will be as under:
3) Minimum qualification for the above key personnel is degree in relevant field with 10 years relevant experience except for post stated against Sr.
No. 8. For Sr. No.8, the qualification shall be Diploma with 10 or more years experience in the relevant field.
4) In the case of Sr. No. 1, an Engineer or Post Graduate Management professional with minimum 10 years’ experience in the field for Project
Management through CPM/RERT/PDM/ GERT network techniques should be deployed.
5) In case of Sr. No. 2, the architect should be registered with Council of Architects India
6) The EOI is for many Projects located all over India. As such the Prospective DB Developers should also have an exclusive coordinating office
headed by an officer not below the rank of a General Manager duly assisted by other necessary staff.
                                                                                                                                                  68
                                                                                                                                FORM – ‘V’
                                                                                                                               PAGE 3 OF 3
Note: The EOI is for many Projects located all over India. As such the Prospective DB Developers should also have an exclusive
coordinating office headed by an officer not below the rank of a General Manager duly assisted by other necessary staff. Please also enclose
similar CV of the General Manager and his key assistants.
                                                                                                                                          69
                                                                                                                                       FORM – ‘VI’
                                                                                                                                      PAGE 1 OF 1
FINANCIAL STATUS
1           Total assets
2           Current assets
3           Total liabilities
4           Current liabilities
5           Profit before taxes
6           Profit after taxes
7           Net worth (1-3)
8           Annual Turn Over
Attach audited balance sheets in support of the data clearly marking the relevant portion. Also attach copies of Income Tax Returns filed
All such documents should reflect the financial situation of the applicant or partner to a JV and not sister or parent company
Historic financial statements must correspond to the accounting periods already completed and audited( no statements for partial periods will be
accepted.
                                                                                                                                                 70
                                                                                                                           FORM – ‘VII’
                                                                                                                           PAGE 1 OF 1
                                                                                                                                    71
                                                                                                                                FORM ‘VIII’
                                                                                                                               PAGE 1 OF 1
                                                          INITIAL FILTER OF APPLICANTS
Name of Applicant :
1        Has the Applicant abandoned any work in the last seven years or has it been blacklisted by any Government department /
         PSU or have any of its contracts terminated for failure to perform?
2 Has the Applicant involved in frequent litigations in the last seven years?
4 Has the Applicant suffered bankruptcy / insolvency in the last seven years?
Note:
(a) A “YES” answer to any of the questions will disqualify the Applicant.
(b) The Applicants who do not pass the initial filter test shall not be evaluated further.
                                                                                                                                            72
                                                                                                                           FORM – ‘IX’
                                                                                                                          PAGE 1 OF 4
Name of Applicant :
Sr.     Name of the Equipment & minimum             Nos.   Capacity   Age   Condition           Ownership Status         Current     Remarks
No.     requirement at site                                or Type                                                       Location
                                                                                        Presently   Leased   To be
                                                                                        Owned                purchased
    1                      2                         3         4        5        6          7          8          9          10          11
1       Earth moving equipments
        i) Excavators (various sizes) – 1No.
        each
2       Equipments for hoisting and
        lifting
          i) Builder's hoist – 2 Nos.
3       Equipments for concrete work
        i) Concrete pump – 1 No.
        ii) Concrete mixer diesel – 2 Nos.
        iii) Needle Vibrator (electrical/petrol)
        – 2/4 Nos.
        iv) Transit Mixer -2 Nos
        v) Sieve analysis equipment – 1 No.
        vi) Cube moulds –        18 Nos.
                                                                                                                                    73
Sr.     Name of the Equipment & minimum          Nos.   Capacity   Age   Condition           Ownership Status         Current     Remarks
No.     requirement at site                             or Type                                                       Location
                                                                                     Presently   Leased   To be
                                                                                     Owned                purchased
    1                      2                      3         4        5        6          7          8          9          10          11
5       Other equipments
        i) Drilling machine – Four Nos.
        ii) Circular saw machine – One No.
        iii) Welding generators – Two No.
        iv) Welding transformers – Two Nos.
        v) Cube testing machines – Two
        Nos.
6       MS Pipes
        i) Steel Shuttering – 8000 sq. m.
                                                                                                                                 74
Sr.   Name of the Equipment & minimum       Nos.   Capacity   Age   Condition           Ownership Status            Current       Remarks
No.   requirement at site                          or Type                                                          Location
                                                                                Presently   Leased     To be
                                                                                Owned                  purchased
 1                       2                   3         4        5        6          7          8            9            10            11
10    Dewatering equipment
      i) Pump (Diesel) – Two Nos.
      ii) Pump (Electrical) – Two Nos.
11    Power equipment
      i) Diesel generators – Two Nos.
12    Piling equipments
      i) Rigs – 2 Nos.
      ii) Tripots – 6 Nos.
      iii) Testing Wts – upto 3T – 2 Nos.
      iv) Cranes – One No.
75