0% found this document useful (0 votes)
158 views75 pages

National Institute of Bank Management Kondhwe Khurd, Pune 411 048

The document is a request for proposal from the National Institute of Bank Management for the development of learning complexes and hostels at their campus. It includes details about the scope of work, eligibility criteria, evaluation process, and terms and conditions for bidding on the project.

Uploaded by

Parag Kesalkar
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
158 views75 pages

National Institute of Bank Management Kondhwe Khurd, Pune 411 048

The document is a request for proposal from the National Institute of Bank Management for the development of learning complexes and hostels at their campus. It includes details about the scope of work, eligibility criteria, evaluation process, and terms and conditions for bidding on the project.

Uploaded by

Parag Kesalkar
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 75

NATIONAL INSTITUTE OF BANK MANAGEMENT

KONDHWE KHURD, PUNE 411 048

REQUEST FOR PROPOSAL (RFP)


For

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

Volume 1

Notice Inviting Bid


Instructions to Bidders
Evaluation Process and Criteria

March 2009

NATIONAL INSTITUTE OF BANK MANAGEMENT


KONDHWE KHURD, PUNE 411 048
Table of Contents

Clause Description Page


No. No.

Disclaimer 6

Definitions 7

BACKGROUND INFORMATION 9

1 SECTION -1 Notice Inviting Bids 12

1.1 General 12

1.2 Important Information 12

1.3 Important Points 13

1.4 Scope of Work 13

2 SECTION II- INSTRUCTIONS to BIDDERS (ITB) 17

2.1 The Proposal 17

2.2 Important Points 17

2.3 Eligibility Criteria 17

2.3.1 Minimum Eligibility Criteria 17

2.4 Disqualification 18

2.5 RFP Documents 18

2.5.1 Contents of RFP Documents 18

2.5.2 Pre-Bid Conference 18

2.5.3 Clarifications 18

2.5.4 Amendment to RFP Document 19

2.5.5 Tender Fees 19

2.6 Preparation of Bid 19

2.6.1 Bidder’s responsibility 19

2.6.2 Project Inspection and Site Visit 19

2.6.3 Documents Comprising the Bid 19

2.6.4 Cost of Bidding 21

2.6.5 Language of Bid 21

2.6.6 Currency of Bid 22

2
Clause Description Page
No. No.

2.6.7 Bid Security 22

2.6.8 Bid Validity 22

2.6.9 Extension of Bid Validity 22

2.6.10 Format and Signing of Bid 22

2.6.11 Sealing and Marking of Bids 23

2.6.12 Submission of Bids 23

2.6.13 Modifications/ Substitution/ Withdrawal of Bids 23

2.6.14 Bid Due Date 23

2.6.15 Late Bids 24

2.6.16 Power of Attorney 24

2.7 Bid Opening and Evaluation 24

2.7.1 Bid Opening 24

2.7.2 Determination of Responsiveness 24

2.7.3 Evaluation of Bids 25

2.7.4 Clarification of Bids 25

2.7.5 Process to be Confidential 26

2.8 Award of Contract 26

2.8.1 Award Criteria 26

2.8.2 Notification of Award 26

2.8.3 Signing of Agreement 26

2.9 Performance Security 26

2.10 Sub-contracting 27

2.11 Defects Liability Period 27

2.12 Quality Assurance and Quality Control 27

2.13 Quality Monitoring 27

2.14 Proof Checking 27

2.15 Insurance 28

2.16 Ownership of the Designs and Drawings 28

3
Clause Description Page
No. No.

2.17 Right to modify the design 29

2.18 Employer's right to accept any Bid and to reject any or all Bids 29

2.19 Electricity, Water and Gas 29

2.20 Site Office 29

2.21 Contract Price and payment milestones 30

2.21.1 Contract Price 30

2.21.2 Milestones and Payments 30

2.21.3 Liquidated Damages for Delays 31

2.21.4 Reward for early completion 32

2.22 Disputes 32

2.23 Disposal of debris including oil, grease, varnish, etc. 32

2.24 Anti Bribery 32

3 SECTION III- EVALUATION PROCESS AND CRITERIA 34

3.1 Evaluation Process 34

3.2 Stage 1-Technical Evaluation 36

3.3 Technical Evaluation Criteria 36

3.4 Stage II-Financial Evaluation 37

3.5 Letter of Award 38

Annexure -1 Checklist 39

Form A-Form of Bid and Appendix 40

Form B- Format for Financial Bid 43

Form C- Format for Bid Security 47

Form D-Format for Performance Security 51

Form E- Format for Contract Agreement 55

Form F- Format for Power of Attorney for authorized signatory 59

Form T-I- Organizational Capability 60

Form I – Letter of Submission 62

Form II – General Information 63

4
Clause Description Page
No. No.

Form III – Details of Projects Completed in the last three years 65

Form IV – Details of Ongoing Projects (Current commitments) 66

Form V – Key personnel required for each site of the project 67

Form VI – Financial Status 70

Form VII – Format for Performance Report of Works 71

Form VIII – Initial Filter of Applicants 72

Form IX – List of Equipments 73

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.

"Employer's Requirements" means the document named employer's requirements, attached in


the Volume 3 of RFP.

“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. .

1.2 Important Information

Approximate cost of work Rs 30,00,00,000/- (Rupees Thirty crores only)

Bid security amount @ 2% of bid or estimated amount, whichever is greater

Tender Fee N.A.


(Non-refundable)

Issue of RFP documents To be downloaded from Institute’s website


www:// nibmindia.org from 2/3/2009 till 7/3/2009
Last date for submission of queries On or before 14/3/09 upto 17:00 hrs at NIBM, Pune

Pre-Bid conference on 18/3/09 at 15:30 hrs at NIBM, Pune

Date for Issue of addendum 21/3/2009

Last date & time of Submission of completed 06/4/09 at 17:30 hrs


Bids
Date & time of opening of technical Bids 08/04/09 at 15:00 hrs

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

Address for communication in connection with Head


this RFP Administrative Services,
National Institute of Bank Management ,
Kondhwe Khurd, NIBM Post Office
Pune 411 048
Tel.No. 020-26716399
Fax No.020-26834478
Email ID: has@nibmindia.org

12
1.3 Important Points

1.3.1 Bidder should be an Indian organization.

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.

1.3.3 RFP document consists of:

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.

iv. Concept Planning for internal and external services

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).

xiv. Providing internal (where required) and external signage.

xv. All aspects of quality assurance.

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”.

x. Obtaining occupancy certificate and related No-Objection-Certificates (NOCs) from statutory/


local/governmental agencies.

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

(Sheet No. 17 to 32)

16
SECTION II- INSTRUCTIONS to BIDDERS (ITB)

2.1 The Proposal

It is proposed to set up project at an approximate cost of Rs. 30,00,00,000/- (Rupees Thirty


crores only) for National Institute of Bank Management, Pune. The proposed Project shall
consist of development of IMF-ITP Learning Complex for 42 participants and PGPBF
Learning Complex for 480 students and Hostel for 240 students alongwith Mess and
Cafeteria at NIBM Campus, Kondhwe Khurd, Pune 411 048 of the NIBM with the necessary
infrastructural support services like roads, power and water supply, sewage, drainage,
horticulture, landscaping, rainwater harvesting, etc. The requirements for project are given in
Employer’s Requirements (Volume 3).

2.2 Important Points

(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”

2.3 Eligibility Criteria

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.

2.3.1 Minimum Eligibility Criteria

The applicant Developer should meet the following minimum criteria :

(a) Should have an average annual turnover of amount equal to 50% of


estimated cost or more during the last three financial years [2006-07, 2007-
08, and 2008-09].

(b) Should have minimum 7 years of experience (i.e. experience in providing


architectural, engineering and design services also together with experience
of execution of project works; and not just as "Contractor" i.e. only
experience of execution of project works) and should have completed
development including but not limited to construction of multi storied
office/Residential/Hostel Buildings with Pile Foundation, Lifts, Electrical, and
Sanitary Plumbing etc. by providing Design and Build Services on Turnkey
basis to the Clients, during the last 3 years, under any one or more of the
following options:

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.

(The estimated cost is Rs. 30,00,00,000/-)

(c) Should be profit making (each year) during the last three financial
years, ending March 31, 2009, and should have positive net worth.

(d) Should have sufficient number of qualified professionals of all


descriptions that may be required for planning, designing and
successful implementation of the project details of which may be
given in prescribed form-D.

(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

2.5 RFP Documents

2.5.1 Contents of RFP Documents

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.

2.5.2 Pre-Bid Conference

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.

2.5.4 Amendment to RFP Document

(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.

2.5.5 Tender Fees – N.A.

2.6 Preparation of Bid

2.6.1 Bidder’s responsibility

(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.

2.6.2 Project Inspection and Site Visit

(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.

2.6.3 Documents Comprising the Bid

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:

2.6.3(a) Contents of the Eligibility package

The eligibility package, clearly labeled as “ELIGIBILITY PACKAGE”, shall consist of


following information (refer Forms I to VIII).

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

2.6.3.1 Contents of Technical Package

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.

(a) Part –I shall comprise the followings:

(i) Form of Bid and Appendix (Form A) for the 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.

(b) Part –II shall comprise the followings:

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:

(i) Understanding and comprehension of the work involved.

(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.

(v) Proposed quality control /management plan

20
II. Organizational capability

(i) Number of proposed technical staff in the Form T-I

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.

2.6.3.2 Contents of Financial Package

(a) The financial package, clearly labeled as “ FINANCIAL PACKAGE” will contain the
Financial Bid (as per Form B) indicating:

(i) Cost for EPC works as described in the tender documents

(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.

2.6.4 Cost of Bidding

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.

2.6.5 Language of Bid

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.

2.6.6 Currency of Bid

Bid prices shall be quoted in Indian Rupees only.

2.6.7 Bid Security

(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.

(vi) The Bid Security shall be forfeited:

A) if a Bidder withdraws his Bid during the period of Bid Validity, or


B) in the case of the Successful Bidder, if he fails to:
(a) furnish the necessary Performance Security for performance as per
Clause 2.9 and/or
(b) enter into the Contract within the specified time limit

2.6.8 Bid Validity

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.

2.6.9 Extension of Bid Validity

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.

2.6.10 Format and Signing of Bid

(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.

The complete Bid shall be without alterations, overwriting, interlineations or


erasures except those to accord with instructions issued by NIBM, or as necessary
to correct errors made by the Bidder. All amendments/corrections shall be initialed
by the person or persons signing the Bid.

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.

2.6.11 Sealing and Marking of Bids

The Bidder shall follow the procedure as indicated below:

(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.

2.6.12 Submission of Bids

(i) Bids should be submitted to:

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.

2.6.13 Modifications/ Substitution/ Withdrawal of Bids

(i) (i) No modification or substitution of the submitted Bid shall be allowed.

(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”.

2.6.14 Bid Due Date

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.

National Institute of Bank Management may, in exceptional circumstances, and at its


sole discretion, extend the Bid due date by issuing an addendum in accordance with
Clause 2.5.4.

2.6.15 Late 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.

2.6.16 Power of Attorney

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.

2.7 Bid Opening and Evaluation

2.7.1 Bid Opening

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.

2.7.2 Determination of Responsiveness

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

(c) Contains all the information as requested in the RFP

(d) Contains information in formats same as those specified in this RFP

(e) Mentions the validity period of the offer as set out in clause 2.6.8 and
2.6.9

(f) Is accompanied by the Tender Fee as per clause 2.5.5 – N.A.

(g) Is accompanied by the Bid Security,

(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.

2.7.3 Evaluation of Bids

(i) NIBM would subsequently examine and evaluate responsive Bids, as per the criteria
set out in Section III.

(ii) NIBM reserves the right to reject any Bid if:

(a) At any time, a material misrepresentation is made or uncovered; or

(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.

2.7.4 Clarification of Bids

(i) Evaluation of technical Bids submitted by Bidders shall be undertaken based on


details submitted therein only. Bidder shall not be allowed to submit on their own,
additional information or material subsequent to the date of submission and such
material / information, if submitted, will be disregarded. It is therefore essential that
all details are submitted by the Bidder comprehensively, accurately and specifically
in their technical bid, avoiding vague answers. However, Evaluation Committee, if it
so desires, reserves the right to seek any clarification from the Bidders on the
information provided in the technical package. The request for clarifications and the
response shall be in writing, or by fax. No change / addition in the information or
substance of the Bid shall be sought, offered or permitted.

(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.

2.7.5 Process to be Confidential

(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.

2.8 Award of Contract

2.8.1 Award Criteria

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.

2.8.2 Notification of Award

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

2.8.3 Signing of Agreement

(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.

2.11 Defects Liability Period

(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.

2.12 Quality Assurance and Quality Control

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”.

2.13 Quality Monitoring

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:

(i) EPC Developer’s All Risk and Third Party Cover.

(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.

2.16 Ownership of the Designs and Drawings

(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.

2.17 Right to modify the 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:

(a) in case no Bid/ a single Bid is received

(b) occurrence of any event due to which it is not possible to proceed with the
selection process

(c) an evidence of a possible collaboration/mischief on part of Bidders, impacting


the competition and transparency of 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.

2.19 Electricity, Water and Gas

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.

2.20 Site Office

(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

2.21.1 Contract Price

(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.

2.21.2 Milestones and Payments

The EPC Developer shall be paid on achievement of each milestone as per the schedule of
payments mentioned below

Payment Schedule

A. Construction work

Sr. Item Amount Period


No.
1. Sanction of PMC plan and all related statutory 1% of Construction Cost
clearances
2. Commencement of work and full structural design 3 months
1% of Construction Cost
3. Obtaining NA Order
1% of Construction Cost
3%
4. Plinth Completion 18% of Construction Cost
1 ½ months
5. Obtaining of Plinth checking certificates from PMC
21%
6. RCC framework of Ground floor – complete 10% of Construction Cost
1 ½ months
7. RCC framework of First Floor – complete 10% of Construction Cost
8. BB Masonry, Lintols, Door frames – Ground Floor 8% of Construction Cost
49%
9. BB Masonry, Lintols, Door frames – First Floor 8% of Construction Cost 1 month
57%
10. Entire External Plaster 8% of Construction Cost
1 month
11. Entire Internal Plaster 8% of Construction Cost
73%
12. Entire Flooring Items 8% of Construction Cost

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%

B. Air conditioning work

1. AC Equipment brought on site and Scheme 30% of AC Cost


approved 2 months
2. Installing & Wiring for AC work – Complete 40% of AC Cost
3. AC OK Report 30% of AC Cost
100%
C. False Ceiling work

1. All False Ceiling on completion of Item 100% of False Ceiling 2 months


Cost
100%
D. Acoustic work

1. Submission of Acoustic design and execution of 50% of Acoustic Cost


Panel work Complete 2 months
2. On OK Report of Acoustic System 50% of Acoustic Cost
100%
E. Furniture work

1. Furniture : On Supply of all the Furniture Items 80% of Furniture Cost


4 months
2. On getting OK Report on Furniture 20% of Furniture Cost
100%

F. External Services

1. External Services : On Completion of each Item 90% of that Item


2 months
2. On OK Report of each External Services 10% of that Item
100%

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%

2.21.3 Liquidated Damages for Delays

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.

2.21.4 Reward for Early Completion of the Project

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

2.23 Disposal of debris including oil, grease, varnish, etc.

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.

2.24 Anti Bribery

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 Evaluation Process

The Bids will be evaluated in the following stages:

(i) Stage 1 - Eligibility Evaluation


(ii) Stage 2 - Technical Evaluation
(iii) Stage 3 - Financial Evaluation

3.1.1 Evaluation of Applicant Developer for Eligibility

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 :

Sr. Maximum Marks


No. Suitability of the Applicant Developer Evaluation Parameter Marks obtained

Legal Constitution of the Applicant Developer


1. (10 marks if Public Limited Company, 10 marks if joint venture of two
10
Public Limited Companies, 8 marks if Private Limited Company, 8
marks if Joint Venture of two Private Limited Companies, 6 marks if
Partnership firm, 4 marks if Proprietary firm subject to Maximum of 10
marks)

Financial Strength of the Applicant Developer


2.

If the Applicant Developer has a negative Net Worth or Outstanding


(a)
Borrowings more than 10% of the estimate cost of the proposed
REJECTED
development or an average Annual Financial Turnover of less than
50% of the estimated cost of the proposed development during last 3
years, ending 31st March of the previous financial year, then the
application of the Applicant Developer shall be summarily rejected.

If the Applicant Developer has a positive Net Worth and progressing


(b)
Equity and less than 10% of the estimate cost of the proposed
10
development as Outstanding Borrowings and average Annual
Financial Turnover of more than 50% of the estimated cost of the
proposed development during last 3 years, ending 31st March of the
previous financial year, then marking will be done as under:

(Zero marks if only minimum average annual turn over; 2 marks if


average annual turn over is 75% of the estimated cost of the
proposed development; 4 marks if average annual turn over is 100%;
and so on subject to Maximum of 10 marks)
Previous Experience of having successfully completed similar
3. development works as "Design Build Developer" and not as
10
"Contractor"

(Only Completed years of Previous Experience and not part thereof


shall be counted for giving marks)

(Zero marks if the experience is 7 years ending last day of month


34
previous to the one in which EOI is invited i.e. minimum previous
experience, 1 mark if experience is 8 years, 2 marks if experience is
9 years, and so on subject to Maximum of 10 marks)
No. of eligible (successfully executed for the assured quality and
4. completed without time and cost overruns) development works
completed during immediately previous 3 years ending the month
previous to the month in which the RFP is being invited.

(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

If the result of 4(a) above is ACCEPTED then marking will be done


(b) as under :
10
No. of Costing > 40% Costing > Costing >
eligible but <50% of 50 % but 80% of the
Works in Estimated Cost <80% of Estimated
excess of Estimated Cost
minimum Cost
One 2 3 4
Two 4 6 8
Three 6 9 10
Four 8 10 10
Five 10 10 10

Magnitude of (successfully executed for the assured quality and


5. completed without time and cost overruns) development works 10
completed with effect from completing the first ever
development work till end of the month previous to the month in
which the RFP is being invited.

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.

For each work costing > 100% but up to and including 2#


125% of the estimated cost
For each work costing > 125% but up to and including 4#
150% of the estimated cost
For each work costing > 150% but up to and including 6#
175% of the estimated cost
For each work costing > 175% but up to and including 8#
200% of the estimated cost
For each work costing > 200% of the estimated cost 10 #

# subject to Maximum of 10 marks

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.

(10 marks if only one on-going work i.e. minimum current


commitment against the committed current capacity of undertaking at
least two such works at a time; 5 mark if two ongoing works; zero
marks if three ongoing works, subject to Maximum of 10 marks)

Plant and equipment available with the Developer (Form – VIII of the
7. RFP Document) 20

(Zero marks if only minimum one equipment of each type is available


for deployment at each site; maximum of 5 marks @ 1 mark each for
additional no./set of essential equipment; 5 additional marks if the
Developer has his own RMC plant and arrangement for
transportation of RMC from plant to work-site; 5 additional marks if
the Developer has his own equipment for doing pile foundation; 5
additional marks if the Developer has his own construction crane;
subject to Maximum of 20 marks)

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 Stage 1-Technical Evaluation

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.

3.3 Technical Evaluation Criteria

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.

(ii) Proposed layout plan for internal services and systems


(iii) Proposed approach, methodology and construction technology for
completion of various stages of project
(iv) Proposed time schedule/plan
(v) Proposed Quality control/management plan
(vi) Equipments Proposed for deployment
(vii) Proposed plan for landscaping / horticulture development work
(viii) Schematic diagrams and calculations for air conditioning including
equipment to be used for this purpose and other associated information
(ix) Acoustic scheme and its calculations etc.
(x) Awareness of Tree Act and related matters and person to undertake this
particular job
Total Marks =
Weighted marks =

2 Strength of the Organization / Project-Team 20%


(i) Number and types of personnel proposed to be deployed on the project and
the structure of their authorities, responsibilities/accountabilities.

(ii) Academic Qualification and relevant work experience of the personnel


proposed to be deployed on the project

(iii) Number and types of office equipments proposed to be deployed at project


sites

(iv) Project management plan

(v) Project management methodology

Total Marks =
Weighted marks =

3.4 Stage II-Financial Evaluation

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 Letter of award

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

CHECK LIST OF DOCUMENTS TO BE SUBMITTED WITH THE BID

Sr. Document No. of sets to


No. Be submitted Page no.
TECHNICAL PACKAGE part 1

Form of Bid and Appendix thereof (Form A) (Original)

Bid Security (Form C) in separate sealed (Original & Duplicate)


envelope

Power of attorney for individuals signing on (Original & Duplicate)


behalf of Bidders (Form F)

Initialed RFP documents (Original)

TECHNICAL PACKAGE part 2

Organizational data – T-I (Original & Duplicate)

Technical Proposal (Original & Duplicate)

FINANCIAL PACKAGE COMPRISING OF:

Format for Financial Bid (Form B) (Original & Duplicate)


Project cash flow bar chart (Original & Duplicate)

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

Subject: Submission of Proposal for development 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

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;

(a) All documents as per the checklist

(b) Bank guarantee for Rs. _____ (Rupees -_____ only) issued by
_________________________________________________ (name of the bank) valid until
_____________ towards Bid Security

Note: (i) The Appendix forms part of the Bid

(ii) Bidders are required to fill up all the blank spaces in this form of Bid and Appendix.

Dated this…………day of………….2009 Signature …………………………………

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

APPENDIX TO THE FORM OF BID

General Condition of Contract Clause No.

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

Signature (Authorized Signatory)

Name ………………………………………………………………….……….

Address ……………………………………………………….………..…….
……………………………………………………………………………………….
………………………………………………………………………………………
Date ……………

Place ………….. ……….

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,

Subject: Selection of an EPC Developer for 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

Being duly authorized to represent and act on behalf of …………………………………..……


………………………………….
………………………………………………………………………………………………, and having read and
fully understood all the requirements of Bid submission provided vide the RFP Document (Volume I, II and
III) dated ………………………. pertaining to 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 Reserve Bank of India,
we are pleased to quote as below:

S.N. Cost Component In Figures In Words


A. Total construction cost of the project
including design, procurement,
construction and other civil works and
installation of all services, furniture and
fixtures making all the buildings fully and
functionally operative.

(As per detailed break up given on page


1, 2, 3 and 4 of Form B)

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)

IMF-ITP Learning Complex, Building No. 1


Sr.No. Description Quantity (Sq m) Price in Figure Price in words
Carpet area 2033.4
Air conditioning 205
False Ceiling 205
Acoustic 205
Furniture cost As per
Schedule
Kitchen Equipment (Refer
Note in Annexure ‘A’) Fixed amount Rs 5,00,000.00 Rupees Five lakhs only
Total Price

Part - II
PGPBF Learning Complex, Building No.2

Sr.No. Description Quantity Price in Figure Price in words


1. PGPBF Learning Complex

Carpet area 8818.67 sqm


Air conditioning 2046 sqm
False Ceiling 2751.3 sqm
Acoustic 2753 sqm
Furniture cost As per detailed
list
Kitchen Equipment
(Refer Note in Annexure ‘A’) Fixed amount Rs 5,00,000.00 Rupees Five lakhs only

Total Price

PGPBF Hostel Complex, Building No. 3

Sr.No. Description Quantity Price in Figure Price in words


1. PGPBF Hostel for 240 Students
Carpet area 6706 sqm
False Ceiling 931.2 sqm
Furniture cost As per detailed
list
a. Room Furniture
b. Other Furniture
c. Table Tennis Table
d. Laundromats & other
Total Price

44
Form B- Format for Financial Bid
Page 3 of 4
PGPBF Mess, Building No. 4

Sr.No. Description Quantity Price in Figure Price in words


1.
PGPBF Mess (Kitchen & Dining Hall)
Carpet area
785 sqm
False Ceiling
355 sqm
Furniture cost As per
detailed list
a. Dining Hall Furniture

b. Kitchen Equipment Fixed amount Rs 20,00,000.00 Rupees Twenty


(Refer Note, Annexure ‘A’) lakhs only
Total

PGPBF Cafetaria, Building No. 5

Sr.No. Description Quantity Price in Figure Price in words


1. PGPBF Cafeteria
Carpet area 683.20 sqm
Air conditioning
280 sqm
False Ceiling
280 sqm
Furniture cost
As per
a. Cafetaria detailed list
b. Common Room
c. Gym Equipment Fixed amount Rs 20,00,000.00 Rupees Twenty
lakhs only
d. Kitchen Equipment Rupees Twelve
(Refer Note for ‘c’ and ‘d’ above in Fixed amount Rs 12,00,000.00 lakhs only
Annexure ‘A’)
Total

B. Common Facilities - External services


Sr.No. Description Quantity Price in Words Price in Figure
Water Line
I 650 rmt
4 In Dia C Class GI Pipe
Drainage line 0.45 m dia RCC
II Pipe with manholes at every 30 m 400 rmt
and at every junction and bends
III Electrical Cable to take KV Load 480 rmt
Contour Survey with Interval 1 m 75335 sqm
IV
GSR 60000 ltrs
V
ESR 60000 ltrs
VI
5762
VII Roads Sq meter
Total

45
Form B- Format for Financial Bid
Page 4 of 4
B. Common Facilities - Landscape

Sr.No. Description Quantity Price in Words Price in Figure


Hard Landscape Pavement and
I 5074 sqm
Pathways
Soft Landscape Lawns and 4783 sqm
II
Formal Garden
Natural Landscape Preservation 44383 sqm
III
and Conservation
Irrigation System 4763 sqm
IV
Rain Water Harvesting 10075 sqm
V
Total

We agree to bind by this offer if we are the selected EPC Developer for this project.

For and on behalf of :

Signature :

Instructions :

No conditions should be attached.

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)

KNOW ALL MEN by these presents that we ………………………………………………………….…...


…………………………………….. (Name of Bank) having our registered office at ………………
……………………………………………………………………………………………………………………………
…………… (hereinafter called “the Bank”) are bound unto National Institute of Bank Management,
(hereinafter called “NIBM”) in the sum of Rs. __________ (Rupees___________________
____________________________________________ only) for which payment will and truly to be made
to the said NIBM, the Bank binds itself, its successors and assigns by these presents.

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.

AND WHEREAS____________________________(Name of Bank) have, at the request of the Bidder,


agreed to give this guarantee as hereinafter contained.

1. We further agree as follows:

(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.

2. The conditions of this obligation are:

(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 Official ……………………..


……………………………………..
(Signature of the witness) Designation …………………………..

…………………………………….
(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)

KNOW ALL MEN by these presents that we ………………………………………………………….…...


…………………………………….. (Name of Bank) having our registered office at ………………
……………………………………………………………………………………………………………………………
…………… (hereinafter called “the Bank”) are bound unto National Institute of Bank Management,
(hereinafter called “NIBM”) in the sum of Rs. __________ (Rupees___________________
____________________________________________ only) for which payment will and truly to be made
to the said NIBM, the Bank binds itself, its successors and assigns by these presents.

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.

AND WHEREAS____________________________(Name of Bank) have, at the request of the Bidder,


agreed to give this guarantee as hereinafter contained.

1. We further agree as follows:

(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.

2. The conditions of this obligation are:

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 Official ……………………..


……………………………………..
(Signature of the witness) Designation …………………………..

…………………………………….
(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

FORM OF PERFORMANCE SECURITY BANK GUARANTEE


(On Non-Judicial Stamp Paper of appropriate value)

This deed of guarantee made this day of___________________ between Bank


of______________________________________________________ (hereinafter called the “Bank”) of the
one part, and National Institute of Bank management (hereinafter called “NIBM”) of the other part.

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).

1. Now we the undersigned__________________________________________


___________________________(Name of the Bank) being fully authorized to sign and to incur
obligations for and on behalf of and in the name of________________________
_______________________________________(Full name of Bank), hereby declare that the said
Bank will guarantee NIBM the full amount of Rs.___________ (Rupees ____
_______________________ only (Amount in figures and Words) as stated above.

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.

For and on behalf of

The………………………….Bank.

Signature of authorized Bank official

Name: ……………………………………………………………………………………

Designation: ……………………………………………………………………………………

Stamp/Seal of the Bank: ……………………………………………………………………………………


..

Signed, sealed and delivered for and on behalf of the Bank by the above named___________in the
presence of :

Witness 1 Witness 2

Signature …………………………….……. Signature ……………………………………………

Name ………………………………………… Name …………………………………………………..

Address ……………………………………… Address ……………………………………….……..


………………………………………………….. ……………………………………………………………….
…………………………………………………… ………………………………………………………………

52
Form-D-Format for Performance Security
Part II
Page 1 of 2

FORM OF PERFORMANCE SECURITY BANK GUARANTEE


(On Non-Judicial Stamp Paper of appropriate value)

This deed of guarantee made this day of___________________ between Bank


of______________________________________________________ (hereinafter called the “Bank”) of the
one part, and National Institute of Bank management (hereinafter called “NIBM”) of the other part.

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).

1. Now we the undersigned__________________________________________


___________________________(Name of the Bank) being fully authorized to sign and to incur
obligations for and on behalf of and in the name of________________________
_______________________________________(Full name of Bank), hereby declare that the said
Bank will guarantee NIBM the full amount of Rs.___________ (Rupees ____
_______________________ only (Amount in figures and Words) as stated above.

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.

For and on behalf of

The………………………….Bank.

Signature of authorized Bank official

Name: ……………………………………………………………………………………

Designation: ……………………………………………………………………………………

Stamp/Seal of the Bank: ……………………………………………………………………………………


..

Signed, sealed and delivered for and on behalf of the Bank by the above named___________in the
presence of :

Witness 1 Witness 2

Signature …………………………….……. Signature ……………………………………………

Name ………………………………………… Name …………………………………………………..

Address ……………………………………… Address ……………………………………….……..


………………………………………………….. ……………………………………………………………….
…………………………………………………… ………………………………………………………………

54
Form E- Format for Contract Agreement
Part I
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.

NOW THIS AGREEMENT WITNESSETH as follows:

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.:

(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

3. In consideration of the payments to be made by NIBM to the EPC Developer as hereinafter


mentioned, the EPC Developer hereby covenants with NIBM to execute and complete the Project by
___(date)_____ and remedy any defects therein in conformity in all respects with the provisions of
the Contract.

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.

5. OBLIGATION OF THE EPC DEVELOPER

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.

For and on behalf of the For and on behalf of


EPC Developer National Institute of Bank Management
Signature of the authorized official Signature of the authorized official
Name of the official Name of the official
Stamp/Seal of the EPC Developer Stamp/Seal

SIGNED, SEALED AND DELIVERED

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_________________________________________

Witness (2) _____________________________________


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.

NOW THIS AGREEMENT WITNESSETH as follows :


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.:
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

3. In consideration of the payments to be made by NIBM to the EPC Developer as hereinafter


mentioned, the EPC Developer hereby covenants with NIBM to execute and complete the Project by
___(date)_____ and remedy any defects therein in conformity in all respects with the provisions of
the Contract.

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.

5. OBLIGATION OF THE EPC DEVELOPER

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.

For and on behalf of the For and on behalf of


EPC Developer National Institute of Bank Management
Signature of the authorized official Signature of the authorized official
Name of the official Name of the official
Stamp/Seal of the EPC Developer Stamp/Seal

SIGNED, SEALED AND DELIVERED

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_________________________________________

Witness (2) _____________________________________


Name _______________________________________
Address_________________________________________

58
Form F- Format for Power of Attorney for authorized signatory
Page 1 of 1

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF PROPOSAL


(On Non-Judicial Stamp Paper of appropriate value)

Know all men by these presents, We………………………………..………………………….(Name of


the Bidder and address of their registered office) do hereby constitute, appoint and authorise Mr. /
Ms. ………………………… ……………………………………..…… ………(Name and residential
address of Power of Attorney holder) who is presently employed with us and holding the position
of ………………………………………………………….……………….
as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to our bid for the Project envisaging development of the Project on
EPC basis for National Institute of Bank Management including signing and submission of all
documents and providing information / responses to NIBM, representing us in all matters before
NIBM, and generally dealing with NIBM in all matters in connection with our proposal for the said
Project.

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:

Power of Attorney should be properly stamped and notarized


Power of Attorney furnished by EPC developer shall be irrevocable.

Signature/(s) of the Bidder

Name/(s)

Stamp/Seal of the Bidder

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.

5) Personnel holding a diploma with 10 years of relevant experience can be considered to be


equivalent to degree holder with 5 years of experience.

Signature of the EPC Bidder or authorized representative

60
Form - T-I - Organizational Capability
Page 2 of 2

CURRICULUM VITAE OF KEY STAFF PROPOSED FOR THE PROJECT

Name of the Staff


Designation
Name of the firm presently employed
Years with the firm

Proposed position (describe degree of


responsibility also)
Details of task assigned
Man- Months budgeted for the task assigned
Key Qualifications (Technical and General)
Education
Membership in professional bodies
Experience and Training (Relevant in the context of task assigned)
Employment Record
Name of the Firm Position Held Years of Employment

Signature of the EPC Bidder or authorized representative

61
FORM I

LETTER OF SUBMISSION

FROM:

To:

SUBJECT: Requisite for Proposal (RFP) for Development of IMF-ITP Learning


Complex 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

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.

2. I/We have furnished all information and details necessary.

3. I/We also authorize NIBM or their authorized representatives to approach individuals,


employers and firms to verify our competence and general reputation.

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.

Signature of the Bidder/


Authorized Representative
Enclosures:

Seal of applicant:

Date of submission:

62
FORM II

GENERAL INFORMATION

1. Name of the firm:


(Attach an attested photocopy of
Certificate of Registration)

2. Legal Status of the Firm:


(Individual company/Partner ship
firm/Joint Venture firm)

3(a) Registered Address:

3(b) Telephone:

3(c) FAX/Tele-fax:

4(a) Contact Person

4(b) Designation

4(c) Full Postal Address

4(d) email id

5. Experience as a Developer for number


of years :

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):

7. Names and titles of Directors or


Partners:

8. In case the company is subsidiary, the


involvement, if any, of the Parent
Company in the Project:

9. State whether in-house expertise is


available for all services/sub-systems. If
not details of sub-contractors to be
involved in the project:

63
10. Was the applicant ever required to
suspend the project for a period of
more than six months continuously
after commencement?

11. Has the applicant or any constituent


partner in case of partnership firm, ever
abandoned the awarded project before
its completion? If so, give name of the
project and reasons for abandonment.

12. Has the applicant or any constituent


partner in case of partnership firm, ever
been debarred / black-listed for
competing in any organization at any
time? If so, give details

13. Has the applicant or any constituent


partner in case of partnership firm, ever
been convicted?

Signature of the D&B Bidder /


Authorized representative

64
Form `III’
Page 1 of 1

DETALS OF PROJECTS COMPLETED IN THE LAST THREE YEARS

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.

Signature of the D&B bidder/


Authorized representative

65
FORM – ‘IV’
PAGE 1 OF 1

DETAILS OF ONGOING PROJECTS (Current commitments)

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.

Signature of the EPC bidder / Authorized representative

66
FORM – ‘V’
PAGE 1 OF 3

KEY PERSONNEL REQUIRED FOR EACH SITE OF THE PROJECT

Sr. Designation Minimum Number of Technical Proposed Total Years Details in


No. number proposed qualification Designation of Relevant Annexure
personnel Experience
1. 2. 3. 4. 5. 6. 7. 8.
1. Project Manager 1
2. Architect 1
3. Civil Engineer 1
4. Structural Engineer 1
5. Electrical Engineer 1
6. Landscape Architect 1
7. Others (Please specify)
8. Site Supervisor 1 each
(Civil / Electrical)

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

KEY PERSONNEL REQUIRED FOR EACH SITE OF THE PROJECT (Continued)

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

CVs OF KEY STAFF

Name of the Staff


Designation
Name and address of the firm presently employed
Years with the firm
Proposed position (describe degree of responsibility also)
Qualifications (Technical and General)
Membership in professional bodies
Experience and Training ( Relevant in the context of assignment)
Employment Record
Name of the Firm Position Held Years of Employment

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.

Signature of the D&B bidder / Authorized representative

69
FORM – ‘VI’
PAGE 1 OF 1

FINANCIAL STATUS

Sr. No. Year 2007-08 2006-07 2005-06

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 submitted must be audited by a Chartered accountant

Historic financial statements must correspond to the accounting periods already completed and audited( no statements for partial periods will be
accepted.

Signature of the D&B bidder /Authorized representative

70
FORM – ‘VII’
PAGE 1 OF 1

FORMAT FOR PERFORMANCE REPORT OF WORKS

(On Client’s Letter Head)

1 Name of Project and location:


2 Agreement No.:
3 Estimated Cost:
4 Built up area:
5 Date of Start:
6 Date of Completion:
7 Role of Applicant (areas of work):
8 Amount paid for the work:
9 Details of delay, if any:
10 Performance report:
a. Quality of designs provided: Very Good/ Good/ Fair/ Poor
b. Quality of construction: Very Good/ Good/Fair/ Poor

DATE: Signature of the D&B Bidder’s Client’s authorized representative

71
FORM ‘VIII’
PAGE 1 OF 1
INITIAL FILTER OF APPLICANTS

Name of Applicant :

No. Criteria Yes No

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?

3 Has any misleading information been given in the Application?

4 Has the Applicant suffered bankruptcy / insolvency in the last seven years?

5 Is the Net Worth negative?

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.

Signature of the D&B Bidder or Authorized representative

72
FORM – ‘IX’
PAGE 1 OF 4

LIST OF MINIMUM EQUIPMENTS PROPOSED AT SITE

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.

4 Equipment for Building work


i) Block making machine - Nil
ii) Bar bending machine – One No.
iii) Bar cutting machine – One No.
iv) Sand washing machine – One
No.
v) Wood thickness planner – One
No.

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.

ii) Steel Scaffolding – 8000 sq. m.


iii) Grinding / Polishing machines – 6
Nos.

7 Equipment for road work


i) Road rollers – One No
ii) Bitumen paver finishers - -
iii) Hot mix plant - -
iv) Spreaders - -
v) Earth rammers – Two Nos.
vi) Vibratory road rollers – One No.

8 Equipment for transportation


i) Tippers – 2 Nos.
ii) Trucks – 2 Nos.
9 Pneumatic equipment
i) Air compressors (Diesel) – One No.

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.

13 Any other plant/equipment

Signature of the D&B Bidder or Authorized Representative

75

You might also like