rfp - appointment of design consultant...services such as architectural, structural , statutory,...
TRANSCRIPT
REQUEST FOR PROPOSAL
FOR
APPOINTMENT OF DESIGN CONSULTANT
This document is the property of Reserve Bank Information Technology Private
Limited (ReBIT). It may not be copied, distributed or recorded on any medium,
electronic or otherwise, without the ReBIT’s written permission thereof, except for the
purpose of responding to ReBIT for the said purpose. The use of the contents of this
document, even by the authorized personnel / agencies for any purpose other than
the purpose specified herein, is strictly prohibited and shall amount to copyright
violation and thus, shall be punishable under the Indian Law
2
Table of Contents
1. About ReBIT .............................................................................................................................. 4
2. Disclaimer & Disclosures ........................................................................................................... 4
3. RFP Requirements ..................................................................................................................... 5
3.1 Minimum Eligibility Criteria ................................................................................................... 6
3.2 Scope of Work ....................................................................................................................... 8
3.3 Design Deliverables/Requirements ........................................................................................ 9
3.4 Proposed Project Milestone ................................................................................................ 10
3.5 Resource Plan ..................................................................................................................... 10
4 RFP Details .............................................................................................................................. 11
4.1 RFP Schedule ...................................................................................................................... 11
4.2 Submission Response Format and Contents ........................................................................ 12
4.3 Submission Terms and Conditions ....................................................................................... 13
4.4 General Submission Requirements ...................................................................................... 15
4.5 Period of Validity of Bids / Responses ................................................................................. 15
4.6 Evaluation Process and Criteria ........................................................................................... 16
4.7 Contract Award and Execution ............................................................................................ 18
4.8 Performance Bank Guarantee ............................................................................................. 18
4.9 Payment Terms ................................................................................................................... 19
4.10 Penalties and Liquidated Damages .................................................................................. 20
4.11 Force Majeure ................................................................................................................ 20
4.12 Arbitration ...................................................................................................................... 21
4.13 Limitation of Liability ...................................................................................................... 21
4.14 Other Terms and Conditions ........................................................................................... 21
4.15 Confidentiality ................................................................................................................ 22
4.16 Ownership of Documents and Data................................................................................. 22
4.17 Contact ........................................................................................................................... 23
5 RFP Technical Bid Form ........................................................................................................... 24
6 RFP Commercial Bid Form ....................................................................................................... 27
7 Design Services Fee ................................................................................................................. 28
8 Scoring Matrix for Technical Evaluation ................................................................................... 31
9 ReBIT’s REQUREMENT/WISH LIST ............................................................................................ 34
9.1 Color code/theme ................................................................................................................. 34
9.2 Interior Fit out Requirement ................................................................................................. 35
10 Abbreviations .......................................................................................................................... 51
ANNEXURE-A SCOPE OF ARCHITECTURAL SERVICES ..................................................................... 52
3
ANNEXURE-B SCOPE OF ACCOUSTIC CONSULTANT ...................................................................... 55
ANNEXURE-C SCOPE OF IT CONSULTANCY SERVICES .................................................................... 57
ANNEXURE-D SCOPE OF MEP SERVICES ....................................................................................... 59
ANNEXURE-E ESTIMATED BUDGET SUMMARY (Only Trade Packages) .......................................... 65
ANNEXURE-F PERFORMANCE BANK GUARANTEE......................................................................... 67
4
1. About ReBIT
Reserve Bank Information Technology Private Limited (ReBIT) has been set up by the
Reserve Bank of India (RBI), to take care of the IT requirements, including the cyber
security needs of the Reserve Bank and its regulated entities. ReBIT will act as a
catalyst for innovation, big systems and new ideas apart from having the capability
to guide the regulated entities in the IT areas of their operations as also for the RBI’s
IT related functions and initiatives. Given the need for inter-operability and cross-
institutional cooperation, ReBIT will effectively participate in setting up of standards
to strengthen Reserve Bank’s role as regulator. ReBIT is a 100% wholly owned
subsidiary of the RBI.
2. Disclaimer & Disclosures
ReBIT has prepared this document to give background information to the interested
parties for participating in the RFP process for selecting the preferred Consultant,
who will provide ReBIT with Design Consultancy Services for office space in Unit no.
602, 6th
Floor, “Building 1” situated at “Mindspace Juinagar”, Plot Nos. Gen 2/1/D, Gen
2/1/E & Gen 2/1/F, TTC Industrial Area, Juinagar, Navi Mumbai 400706. While ReBIT
has taken due care in the preparation of this RFP document and believe it to be
accurate, neither ReBIT nor any of its authorities or agencies nor any of their
respective officers, employees, agents or advisors give any warranty or make any
representations, express 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.
The information is not intended to be exhaustive. Interested parties are required to
make their own inquiries and respondents will be required to confirm in writing that
they have done so and they do not rely only on the information provided by ReBIT in
submitting the bid. The information is provided on the basis that it is non–binding
on ReBIT or any of its authorities or agencies or any of their respective officers,
employees, agents or advisors. ReBIT reserves the right to modify the requirements
as well as add or delete, as the case may be to meet ReBIT requirements at any point
of time. ReBIT reserves the right not to proceed with the RFP, 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 matter further with any party
expressing interest. No reimbursement of cost of any type will be paid to persons or
entities expressing interest. ReBIT reserves the right to accept or reject, in full or in
part, any or all the offers without assigning any reason whatsoever. ReBIT does not
bind itself to accept the lowest or any tender and reserves the right to reject all or
any bid or cancel the tender without assigning any reason whatsoever. ReBIT also has
the right to re-issue the tender without the Bidders having the right to object to such
reissue.
The proposal in response to RFP should be signed and submitted by a person duly
authorized to bind the Bidder to the details submitted in the proposal. The signatory
5
should give a declaration and through authenticated documentary evidence establish
that he/she is empowered by the competent authority to sign the necessary
documents and bind the bidding. All pages of the bid documents are to be signed by
the authorized signatory.
This RFP is neither an offer from ReBIT nor does it constitute any binding obligation
or commitment on ReBIT. This RFP is only a document that invites interested parties
to, on a non-exclusive basis, express an interest, with no obligation, commitment or
liability of any manner devolving on ReBIT, either on account of the issue of this RFP
to the interested parties, or upon receipt of any response from the interested parties
thereto, or any meetings or presentations made. All expenses incurred by the
interested parties as a result of responding to, or further to this RFP, are to their own
account and ReBIT will not be liable in this respect whatsoever.
Please note that the information provided in the RFP is strictly confidential and by
accepting this RFP, the interested parties unconditionally undertake, not to, in any
manner use any part or the whole of information, directly or indirectly learnt, for any
other purpose, other than for conducting work under the ambit of the RFP issued by
ReBIT.
3. RFP Requirements
The requirements of ReBIT for the proposed facility are outlined herein below:
ReBIT intends to appoint Design Consultant for Interior Fit-out of an Office Premises
for its operations in Navi Mumbai. The site location for the above mentioned Premises
is Unit no. 602, 6th Floor, “Building 1” situated at “Mindspace Juinagar”, Plot Nos. Gen
2/1/D, Gen 2/1/E & Gen 2/1/F, TTC Industrial Area, Juinagar, Navi Mumbai 400706.
This Office Premises (hereinafter referred to as “Premises” is expected to accommodate
about 150 employees and an office admeasuring a carpet area of 17,531 sqft.
For the purpose of the evaluation and selection of Bidder, a three-stage evaluation
process will be followed. First of all, the Bidder has to comply with the “Minimum
Eligibility Criteria” as detailed earlier in the RFP, to qualify and participate in the
Technical Bid evaluation process. Those bidders who qualify the “Minimum Eligibility
Criteria” will only be eligible to participate in the ‘the Technical Bid’ and ‘the
Commercial Bid’ process.
The prospective Bidder who satisfies the “Minimum Eligibility Criteria” as defined in the
“Minimum Eligibility Criteria” section below is encouraged to respond to this RFP.
The prospective Bidder who satisfies the “Minimum Eligibility Criteria” and plan to
respond to this RFP is required to submit the bid earnest money (refundable after
signing of the contract and furnishing Performance Bank Guarantee (PBG) for
successful bidders and after 30 days of finalizing the selection process for unqualified
bidders) of INR 50,000/- (Indian Rupees Fifty Thousand Only) by way of Demand Draft
6
(DD) in favor of Reserve Bank Information Technology Pvt Ltd along with the
technical bid.
The failure or omission to deposit or keep deposited the Earnest Money shall disqualify
the Bidder. No interest shall be payable by ReBIT in respect of such deposited Earnest
Money. The Earnest Money of an unsuccessful Bidder shall be refunded after the final
decision on the Bids or on expiry of the validity period whichever is earlier on
presenting receipt thereof. The Earnest Money Deposit (EMD) may be forfeited:
If a Bidder makes any statement or encloses any form which turns out to
be false/incorrect at any time prior to signing of the contract
If he/she withdraws/revokes his/her offer or modifies/changes the same
during the validity of the Bid
In case of successful Bidder, if the Bidder fails to sign the contract within
the specified date from the date of issuing the Letter of Acceptance
Failure to submit the Performance Bank Guarantee within the stipulated
period makes the EMD liable for forfeiture. In such instance, ReBIT at its
discretion may cancel the contract awarded to the selected Bidder
without giving any notice
Where the Bidder being technically qualified, withdraws the bid before
the entire commercial evaluation process has been completed.
The selected Bidder post the RFP process would support ReBIT with the scope as
defined in the “Scope of Work” section below
The selection process consists of the following three considerations:
I. Minimum Eligibility Criteria (Pre-Qualification)
II. Technical Bid Evaluation
III. Commercial Bid Evaluation (includes Techno-Commercial Ranking)
Other possible criteria to be reviewed include a Consultant’s/Vendor’s references and
any outstanding legal suits or actions. ReBIT does not represent that these are the sole
criteria, and reserves the right to adjust selection criteria at any time until final
Consultant selections are made.
3.1 Minimum Eligibility Criteria
Sr.
No Criteria Minimum Requirement
Compliance
Status
(Yes/No)
1 Registration, Certification’s &
license
The Bidder must be an entity
registered with the
Registrar of Companies under
Indian Company Act, 2013
and must provide the following
details:
a. Registration number
b. GST registration number, as
7
applicable
c. ISO certifications
2 Turnover
Audited financial statements of
last five years with a minimum
annual turnover of INR 10 Crores
3
Experience – include all
Architectural cum Consultancy
services such as architectural,
structural , Statutory,
engineering , all internal and
external services such as
electrical, plumbing, water
supply, storm water drainage,
firefighting, Acoustic, MEP &
IT Infrastructure(Passive &
Active)
Minimum 10 years’ experience as
an Architect cum Consultant /
Architectural firm as
of May 2018
4
Experience in completion of
green buildings
(certified by LEED/GRIHA)
Minimum 3 Projects
5 Work Experience
The Bidder should have a
minimum working experience of at
least 8 years in Mumbai Areas;
Should have completed similar
nature of project designing of
minimum 50,000 Sq.Ft. in Mumbai
over the last 3 years.
And should have completed
design projects of at least
10,00,000 Sq.Ft. within
Mumbai/Maharashtra over the last
5 years
6 Designer Profile
a. The Bidder should not be
currently blacklisted
by Government of India
b. The Bidder must warrant that
there is no legal action being
taken against it for any cause in
any legal jurisdiction. If such an
action exists and the Bidder
considers that it does not affect its
ability to deliver the requirements
as per the Tender, it shall provide
details of the action(s).
Note: The Bidder should submit relevant documentation supporting the above
minimum eligibility qualification criteria. In case of non-compliance with any of the
eligibility criteria mentioned above, the Bidder shall be liable to be disqualified without
any notice and the bids of the Bidder may not be processed further. Any additional /
irrelevant document enclosed with the bid, may lead to disqualification.
8
3.2 Scope of Work
The Bidder agrees to use its best efforts to assist ReBIT as a Consultant towards the
aforementioned endeavor. The broad scope of work includes (but is not limited to) the
following:
The scope of work would be as per attached
For Architecture : Annexure A
For Acoustic : Annexure B
For IT Infrastructure (Cabling & setting : Annexure C
up data center including procurement of
Active equipment)
For MEP : Annexure D
Following is the high level scope for the Project and detailed scope is as per attached
Annexures.
Complete Interior Design including preparation of conceptual design, Detailed
Design and construction design documentation. 3D views of key areas for
design approval
Fixed furniture and equipment’s (FF&E) specifications, sample boards
Submission of preliminary Budget
Preparation of Tender drawings, detailed BOQ, Specification, List of Approved
Material and tender Documents including estimates
Coordination with other consultants and incorporation of their design into
Interior design of office & guest areas
Working drawings – GFC’s
Vetting of shop drawings of Contractor’s
Checking of As Built Drawings / handing over documentations submitted by
the Contractors
Quality Audits and Factory Inspections
Complete design works that includes Civil & Interior, Structural, MEP Services,
Fire-fighting, FAPA, HVAC, Lighting, Acoustics, Access Control, CCTV, Building
Management System, Audio Video (AV) and IT Works (Active & Passive).
For Autocad drawing of Floor Layout please send a request to
In order to assist you in developing your response, the details of ReBIT’s requirements
have been more clearly set out and defined in the Technical Bid under the Heading
“RFP Technical Bid Form”
You are requested to fill in the template outlined below in this document ref ‘Technical
Bid Form’ & ‘Commercial Bid Form’. If the responses are conditional in nature or any
portion is left unanswered, ReBIT is entitled to consider the Consultant/vendor’s
unwillingness to participate as explained in the RFP and disqualify the
Consultant/Vendor from further participating in the RFP.
9
Period of Design Completion - The Design of the Project shall be completed within 15
days including complete Scope of consultancy services from the date of issue of letter
of intent/ award of work by the ReBIT in a manner in accordance with the schedule laid
down in the Memorandum ("Letter of Intent"/"Award of Work"). Design Consultant
should submit detailed Schedule of deliverables in Technical Bid and shall be included
in Design presentation.
Occupancy Date for fit out – The projected occupancy date for the construction / fit-
out activity to commence is not later than 16th
August 2018.
ReBIT is requesting your proposal for building a premises which is commercially Mid-
range including all finishes and services as mentioned in the Annexure-E.
ReBIT is currently in the selection stage of the evaluation process and would like to
evaluate your project against other alternatives. ReBIT shall review the submitted
tender offers. ReBIT reserves the right to not accept any late responses and is under
no obligation to accept the lowest offer or indeed any offer: ReBIT is free to conduct
the process for a transaction as it determines fit in its sole discretion (including,
without limitation, terminating further participation in the process by any party,
negotiating with any party and entering into an agreement with respect to a
transaction without prior notice to you or any other person) and any procedures
relating to the process or a possible transaction may be changed at any time without
prior notice to you or any other person.
The information attached to this letter is purely intended as a guide and ReBIT does
not make any representation or warranty of any kind, expressed or implied, as to the
accuracy, completeness or reasonableness of the information contained herein or any
other written or oral communication transmitted or made available to you.
All offers that are made in answer to this RFP must follow the Offer Template that is
detailed below in Section 6 and Section 7.
If you have any questions while you are putting your offer together please feel free to
contact via email to [email protected]
3.3 Design Deliverables/Requirements
• Full-fledged design team to be available as required for all the interactions
with Client and Project Agencies.
• Perspectives/ Views as required of major areas (free of cost).
• 04 sets of Preliminary design drawing and design brief.
• 02 sets of tender documents / tender drawings (Hard copy) – each package
including one CD (free of cost)
• 05 Sets of all construction / detail drawings (Good for Construction Drawings)
at free of cost
• Necessary amended / correction of drawings as per Site decisions.
• Two (02) set of As Built Drawings along with soft copy duly checked and
approved to be forwarded to Project Management Consultant or ReBIT to
facilitate handover process after completion
10
• The cost of all the design, 3D views, sets of Drawing’s to be issued during
various phases of the project shall be included in your quoted commercial
cost.
3.4 Proposed Project Milestone
Appointment of Design Consultant 10-Jul-2018
Detailed Engineering drawing and Scope finalization 31-Jul-2018
RFP to be floated for Appointment of GC Vendor 07-Aug-2018
Appointment of GC Vendor 12-Sep-2018
Virtual Completion 15-Nov-2018
Premises Handover to Facility team 30-Nov-2018
Design Consultant to follow design deliverables schedule as provided by Project
Manager / client at all times of the project.
Design Consultant may have to sign the relevant Non-Disclosure agreements as &
when required by the clients.
3.5 Resource Plan
The Bidder shall provide detailed plan of the proposed staffing for the successful
completion of the Works specified in the Proposal. Please indicate the number of
proposed staff below and clearly identify personnel, if any, who would be dedicated
for this Project.
All personnel offered for assignment shall be subject to the approval of and shall
need to be retained on the Project until completion of the contract or as released by
ReBIT.
The Bidder shall have full control of all his personnel employed on or about the work,
with power to employ or discharge. The Bidder shall remove or cause to be removed
from the Premises any of his personnel or sub- bidders personnel employed upon the
Work, who, in the judgment of, are detrimental to the progress of the Work.
The Bidder’s offer submission shall include the following information but not limited
to the following and other proof of documents as per scoring matrix:
a) Review and acceptance of the scope of works indicated.
b) Organization structure and company profile.
c) IT & CAD infrastructure.
d) Design team proposed for the project with their CV, percentage involvement
e) Clientele worked for and projects handled. (highlight similar projects)
f) All inclusive professional fee (with breakup of taxes for the same)
g) Professional Indemnity Insurance available with you and their details.
h) Existing jobs in hand.
11
i) Turnover
j) Relevant Experience of the last three years
k) Client Contacts for reference check
l) Past experience with the Government PSU’s
4 RFP Details
4.1 RFP Schedule
Activity Date
Issue of RFP on ReBIT website Jun 04, 2018
Last date and time for receipt of written queries for
clarification from bidders
Jun 12, 2018 Before 5:00
PM
Date and Time for Pre-Bid Meeting
Jun 14, 2018 (Time will be
communicated to the
Bidder via email)
Date and Time for Final Submission of Bid in Sealed
Cover (Technical & Commercial) Jun 28, 2018 at 12:00 PM
Technical Bids opening by ReBIT team Jun 28, 2018 at 12:30 PM
Capability and Concept Presentation by the bidders
To be intimated later via
email (tentative Jul 02 –Jul
04)
Commercial Bid opening of Shortlisted bidders To Be intimated via email
to selected Bidder
Award of contract To Be intimated via email
to selected Bidder
Issuing of LOI/LOA to Successful Bidder To Be intimated via email
to selected Bidder
Inquiries and Questions
Inquiries and questions regarding the proposal document, scope of services, response
format/content or the terms and conditions shall be submitted via e-mail to
[email protected] by Jun 12, 2018 before 5:00 PM.
Bidders need to register for the Pre-Bid meeting by emailing the aforementioned
contact with “ReBIT- RFP for Appointment of Design Consultant”– Pre-Bid Meeting
Registration” in the subject line by Jun 12, 2018 before 5:00 PM. Only one
12
representative from each Bidder will be allowed to participate in the Pre-Bid meeting.
The Pre-Bid meeting is an in-person meeting. Strictly one person per bidder will be
allowed to attend the Pre-BID meeting. There will be no video or audio conference
bridge for it. All responses from ReBIT to all inquiries shall be sent via email to all
bidders who attend the pre-bid meeting or published in website.
4.2 Submission Response Format and Contents
The response to the RFP would need to be furnished in two parts namely
1) Technical Bid Response and
2) Commercial Bid Response.
The Technical Bid Response would need to cover the following details:
1. Responses and submission of relevant proofs for all the six minimum eligibility
criteria as highlighted earlier (failure to furnish this information will result in the RFP
response being summarily rejected)
2. Company India Overview including Mumbai Capability Statistics
3. Relevant case studies from the recent past with at least three unique client
references for such transactions (Experience of Architect cum Consultancy services
such as architectural, structural, engineering, all internal and external services such as
electrical, plumbing, water supply, storm water drainage, firefighting, Acoustic, MEP &
IT Infrastructure). Name, Designation, Organization Details and contact information
(phone numbers and email ids) are mandatory for client references
4. Relevant case studies from Government or PSU transactions Name, Designation,
Organization Details and contact information (phone numbers and email ids) are
mandatory for client references
5. Proposed Team across the areas in focus namely MEP Consultant, LEED/Structural
Consultant, AV/Lighting/Acoustic Consultant, and IT (Active and Passive) Consultant
for ReBIT with assigned roles and responsibilities. Include detailed CV with relevant
certifications, licenses and relevant differentiators
6. Relevant case studies from IT/ITES projects completed in Mumbai and Navi Mumbai.
Name, Designation, Organization Details and contact information (phone numbers and
email ids) are mandatory for client references.
7. Company portfolio with resume of proposed team working on this project
8. Financial details of the Company.
9. Estimated budget for the proposed Design (Single line cost summary for each package
along with proposed Material Consideration and Specifications to be filled in Annex-E)
The Technical Bid Response envelope will also need to include the Demand Draft
towards the Earnest Money Deposit.
The Commercial Bid Response would need to cover the following details:
13
1. Firm Fixed Price/Fee in INR (both figures and words) for Design Consultant (inclusive
of all taxes) for the defined scope in the RFP It is mandatory to mention the total and
split of the various services cost.
The prices quoted by the Bidder shall be in Indian Rupees and no escalation in price is
accepted within the period of 180 days from the date at which the successful Bidder is
declared. Further, subsequent to the orders being placed/agreement executed, the
successful Bidder shall pass on to ReBIT all fiscal benefits arising out of reductions in
Government levies viz. sales tax, excise duty, custom duty, GST etc. Submission
Instructions Response needs to be submitted in a sealed envelope on or before the
date and time mentioned in the above table. Submittals must also be received in the
e-mail box listed below. Submittals sent to any other mailbox will NOT be forwarded
or accepted.
1. Technical bid, must be submitted along with the EMD DD on or before June 28,
2018 up to 12:00 PM IST, clearly marked as:
“Appointment of Design Consultant RFP – Technical Proposal”,
Chief Executive Officer, Reserve Bank Information Technology Pvt Ltd
(ReBIT),
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center,
Sector 30A, Vashi, Navi Mumbai – 400703.
2. A soft copy of the Technical Bid may be emailed to [email protected]
with “ReBIT Office Premises RFP – Technical Proposal” in the subject line, on or
before June 28, 2018 up to 12:00 PM IST.
3. Commercial bid, must be submitted in a sealed envelope, on or before June 28
2018 up to 12:00 PM IST, clearly marked as “
Appointment of Design Consultant – Commercial Proposal”,
Chief Executive Officer, Reserve Bank Information Technology Pvt Ltd
(ReBIT),
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center,
Sector 30A, Vashi, Navi Mumbai – 400703.
Sole responsibility rests with the Bidder to see that their RFP response is received on
time. Any responses received after due date and time are liable to be rejected.
4.3 Submission Terms and Conditions
1. Bidders are expected to examine the specifications, schedule of delivery, and
all instructions. Failure to do so will be at the bidder’s risk
2. Each Bidder shall furnish the information required in the RFP
14
3. The Contract/Purchase Order will be awarded to that responsible Bidder whose
submittal, conforming to the Request for Proposal, will be most advantageous
to ReBIT, price and other factors considered
4. ReBIT reserves the right to reject any or all proposals and to waive informalities
and minor irregularities in proposals received, and to accept any portion of or
all items proposed if deemed in the best interest of ReBIT to do so
5. A signed purchase order or contract furnished to the successful Bidder results
in a binding contract without further action by either party.
6. Any interpretation, correction or change of the Proposal Documents will be
made by Addendum. Interpretations, corrections and changes of the Proposal
Documents made in any other manner will not be binding, and Bidder shall not
rely upon such interpretations, corrections and changes. ReBIT will not be
responsible for oral clarification
7. ReBIT may, in its absolute discretion, seek additional information or material
from any of the bidders after the RFP closes and all such information and
material provided must be taken to form part of that Bidder’s response
8. Bidders should provide details of their contact person, telephone, fax, email and
full address(s) to ensure that replies to RFP could be conveyed promptly
9. If ReBIT, in its absolute discretion, deems that the originator of the question will
gain an advantage by a response to a question, then ReBIT reserves the right to
communicate such response to all bidders.
10. ReBIT may, in its absolute discretion, engage in discussion or negotiation with
any Bidder (or simultaneously with more than one Bidder) after the RFP closes
to improve or clarify any response.
11. ReBIT will notify all short-listed bidders in writing or by mail as soon as
practicable about the outcome of their RFP. ReBIT is not obliged to provide any
reasons for any such acceptance or rejection.
12. No payment of any kind will be provided to the Bidder, or parties they represent,
for obtaining any of the information solicited. Procurement of all equipment and
services will be in accordance with subsequent contractual action.
13. All quotes should be submitted initially on the most complete basis and with
the most favorable financial terms available. The selected Bidder’s proposal
may, at ReBIT option, be made part of the final purchase contract and all
representations in the Bidder’s proposal may be considered commitments to
provide the services as described.
14. ReBIT reserves the right to change the schedule or issue amendments to the
RFP at any time. ReBIT also reserves the right to cancel or reissue the RFP at any
time. Amendments or a notice of cancellation will be notified individually to
each participating Bidder.
Submission Related Confidential / Proprietary Information Any restrictions on the use
or inspection of material contained within the proposal and any resulting contract shall
be clearly stated in the proposal itself. Confidential/proprietary information must be
readily identified, marked and separated/packaged from the rest of the proposal. Co-
mingling of confidential / proprietary and other information is NOT acceptable.
Neither a proposal, in its entirety, nor proposal price information will be considered
15
confidential / proprietary. Any information that will be included in any resulting
contract cannot be considered confidential.
4.4 General Submission Requirements
I. Contract / Agreement: Submit a copy of any contract / agreement you will
require to be executed at time of award.
II. Non-disclosure Agreements: Submit a copy of any non-disclosure agreements
you would require to be executed as part of the evaluation process.
III. Bidders are not permitted to submit more than one bid. The cost of bidding and
submission of the bids is entirely the responsibility of the bidders, regardless
of the conduct or outcome of the tendering process.
IV. The bids not submitted in the prescribed format with EMD DD or incomplete or
after due date in any sense are liable to be rejected. ReBIT reserves the right to
accept or reject any bids without assigning any reason and ReBIT’ s decision in
this regard will be treated as final.
V. EMD should be the part of technical bid envelope.
VI. Bids shall remain valid for a period of 6 months (180 days) after the date of bid
opening or as may be extended from time to time. ReBIT holds the right to reject
a bid valid for a period shorter than 180 days as non-responsive, without any
correspondence.
VII. The bids shall be submitted in English language.
VIII. All prices shall be expressed in Indian Rupees only.
IX. Bids once submitted will be treated, as final and no further correspondence will
be entertained on this. No bid will be modified after the deadline for submission
of bids.
X. Contacting ReBIT - From the time of bid opening to the time of Contract award,
if any Bidder wishes to contact ReBIT for seeking any clarification in any matter
related to the bid, they should do so in writing by seeking such clarification/s
from an authorized person. Any attempt to contact ReBIT with a view to canvas
for a bid or put any pressure on any official of ReBIT may entail disqualification
of the concerned Bidder or its bid.
4.5 Period of Validity of Bids / Responses
1. Prices and other terms offered by bidders must be firm for an acceptance period
of 180 days from date of closure of this RFP.
2. In exceptional circumstances ReBIT may solicit the bidders consent to an
extension of the period of validity. The request and response thereto shall be
made in writing.
3. ReBIT, however, reserves the right to call for fresh quotes at any time during
the period, if considered necessary.
16
All tenderers are requested to submit the tender documents (TECHNICAL BID and
COMMERCIAL BID in separate envelopes) duly filled in with complete and correct
information along with relevant documents at the following address:
“Reserve Bank Information Technology Pvt Ltd (ReBIT)
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center, Sector 30A,
Vashi, Navi Mumbai – 400703”
Tender documents received by ReBIT after due date and time as per outline in
RFP Schedule i.e. Jun 28 2018, 12:00 PM shall not be considered and hence
rejected.
4.6 Evaluation Process and Criteria
The objective of the evaluation process is to evaluate the bids received to select the
best fit solution at a competitive price based on technical and commercial parameters.
The evaluation will be undertaken by a Committee formed for the purpose by ReBIT.
The decision of ReBIT regarding the evaluation and selection of the Bidder would be
final.
For the purpose of the evaluation and selection of Bidder, a three-stage evaluation
process will be followed. First of all, the Bidder has to comply with the “Minimum
Eligibility Criteria” as detailed earlier in the RFP, to qualify and participate in the
Technical Bid evaluation process. Those bidders who qualify the “Minimum Eligibility
Criteria” will only be eligible to participate in the ‘the Technical Bid’ and ‘the
Commercial Bid’ process.
The bidders have to submit ‘the Technical’ and ‘the Commercial’ Bid simultaneously
in separate sealed covers. The Bidder has to submit ‘Technical Bid’ keeping in view the
information / criteria mentioned in this document in a sealed envelope by the date and
time stipulated as in this document.
‘Technical Bid’ will contain the exhaustive and comprehensive technical details. The
Technical Bid shall NOT contain any pricing or commercial information at all and if the
Technical Bid contains any price related information, then that Technical Bid would be
disqualified and would NOT be processed further.
The selection process consists of the following three considerations:
1. Minimum Eligibility Criteria (Pre-Qualification)
2. Technical Bid Evaluation
3. Commercial Bid Evaluation (includes Techno-Commercial Ranking)
Other possible criteria to be reviewed include a Consultant’s/Vendor’s references and
any outstanding legal suits or actions. ReBIT does not represent that these are the
sole criteria, and reserves the right to adjust selection criteria at any time until final
Consultant/Vendor selections are made.
The Technical Bid will be evaluated basis the parameters provided in the Scoring Matrix
Section. The Bidder scoring the highest technical score will be ranked as THIGH. . The top
17
five (5) ranked bidders based on the technical score will qualify to the next (third)
stage. The Procurement Committee may prescribe a minimum cut‐off technical score
of at least 75% to ensure the technical quality of bids and also reserves the right to
relax any of the parameters if the need arises.
In the third stage of evaluation, the commercial bid submitted by the bidders who have
qualified in the Technical evaluation process will be opened and thereafter, the Bidder
with the lowest commercial bid will be ranked as CLOW.
During the ‘Techno-Commercial’ evaluation, the ‘Technical Bid’ score carries a weight
of 70 percent, the ‘Commercial Bid’ score carries a weight of 30 percent. The ‘Techno‐
Commercial’ scores (70:30) will be arrived at for each qualified Bidder. The technical‐
commercial score shall be calculated (with appropriate rounding off to a whole number
in case of decimals) as follows:
Total Score = (T / THIGH)*0.7 + (CLOW / C)*0.3
Here, T and C are the technical and commercial scores of the respective bidders.
The Bidder with the highest total score will be selected as the successful Bidder. In
case of a tie of Total Score between two or more bidders, the Bid with higher technical
score would be chosen as the successful Bidder. In case of non-acceptance of the offer,
it will be given to next successful Bidder and so on.
Post selection of the Bidder, ReBIT shall return the Earnest Money Deposit (EMD) to the
unsuccessful bidders within 30 days of formal declaration of results.
ReBIT may call for any clarifications / additional particulars required, if any, on the
minimum eligibility criteria / technical / commercial bids submitted. The Bidder has to
submit the clarifications / additional particulars in writing within 2 working days. The
Bidder’s offer may be disqualified, if the clarifications / additional particulars sought
are not submitted within the specified date and time.
Commercial bid valuation shall be considered as below in case of any kind of
discrepancy:
If there is a discrepancy between words and figures, the amount in words shall
prevail,
If there is discrepancy between unit price and total price, the unit price shall
prevail,
If there is a discrepancy in the total, the correct total shall be arrived at by ReBIT.
In case the Bidder does not accept the correction of the errors as stated above, the bid
shall be rejected.
ReBIT reserves the right to re-negotiate any terms (Price / Technical) further with the
successful Bidder.
18
4.7 Contract Award and Execution
1. ReBIT reserves the right to make an award without further discussion of the
proposal submitted. Therefore, the proposal should be initially submitted on
the most favorable terms the bidders can offer. It is understood that the
proposal will become a part of the official file on this matter without obligation
to ReBIT.
2. The general conditions and specifications of the RFP and the successful
Bidder’s response, as amended by agreement between ReBIT and the Bidder,
will become part of the contract documents. Additionally, ReBIT will verify
Bidder representations that appear in the proposal. Failure of the Bidder to
meet the mandatory requirements or criteria may result in elimination of the
Bidder from competition or in contract cancellation or termination.
3. Failure of the successful Bidder to comply with the above requirement, shall
constitute sufficient grounds, among others, if any, for the annulment of the
award of the contract.
4. The Bidder selected as the apparently successful Bidder will be expected to
enter into a contract with ReBIT. If the selected Bidder fails to sign and return
the contract within fifteen (15) business days of delivery of the final contract,
ReBIT may elect to cancel the award and award the contract to the next-highest-
ranked Bidder.
5. No cost chargeable to the proposed contract may be incurred before the Bidder
has received a fully executed contract
6. ReBIT will not reimburse the Bidder for non-business hour work (weekends and
evenings), travel, lodging, meals or other business costs. Bidder needs to
ensure that these costs are included in their RFP response.
4.8 Performance Bank Guarantee
1. The successful Bidder shall at his own expense deposit with the “Reserve Bank
Information Technology Pvt Ltd” 18th Floor, CyberOne, Opposite CIDCO
Exhibition Center, Sector 30, Vashi, Navi Mumbai 400703 within thirty (30)
working days of the date of notice of award of the bid, a Performance Bank
Guarantee from a scheduled commercial bank, payable on demand in terms of
relevant Annexure-F Performance Bank Guarantee format, for an amount
equivalent to ten percent (10%) of the contract price for the due performance
and fulfilment of the contract by the Bidder.
2. Without prejudice to the other rights of the Purchaser under the Contract in
the matter, the proceeds of the performance bank guarantee shall be payable
to ReBIT as compensation for any loss resulting from the Bidder’s failure to
complete its obligations under the Contract. ReBIT shall notify the Bidder in
writing of the invocation of its right to receive such compensation, indicating
the contractual obligation(s) for which the Bidder is in default.
3. The Performance Bank Guarantee may be discharged upon being satisfied that
there has been due performance of the obligations of the Bidder under the
19
contract. The Performance Bank Guarantee shall be valid till the end of the
contract.
4. The Performance Bank Guarantee shall be returned after satisfactory
performance post 180 days of rollout.
5. The Performance Bank guarantee shall be denominated in Indian Rupees (INR)
and shall be by bank guarantee.
6. The Performance Bank Guarantee will be valid till the end of the contract.
Failure of the successful Bidder to comply with the above requirement, or
failure of the Bidder to enter into a contract within 15 working days from the
issue of the purchase order or within such extended period, as may be
specified by ReBIT shall constitute sufficient grounds, among others.
7. In case of breach, there shall be a cure period of 5 calendar days. In case, if
the issues are not resolved, the Performance Bank Guarantee would be invoked
anytime thereafter as per the discretion of ReBIT.
4.9 Payment Terms
a. Schedule of Payment
SL. NO. DESCRIPTION PERCENTAGE
FEE PER
STAGE
CUMULATIVE
1.1 Release of payment on launch of General
Contractor (GC) Vendor RFP containing
detailed drawings and specifications
approved by ReBIT
20% 20%
1.2 Release of payment on approval of shop
drawings submitted by General Contractor
to ReBIT
30% 50%
1.3 Release of Payment on completion of
carpet installation
15% 65%
1.4 Virtual completion and Application for
LEED certification to USGBC
20% 85%
1.5 Submission of handing over documents to
FM team and inputs, if any, to the final
closeout Report prepared by JLL
15%
100%
Total 100%
1. Selected Bidder would raise invoice as per the milestones defined above
2. The Bidder additionally recognizes that all payments to the Bidder under this
RFP and subsequent agreement are linked to and dependent on successful
implementation and acceptance of all milestones/ deliverables/ activities set
out in the Project Plan and therefore any delay in achievement of such
20
milestones/ deliverables/ activities shall automatically result in delay of
payment.
3. After ReBIT has received a valid invoice, ReBIT agrees to remit payment within
thirty (30) days from the date the invoice was received unless valid reasons for
withholding are in effect. Penalties if applicable will be adjusted accordingly
during payment
4. Taxes and Duties: Prices should be inclusive of all taxes, duties, charges and
levies of State or Central Governments as applicable, VAT/Sales Tax, service
taxes, GST etc. Octroi, if any, shall be reimbursed to supplier by ReBIT at actual
on production of original receipt. The benefits realized by Bidder due to lower
rates of taxes, duties, charges and levies shall be passed on by the Bidder to
ReBIT.
4.10 Penalties and Liquidated Damages
The liquidated damages is an estimate of the loss or damage that ReBIT may have
suffered due to delay in performance or non-performance of any or all the
obligations (under the terms and conditions of the contract), of the solution by the
Bidder and the Bidder shall be liable to pay ReBIT a fixed amount for each day of
delay / nonperformance of the obligations by way of liquidated damages, details of
which will be specified in the contract. Without any prejudice to ReBIT’s other rights
under the law, ReBIT shall recover the liquidated damages, if any, accruing to ReBIT,
as above, from any amount payable to the Bidder either as per the contract,
executed between the parties or under any other agreement/ contract, ReBIT may
have executed / shall be executing with the Bidder.
Liquidated Damages is not applicable for reasons attributable to ReBIT and Force
Majeure. However, it is the responsibility/onus of the Bidder to prove that the delay
is attributed to ReBIT and Force Majeure. The Bidder shall submit the proof
authenticated by the Bidder and ReBIT’s official that the delay is attributed to ReBIT
and Force Majeure along with the bills requesting payment.
In the event of delay in stage wise execution of work, specified in this Contract /
furnishing deliverables due to negligence or in-efficiency attributable to the selected
bidder, the selected bidder shall be liable to a penalty up to a maximum of 10% (ten
percent) of the contract value.
4.11 Force Majeure
The Bidder or ReBIT shall not be responsible for delays or non-performance of any or
all contractual obligations, caused by war, revolution, insurrection, civil commotion,
riots, mobilizations, strikes, blockade, acts of God, Plague or other epidemics, fire,
flood, obstructions of navigation by ice of Port of dispatch, acts of government or
public enemy or any other event beyond the control of either party, which directly,
materially and adversely affect the performance of any or all such contractual
obligations.
21
If a Force Majeure situation arises, the Bidder shall promptly notify ReBIT in writing
of such conditions and any change thereof. Unless otherwise directed by ReBIT in
writing, the Bidder shall continue to perform his obligations under the contract as far
as possible, and shall seek all means for performance of all other obligations, not
prevented by the Force Majeure event.
4.12 Arbitration
In the event of any dispute or differences between the parties relating to the “Contract
or LOI (Letter of Invitation) whichever is issued later” the same shall be referred to
arbitration to be conducted in accordance with the Arbitration and Conciliation Act,
1996 and the venue of arbitration shall be at Mumbai, India.
In the event of failure to resolve the differences through arbitration, either of the
parties shall be free to undertake necessary further legal course with the Courts of
Law in Mumbai who shall have jurisdiction for preventive, interlocutory and other
incidental relief applied for by any party under or in relation to Agreement.
4.13 Limitation of Liability
Neither party shall, in any event, regardless of the form of claim, be liable for any
indirect. Special, punitive, exemplary, speculative or consequential damages,
including, but not limited to any loss of data, business interruption, and loss of
income or profits, irrespective of whether it had an advance notice of the possibility
of any such damages. Subject to the above and notwithstanding anything to the
contrary elsewhere contained herein, the maximum liability, of selected Bidder
(Consultant) and purchaser (ReBIT) shall be, regardless of the form of claim, restricted
to the total of bill of material received by Consultant/vendor from ReBIT for the event
that gave rise to such liability, as of the date such liability arose, during contract
period.
4.14 Other Terms and Conditions
1. All the proposals / declarations / assertions made by Bidder should be on their
letter head.
2. The successful Bidder and ReBIT will have to bear their respective legal charges
at the time of signing Agreement(s).
3. Bidder should be willing to accept payment through Electronic Payment System
(RTGS or NEFT).
4. ReBIT reserves the right to accept or reject any bid or scrap the RFP/Tender
without assigning any reason thereof and ReBIT’ s decision in this regard will
be treated as final.
5. Ownership of this RFP: The content of this RFP is a copyright material of ReBIT.
No part or material of this RFP document should be published in paper or
electronic media without prior written permission from ReBIT.
22
6. Neither the contract nor any rights granted under the contract may be assigned
or otherwise transferred, in whole or in part, by the Bidder without advance
written consent of ReBIT and any such assignment or transfer otherwise made
by the Bidder shall be void and of no effect.
7. Bidder is not authorized to assign the RFP to any other entity without ReBIT’s
prior written approval. Sub-Contractor, if any, must be clearly identified in
technical proposal bid grid.
8. Bidder is not authorized to float the RFP for appointment of General Contractor
for execution of work or to any other entity without ReBIT’s prior written
approval.
9. Bidder is not authorized to participate in any manner directly/indirectly in the
RFP of Appointment of General Contractor for execution of work.
4.15 Confidentiality
1. The Bidder shall treat all documents, information, data and communication of
and with ReBIT as privileged and confidential and shall be bound by the terms
and conditions of the Non-Disclosure Agreement, if applicable.
2. The Bidder shall not, without ReBIT’ s prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, sample or
information or data or drawings / designs furnished by or on behalf of ReBIT
in connection therewith, to any person other than a person employed by the
Bidder in the performance of the Contract. Disclosure to any such employed
person shall be made in utmost confidence and shall extend only so far as may
be necessary and relevant for purpose of such performance and shall be
subject to the terms and conditions of the Non-Disclosure Agreement (if
applicable)
3. The Bidder shall not, without ReBIT’ s prior written consent, make use of any
document, data or information etc., enumerated in this Bid Documents save
and except for due performance and observance of the Contract
4. Any document, other than the Contract itself, enumerated in this Bid
Documents shall remain the property of ReBIT and shall be returned (in all
copies) to ReBIT on completion of the Bidder’s performance under and in
accordance with the Contract, if so required by ReBIT.
4.16 Ownership of Documents and Data
1. ReBIT shall own the documents, prepared by or for the Bidder arising out of or
in connection with this Contract.
2. Forthwith upon expiry or earlier termination of this Contract and at any other
time on demand by ReBIT, the Bidder shall deliver to ReBIT all documents
provided by or originating from ReBIT and all documents produced by or from
or for the Bidder in the course of performing the Services, unless otherwise
directed in writing by ReBIT at no additional cost
3. The Bidder shall not, without the prior written consent of ReBIT, store, copy,
distribute or retain any such documents.
23
4.17 Contact
Recipients are required to direct all communications related to this RFP, through the
below nominated point of contact only:
Email: [email protected]
24
5 RFP Technical Bid Form
RESERVE BANK INFORMATION TECHNOLOGY PVT LTD (ReBIT)
APPOINTMENT OF DESIGN CONSULTANT FOR OFFICE PREMISES AT MINDSPACE
JUINAGAR, BUILDING-1, UNIT NO 602, 6TH FLOOR, JUINAGAR, NAVI MUMBAI
(TO BE SUBMITTED WITH TECHNICAL BID IN ENVELOPE)
The RFP consists of two parts viz. Technical Bid and Commercial Bid. Separate technical
and commercial bids are to be submitted by each bidder. The technical bid and
commercial bid shall be kept separate in sealed envelopes super scribed with
“Technical Bid” (Envelope I) and “Commercial Bid” (Envelope II) and both of them to be
in turn placed in a single envelope super scribing with the legend “REBIT Offers for
Techno-Commercial Bid” (Envelope III)
1 The terms and conditions which shall form part of the tender/RFP must be
submitted by the tenderers.
2 Proposal/sealed Bid received by ReBIT after due date and time i.e. Jun 28,
2018, 12:00 PM shall not be considered and hence rejected.
3 All tenderers are requested to submit the tender/RFP documents (TECHNICAL
BID and COMMERCIAL BID) duly filled in with complete and correct information
along with relevant documents at the following address:
“Reserve Bank Information Technology Pvt Ltd (ReBIT)
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center, Sector 30A,
Vashi, Navi Mumbai – 400703”
ORIENTAL REBIT OF COMMERCE
Cluster Monitoring Head (Services)-navi Mumbai
India
Amman Chambers,1st Floor
Veer Sarkar Marg,Prabhadevi
Mumbai-400025
CONTACT PERSON: Atul Saini-Chief Manager - Office Tel-022-4343 4614
4 All columns of the RFP must be suitably filled in and no column should be left
blank. All the pages of the tender documents are to be signed by the
authorized signatory of the tenderer. ReBIT reserves the right to reject the
incomplete tender.
5 In case the space in the tender document is found insufficient, the tenderers
may attach separate sheets duly signed.
6 There will be a Pre Bid Meeting conducted on Jun 14, 2018, to answer any
queries relating to the tender to likely bidders at the following address:-
Reserve Bank Information Technology Pvt Ltd (ReBIT)
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center, Sector 30A,
Vashi, Navi Mumbai – 400703
7 The offer shall remain valid at least for a period of 6 months (180 days) to be
reckoned from the last date of submission of offer.
25
8 The technical bid alone will be opened at Jun 28, 2018, 12:30 PM in the
presence of procurement committee constituted for the purpose. The details
of tender notice/RFP will be available on site
https://www.rebit.org.in/procurement.html
9 ReBIT reserves the right to accept or reject any or all the tenders without
assigning any reason whatsoever thereof.
10 Tenderer should submit soft copy of technical/design details includes
Capability presentation, Concept design, Floor layouts/drawings, Material
Specifications, Consultant List, in DVD/Pen drive shall be part of Technical bid
envelope.
11 The bids will be evaluated on a Techno-Commercial basis on the following
parameters viz. giving weightage to the qualitative aspects in various
parameters as mentioned in the Scoring Matrix attached below.
ReBIT will open the commercial bids of up to 5 offers which qualify in Technical
Bids in Technical Evaluation, depending upon the responses received to the
offer.
After going through technical bid response and Design presentation, ReBIT will
proceed to score each bidder against the criteria as outlined in the Scoring
matrix (Clause-23). To qualify in Commercial bid evaluation, bidder should
score Min. 75% in Technical Bid evaluation. However ReBIT reserves the right
to relax any of the parameters if need arise.
Having established the technical competency of up to 5 bidders, ReBIT will
evaluate the total scores as mentioned in the Scoring & Evaluation
Criteria section (Clause-8) and award the bid to the bidder with the highest
score.
12 The prospective Bidder who plans to respond to this RFP is required to submit
the bid earnest money (refundable after 30 days of signing of the contract with
the successful bidder against submission of Performance guarantee to the
following):
Chief Executive Officer, Reserve Bank Information Technology Pvt Ltd (ReBIT)
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center, Sector 30A,
Vashi, Navi Mumbai – 400703
Earnest Deposit Money (EMD) of INR 50,000/- (Indian Rupees Fifty Thousand
Only) by way of Demand Draft (DD) is to be submitted along with the technical
bid. The failure or omission to deposit or keep deposited the Earnest Money
shall disqualify the Bidder. No interest shall be payable by ReBIT in respect of
such deposited Earnest Money. The Earnest Money of an unsuccessful Bidder
shall be refunded within 30 days after the final decision on the Bids.
26
ReBIT may call for any clarifications / additional particulars required, if any, on the
minimum eligibility criteria / technical / commercial bids submitted. The Bidder’s offer
may be disqualified, if the clarifications / additional particulars sought are not
submitted within the specified date and time.
I/We hereby state that the above information is true and we have gone through the
Tender Document and we undertake that we have understood all the terms and
conditions.
-------------------------------------- (Signature and name of authorized person for the Bidder)
Place:
Date: Signatory and seal of the company
6 RFP Commercial Bid Form
PROPOSAL FORM DATED: _____________________
Name of Bidder: ___________________________________________________
Which Bidder is an (Individual; partnership ;.) registered in the State of
___________ and whose principal place of business is: ___________________
________________________________________________________________
Telephone No. ________________________________
Fax No. __________________________________________________
Email address_________________________________
Website ___________________________
The above named Bidder affirms and declares:
a. That the Bidder has carefully read the instructions to Bidders herewith in this RFP
document and accepts all the provisions thereof.
b. That this bid is made without any connection with any other person, firm or
making a bid for the same work and is in all respects fair and without collusion or
fraud.
c. That the Bidder has carefully examined the Scope of Services and all other bid
material furnished to him and will execute all requirements thereof for in
accordance with the following fees/charges:
<Mention total fees/charges in figures and words including applicable taxes >
Commercial bid valuation shall be considered as below in case of any kind of
discrepancy:
If there is a discrepancy between words and figures, the amount in words shall
prevail,
If there is discrepancy between unit price and total price, the unit price shall
prevail,
If there is a discrepancy in the total, the correct total shall be arrived at by ReBIT.
In case the Bidder does not accept the correction of the errors as stated above, the bid
shall be rejected.
ReBIT reserves the right to renegotiate any terms (Price / Technical) further with the
successful Bidder.
<Include Design Services Fee (Clause 7 below as part of the Commercial Bid Form)>
28
7 Design Services Fee
This offer is valid for the period of Six months from the date of submission of this
bid .
The Bidder proposes to provide Design Services including space planning, Acoustics
services, structural consultancy for slab strengthening in heavy load area, Cafeteria
Services (Kitchen Consultancy), with all M&E services such as Electrical, HVAC
Lighting, Security systems, BMS, Plumbing ,Fire Fighting services, IT Infrastructure
(Both Active & Passive), Testing & commissioning with separate proposal for LEED
consultancy for the proposed facility as described in this document & including
overhead [office expenses] and profit as outlined in this attached documents for a
guaranteed fee (excluding all statutory taxes) of:
<Mention total fees/charges in figures and words >
The fee should be provided as per following scope:
I. FEE PROPOSAL COST
A-Fee Breakdown For Basic Scope of Services:
Preconstruction Stage including Detail designing and
Procurement
Programming/Site Survey INR 0.00
Concept Design Finalization ( including initial
site theodolite Survey, Space Planning, Test
fits, Layouts, acoustic survey, acoustic
recommendations for designing, MEP Design
& document for client approval and tendering
and 3D views preparation & Approvals from
Client.
INR 0.00
Detailed Design Development including
finalization and release of tender documents
(Drawings & BOQs)
INR 0.00
B-Other Consultancy Services:
Branding & Signage’s Consultancy
29
Kitchen Consultancy for Cafeteria & Pantry
Services
Acoustic Consultancy
Structural Consultancy (only for slab
strengthening for client specific Heavy
loading requirements)
IT Consultant (Both Active and Passive)
C- Fee Breakdown For Basic Scope of Services:
Construction Stage
Construction Documentation - Architectural INR 0.00
Construction Documentation MEP Engineering Services INR 0.00
Construction Documentation acoustic Services INR 0.00
Construction Documentation IT Services INR 0.00
D- Project Close-out Phase (documents handover, Technical
Handover and Commercial Closer ) INR 0.00
Total Base Fee: A+B+C+D INR 0.00
Taxes INR 0.00
Grand Total INR 0.00
E-Fee Breakdown For Additional/Optional Scope of Services:
LEED Consultancy including submission and
certification to IGBC with all related
coordination & documentation shall also
inclusive of Lighting & T&C as per LEED
requirements
INR 0.00
Design Walkthrough INR 0.00
IT Active and passive Networking consultancy INR 0.00
F-Statutory Approval (Local Authority)-
Building permits & Statutory Approvals for obtaining NOC for
commencement of fit-out works & Completion Certificate
INR 0.00
(ADD CATEGORIES AND AMOUNTS AS REQUIRED)
Total Fee for Additional/Optional Services: INR 0.00
Total (Base + Additional) Fees:
A+B+C+D+E+F
(include all additional categories beyond F if applicable)
INR 0.00
Taxes INR 0.00
Grand Total INR 0.00
<Mention grant total fees/charges in figures and words >
30
I/We hereby state that the above information is true and we have gone through the
Tender Document and we undertake that we have understood all the terms and
conditions.
-------------------------------------- (Signature and name of authorized person for the Bidder)
Place:
Date: Signatory and seal of the company
31
8 Scoring Matrix for Technical Evaluation
Sr.
No Parameter Scoring Logic
Max.
Weightage
1 Presentation 35
A
Quality of Presentation-
Based on Content: Capability, Project
Understanding, Design Concept
layout, Space utilization, Area
statement, Look & Feel, 3D views,
Brief of Consultants involved in
project, Case study of past Executed
IT/ITES project.
1= Poor, 2= Ave, 3 = Good, 4=
Excellent, 5= Outstanding 5
B
Approach to Space planning &
adjacencies-
Based on proposed Layouts, Project
Understanding, Space utilization, Area
statement, Look & Feel, 3D views,
Material Specification, Requirement
fulfilment, Design thought process
Clarity of approach 1= Poor, 2= Ave, 3 = Good, 4=
Excellent, 5= Outstanding 5
Look & Feel ,3D Views 1= Poor, 2= Ave, 3 = Good, 4=
Excellent, 5= Outstanding 5
Multifunction use of Space 1= Poor, 2= Ave, 3 = Good, 4=
Excellent, 5= Outstanding 5
Achieved Number of Headcount &
Requirement Fulfillment
Design for 160 Headcounts- 5
Design for 159-150
Headcounts- 3
Less than 150 Headcounts- 1
5
C Example of Innovative Design-
Capturing all the Requirement with
Innovative Ideas/Design,
Automation, IT infra, Services
design Calculation's
1= Poor, 3= Ave, 5 = Good,
8= Excellent, 10=
Outstanding
10
2 Proposed Design Team 25
A Design Consultant's team Experience
(CV should be submitted)
More than 15 Years’
experience- 5
Experience between 11-15
Years Exp. -3
Less Than 10 Years-1
5
B Associated Consultant
MEP Consultant (Mechanical /
Electrical / Plumbing) (CV should be
submitted)
More than 12 Years’
experience- 5
Experience between 11-12
Years-3
Experience Less Than 10
Years-1
5
LEED/Structural Consultant (CV
should be submitted)
More than 12 Years’
experience- 5
Experience between 11-12
Years-3
5
32
Experience Less Than 10
Years-1
AV/Lighting/Acoustic Consultant (CV
should be submitted)
More than 12 Years’
experience- 5
Experience between 11-12
Years-3
Experience Less Than 10
Years-1
5
IT (Active and Passive) Consultant ( CV
should be submitted)
More than 12 Years’
experience- 5
Experience between 11-12
Years-3
Experience Less Than 10
Years-1
5
3 Previous projects
Aesthetics capturing all the
design parameters of
previous executed projects
20
Aesthetics & Efficiency of design 1= Poor, 2= Ave, 3 = Good, 4=
Excellent, 5= Outstanding 5
Client references (Bidder should
provide contact details of concern
person for all the completed projects.)
1= Poor, 2= Ave, 3 = Good, 4=
Excellent, 5= Outstanding 5
Experience of Architect cum
Consultancy services such as
architectural, structural, engineering,
all internal and external services such
as electrical, plumbing, water supply,
storm water drainage, firefighting,
Acoustic, MEP & IT Infrastructure
(Passive & Active)in Government,
PSU's sectors
Completed 5 projects- 5
Completed 3 projects- 3
Completed 1 projects- 1
5
Previous completed project with
IT/ITES Companies in Navi
Mumbai/Mumbai Area.
Executed More Than 7
projects- 5
Executed 7 projects- 4
Executed 6-5 Projects- 3
Executed 4-3 Projects- 2
Executed Less than 3 Projects-
1
5
4 Resources with the firm
Firm more than 80nos.
Employees- 5
Firm Between 80- 50nos.
Employees- 3
Firm Less than 50
Employees- 1
5
5 Estimated Budget for proposed
design (Mid-Range Project)
(Single line cost summary for each
package along with proposed Material
Consideration and Specifications to be
filled in Annex-F)
1= Poor, 3= Ave, 5 = Good, 8=
Excellent, 10= Outstanding 10
33
6 Financial Stability
Annual Turnover more than
15 cr.- 5
Annual Turnover Between
15-12 cr.- 3
Annual Turnover Between
12-10 cr.- 1
5
TOTAL 100
Note- All the bidder should submit relevant documents as proof of the fulfilment of above
parameters.
34
9 ReBIT’s REQUREMENT/WISH LIST
9.1 Color code/theme
35
9.2 Interior Fit out Requirement
Sr. No SPACES / ITEMS REQUIRED
Revisions In
the
Requirement
Nos /
Client
Comments
1 General
1 Splitting of spaces (on floor / between floors)
2 Functions & requirement of all spaces
3 Grouping of various spaces - Spaces that
need to be clubbed together
4 Spaces that need to be accessed directly
from Lift lobby & reception
5 Areas that require spill out spaces in front
6 Areas that require special treatment (if any)
7 Area per Seat (if any) 60- 80 Sq.
Ft.
8 Total Headcount (with hierarchy matrix) 150 no.
9 Ratio of male: female 60%:40%
2 Norms
1 Any specific norms to be followed (Local bye
laws, NBC, NFPA etc)
As per Fire
Norms/NBC
2 Aisle distance between two rows of
workstation
As per Fire
Norms/NBC
3 All Passage widths As per Fire
Norms/NBC
4 Fire exit passage widths - passage leading to
fire exit staircases or fire exits
As per Fire
Norms/NBC
5 Travel distance from any point to the nearest
Fire exit or fire exit staircases as per norms
As per Fire
Norms/NBC
3 Corporate standards
1 Net space per person As per
standard
36
2 Workstation sizes As per
standard
3 Cabin sizes As per
standard
4 Color scheme
Blue &
Green
(Corporate
Standard)
5 Internal signage Yes
6 External signage No
7 Branding requirement Yes
4 Entrance
1 Lobby 0
2 Reception 1
3 Waiting 6-8 no’s
4 Toilets
Common
Visitor’s
toilet
available
5 Security personnel room 1
5 Area adjacent to reception
1 Meeting rooms 2no -6
seaters
2 Executive lounge
A warm and
welcoming
lounge with
cozy
furniture
and smell of
coffee: D
3 Dispatch/mail room NA
4 Area for tel. operator NA
5 Security access to office Yes
6 Work Stations
1 Overall Size As per
standard
2 Type - Bench Type / Cubicle type Mix match
of linear
37
and
90degree
w/s.
3 Storage units in Workstation area Yes
4 Overhead storage units Yes for
cabins
5 Printer bays in Workstation area YES
6 Printer bays in cabin area No
7 Discussion Tables in Workstation area
(2 to 3 seaters) Yes
8 Monitor size and no. per work station
provision
for both
Monitor &
Laptops for
150
headcounts
9 Type of Monitor (Conventional / TFT/ LCD) LCD
10 Keyboard YES
11 CPU trolley NA
12 Pin up soft board yes
13 White board yes
14 Nature of files used. BOX & FLAT
FILES
15 Height of partitions Standard
16 No. of ups power points 2 for each
17 No. of raw power points 2 for each
18 No. of data / voice points 2 data point
each
19 Task lighting NA
7 Executive cabins
1 Overall size
5 for
vertical
heads & 1
for CEO.
CEO cabin
should have
VC facility.
2 Rear credenza Yes
38
3 Storage facility Yes 2 no’s
4 Front partition materials
Opaque
Glass
partition
5 Type of furniture required (Modular /
Custom made)
Modular
furniture
6 Type of visitor seating required (formal seat
/ casual sofa) Formal seat
8 Board Room
1 Size
20 seaters
(Convertible
to training
rooms)
2 Board Room Table (Modular or Customized) Modular
3 Projection Facilities Yes
4 Separate Servery counter required? Yes
5 Separate Waiting Area NA
9 Meeting / Interview Rooms / Conference
Room
1 Number of meeting rooms required.
2 Capacity
A 4 Seated Meeting Room
2-4 (All the
rooms
should be
clubbed and
converted to
bigger
rooms)
Good to have
at the
Reception
B 6 Seated Meeting Room 3
C 8 Seated Meeting Room 3
D 10 Seated Meeting Room 0
E 12 Seated Meeting Room 0
F 14 Seated Meeting Room 0
3 Interview Rooms 0
4 Training Rooms
Board room
can be
converted
39
into training
room
5 Projection facilities (for each) YES
6 Location Preference
Center/near
to executive
cabins
7 Prayer/yoga room Yes - 1no
8 Rest/doctors room Yes -1 no
9 Toll/telephone booths 3-4 nos.
10 Toilets
1 Visitors Toilets
Available in
common
area
2 Ladies Toilet Provided by
Base builder
3 Gents Toilet Provided by
Base builder
4 Handicap Access Toilet Provided by
Base builder
5 Is Buzzer required in Handicap toilet? No
6 Toilet (Conventional / Modular) Partitions Provided by
Base builder
11 Utilities Room
1 Server Room
A Size of Room 250 Sqt Ft
B Location preference
adjacent
wall not
exposed to
neighboring
tenant
C EPABX (Part of server room / separate) no
D Whether separate panel room required for
network admin? no
E Security Requirement yes
F Number of industrial socket per rack As per
design
2 UPS room Yes
40
3 Hub Room No
4 PAC Room Yes
5 Add if any
BMS/CCTV
monitoring
room
12 Cafeteria & Pantry Room
1 Cafeteria 1
A Size of Cafeteria
For min. 40
no’s
seating’s
with
bainmarie
facility.
B Details of equipment proposed
yes Vending
machine,
snack
vending
machine,
toaster, 2
Microwaves,
refrigerator,
Induction
cooktop
C Kitchen Store Yes
D Plate Disposal Yes
E Greece Trap Yes
F Hand wash Yes
G Cash Counter NA
2 Pantry
Inside
cafeteria.
Apart from
that builder
has
provided a
space for
pantry.
A Size of pantry Refer above
B Details of equipment proposed
Tea and
Coffee
maker,
Water
dispenser/fr
eezer and
RO as well.
41
C Seating
Not
required.
Already
provided in
Cafeteria.
13 Other spaces
1 Library
Only
Shelving
and 1 table
2 Telepresence room NA
3 Compactor room NA
4 Electrical / Panel room Provided by
builder
5 Repro / Photocopying Yes in
central area
6 Communication Room NA
7 First Aid/Medical Room
Doctors
room as
mentioned
above
8 Store room A small one
A Numbers 1
B Size Small
C Any specific Requirement
9 Lockers Yes
A Numbers 2
B Size 4 ft X 4Ft
C Any specific Requirement
10 Recreation Space
Indoor
games room
and
gymnasium(
including
Shower &
changing
room)
11 Passages As per
standard
42
12 Display area for products NA
13 Stores for components
14 Printers 2 no. (MFD)
15 Repairing and servicing facility NA
14 Additional Information
1 Departments to occupy space
Open office
concept
preferable
2 Details of proximity of departments to each
other
3 Departments interacting with visitors
4 Strength of each department
5 Hierarchy of staff (if any) to be maintained
6
If any workspace if regarded as non
dedicated (in case of occupants with field
activities)
7 Open office concept preferable or closed
cabins for staff required
Open office
concept
preferable
8 Town hall requirement
Yes in
Cafeteria or
if possible a
small am
phi Theatre
9 If any landscaping/ structural work to be
done.
provision to
be made
10 Preferences if any for finishing materials and
surfaces.
Carpet floor
for office
area, Hard
flooring for
café and
reception.
15 Interiors
1 Partitions
A Type of partitions required for various
spaces
Gypsum
partitions
(with proper
acoustic)
43
B Glass partitions
Yes.
Modular
with proper
acoustical
property.
C Fire rated partitions (fire rating Hours) - for
which spaces
All critical
areas
should be
fire
rated/block
masonry.
D Acoustically treated partitions for which
spaces
Yes. All
enclosed
areas
should have
acoustic
treatment.
E Modular partitions
2 Flooring
A False Flooring required for entire floor plate
(or) only for specific areas
Only office
area. Café
and
reception
should be
hard
flooring.
Server
room/UPS
room/etc.
should have
antistatic
false floor.
B Height of false flooring required
150mm in
office area.
400 to
450mm in
critical
rooms.
C Handicap access required - in areas with
false flooring - ramps etc. Yes
D
In all spaces is carpet required over false
flooring - for areas such as server room -
carpet not required over false flooring
Only Office
area should
have carpet
3 Stepped Flooring
A Is stepped flooring required for any spaces
such as Training room etc. No
44
4 False ceiling
A Any specific Acoustic value required by
Client
5 Doors
A Revolving doors - required only at lift lobby
& reception - Areas to be confirmed No
B Requirement of Fire rated doors for which
spaces
Critical
rooms only
C Labs - Double leaf doors - required? For
movement of equipment
D Glass door for which spaces
6 Furniture
A Office Chair (any special requirement)
Indigenous
(for min.
lead time)
B Workstation/Meeting Tables
Indigenous
(for min.
lead time)
C Cafeteria Furniture
Indigenous
(for min.
lead time)
D Pantry Furniture Not
required
E Reception / lobby furniture Sofa seating
F Lab Furniture (Tables etc.) Not
required.
7 Strengthening of slab
A
Area with heavy loads - spaces with details of
equipment load required - to cross check the
slab load carrying capacity - if equipment
load is beyond the slab load - then slab
needs to be strengthened
UPS room if
battery load
exceed the
load bearing
capacity of
slab.
16 Air Conditioning (HVAC) Requirements
1 Required Temperature & RH value at various
spaces / End conditions
A Office Area As per
standard
45
B Cafeteria As per
standard
C Server Room 24X7
2 Rack/equipment details of all lab required to
work out heat loads
3 Spaces which require 24 x 7 AC supply Server room
4 Back up air conditioning requirement (for
areas such as Server Room) Standby
5 VAV System Yes
6 Dust Control Filters Yes
7 All labs require PAC units - any exceptions Yes in
Server room
8 Specialized Requirements
9 Corporate Standards
10 High Side (Chiller / AHU) Provided by
base builder
17 Electrical
1 Incoming Capacity As per
design
2 Generators Base Builder
to provide
3 Dual source of power supply required for
which areas
4 UPS configuration - Separate for Server &
Workstations? (N+N or N+1)
5 Labs require any separate UPS supply or will
it be served from Common UPS bank
6 Server room load
7 UPS input load
8 Piped music system
9 Fire detection system
10 Fire Suppression System
11 Standard pc power requirement
12 Electrical (UPS & Raw power Socket
requirement) of various spaces
A Meeting rooms
46
B Training rooms
C Hub rooms, Server rooms etc. Yes
D Labs etc.
13 Lighting Requirement
A
Lights with dimmable ballast - with dimmer
control - required for which spaces? (Board
room, Video conferencing rooms etc.)
Yes
B Requirement of emergency lights for various
spaces with switch control or not Yes
C Any other specialized lights required - any
specific requirement from Client
D Separate UPS for emergency Lights Yes
18 AV
1 AV requirement of various spaces (brief to be
confirmed by Client)
A Training rooms yes
B Town Hall Room yes
C Video conferencing rooms All Meeting
Rooms
D Meeting rooms (Room Wizard System) Every room
E Labs (if any)
2 Plasma requirement Yes
3 Projector requirement (Manual or motorized) Yes.
4 Screen (Manual or motorized) Motorized
screen
5 Audio Conferencing requirement yes
6 Video conferencing requirement All Meeting
Rooms
19 Sprinkler
1 As per Builder's requirement & as per local
Bye-laws Ok
20 Public Address System
1 Any specific requirement from Client
47
2 PA - only announcement in case of fire Yes
3 Is PA required for playing music also Yes
21 Fire Detection & Alarm System
1 Any specific requirement from Client As per
norms
2 Provision of detectors, hooters, response
indicators etc. as per norms?
Yes. VESDA
also to be
added.
22 Access Control
1 Any specific requirement from Client
2 Access control required for which spaces
Server room
, entrance,
lab
3 Is access control required for main doors -
leading into workstation area
Access
control to
workstation
areas
4 Type of access control required for server
room
Biometric/C
ard reader
5 Type of access control required for fire doors as per
standard
6 Type of access control required for labs,
other spaces
Biometric/C
ard reader
7 Any specific area with restricted access
23 CCTV
1 Any specific requirement from Client
2 CCTV required for which spaces
Workstation
area, server
room,
common
area,
entrance
lobby
3 Conventional / IP based? IP based
system
48
4 No. of days of recording required
30 days
recording at
a minimum
24 Acoustic Treatment
1 Acoustic treatment required for which spaces Yes
2 Level of DBs to be achieved As per
Norms
25 BMS Requirement Yes
26 Green Building Requirement Yes
Notes
Any comments / requirement from Client side facility team to be recorded at this stage
EMPLOYEE WISH LIST
Category Wish / Idea
Must-
have /
Nice-to-
have
REMARK
Décor A blue and green theme reflecting the ReBIT
brand
Must to
have Ok
Décor Books plants and photos to add character Nice-to-
have Ok
Décor
An employee corner / wall where employees
can put up their 'creations' - art / posters /
graffiti – Anything
Nice-to-
have OK
Design Games area like : Jenga, carom, chess, foosball,
dartboard etc
Must-
have
Indoor Games
Room.
Design Agile workspaces Must-
have Ok
Design
Some TV screens in common areas as display
boards (for day-to-day activities, policy
awareness, events etc.)
Must-
have
Cafeteria & Games
room will have
provision of TV
Screens
Design A stand up meeting room (high tables) with
timer set to 15 minutes!
Must-
have
This design should
be considered as
we are thinking of
having an agile
workplace
49
Design Lab for Forensics team;
A dedicated lab for malware analysis
Must-
have
Requirement to be
discussed with
Forensic team, a
separate workspace
will be allocated to
each team
Design
Office design to have consideration for
differently abled persons - for example, slope
in addition to steps, lift number by audio
(indicative examples)
Must-
have ok
Design
Individual sittings on their desk should get
metallic cover on their office table which block
view to adjacent users to ensure focus of work.
Must-
have
Work desk will be
designed in such a
manner that there
will be a partition
between adjacent
user
Design Adding a Library with 'no talking' rule Nice-to-
have Ok
Facilities 3 X6 Size board for tracking (Kanban Board) for
tracking the Maintenance & Operate room
Must-
have Ok
Facilities Training room / conference room that can seat
large numbers
Must-
have
As discussed,
Board room can be
converted into
Training room
Facilities
white boards / glass boards (many would agree
on this) as this brings creativity even to regular
discussions
Must-
have
All Meeting rooms
should have a
white board
Facilities Office should have a place to keep blazers Must-
have Required
Facilities Good to have lockers for guys who are always
on the go for work like System Audit team.
Must-
have Required
Facilities TV/Projectors with HDMI cable in all meeting
rooms. Chromecast even better.
Must-
have Ok
Facilities
Video conferencing facility in most meeting
rooms
Conference room with audio bridge such as
polycom in case of video facility is not
available.
Must-
have ok
Facilities
Switch on-off of lights can be automated. If
there is no movement, the lights are switched
off and switch on again once it notices
movement. This is a new trend to save
electricity
Nice-to-
have Considered
Furniture A warm and welcoming lounge with cozy
furniture and smell of coffee
Must-
have At reception
Furniture A wooden tree stand near the lobby for
umbrellas - given its Mumbai!
Must-
have Required
Furniture Drawers / lockers near desks as well as a few
lockers in common areas
Must-
have
Work stations,
Cabins with lock n
key storage and
Storage in common
areas and nearby
work stations
50
Furniture We could also have Blue and green color sofas
at the reception / meeting rooms
Nice-to-
have Ok
Work desk Extra screens on workstations - helps a lot
while presenting our work and discussing.
Must-
have
All desk should
have a provision of
attaching an extra
screen
Work desk VOIP / landline phones Must-
have Required
Work desk
Office chairs should be comfortable to ensure
the posture is managed while working on
laptop
Must-
have Ok
Work desk
Office table height and chair height should be
selected in a way employees should be able to
maintain the good posture while working on
laptop
Must-
have Ok
51
10 Abbreviations
RFP- Request for Proposal
BOQ- Bill Of Quantities
FF&E- Fixed furniture and equipment’s
AV- Audio & Video System
HVAC- Heat Ventilation Air-conditioning System
FAPA- Fire Alarm & Public Addressable system
MEP- Mechanical, Electrical & Plumbing Package
BMS- Building Management System
GFC Drawing- Good for Construction Drawing
GC- General Contract
52
ANNEXURE-A SCOPE OF ARCHITECTURAL SERVICES
The Interior Design Consultancy including Space planning, Acoustics services,
structural consultancy for slab strengthening in heavy load area, Cafeteria
Services (Kitchen Consultancy), with all M&E services such as Electrical, HVAC
Lighting, Security systems (ACS-CCTV), BMS, Plumbing, Fire Fighting services, IT
Infrastructure (Active and passive both), FA-PA, AV (if require) and Testing &
commissioning and LEED consultancy from initial stage till obtaining LEED
certificate shall be executed as a single window from the Architectural firm & the
overall responsibility & accountability of the total project design including all
services shall be with the Architectural firm. The Architect shall include competent
Consultants as part of the Design Consultant team, who shall be specialists in
their respective disciplines where required & shall provide the services as
mentioned in the document
THIS STAGE OF WORK SHALL INCLUDE FOLLOWS;
1. PRELIMINARY PROPOSAL STAGE:
• Review, study and analyze the brief & design concept for Architectural and
M&E Services as provided by Project Managers / Client.
• Study the status of Base Building and the services installed/proposed by the
Developer / Base Builder & recommend the design as per requirement.
• Study location in depth to facilitate integration of the requirements of Client.
• Prepare preliminary report with spatial planning, allocation of all
infrastructure support with cost benefit analysis including budgeted cost.
• Proposing any unique innovative idea.
• Value Engineering for the project.
2. SCHEMATIC DESIGN STAGE:
• Develop alternative proposals on spatial planning based on feedback and
input from the Client.
• Prepare project Schedule preliminaries for Clients approvals.
• Prepare Alternatives in Budget Proposals for Clients approval.
• Submit Project Coordination chart.
• Advice Project Manager/Client on long-lead purchase items and create action
plan.
• Advice Project Managers/Client on Governmental and statutory requirements.
• Finalization of Concept Designs & 3D views. (3D views need to be generated
till acceptance of the client)
• Prepare and present 3D Walkthroughs of the layouts and space planning.
53
• Create a comparative statement on product specifications and recommended
makes.
• Advising in short listing of Vendors to Project Manager/client and help in
Technical negotiating process.
• Preparation of Bill of Quantities and Tender Schedules and good for
construction Drawings schedules.
• Delivery schedule of good for construction drawings.
• Attend, as appropriate, regular Client and design team meetings
• Liaise, as appropriate, with the Operator’s design team
• Appoint a Single point of Contact- Project Coordinator to represent your team
3. TENDER STAGE AND FINALIZATION OF CONTRACT:
• Prepare and assess Vendor Contract documentation formats.
• Short list and create capability reports of Vendors for consideration including
preferred Vendor proposed by Project Manager.
• Prepare, assess and advice on detailed Tender documentation with all Tender
Drawings, Estimation and Specification for Floating Commercial Tenders
for Bids from Vendors.
• Co-ordinate with LEED consultant who will be working under him to vet the
specification which should be in line with LEED requirements.
• Provide all documentation and reports as requested by Project Manager based
on predetermined formats and time schedules.
• Prepare & assess the comparatives bids received from the vendors with
recommendation & evaluation of the rates.
4. CONSTRUCTION STAGE:
• Review & issue 6 sets (not less than A1 size) of each detailed construction
drawings for the execution of work at site.
• Attend site meetings and all coordination meeting with all Vendors and
consultants, chaired by Project Manager. The principal designer and M&E
consultants must attend all site meetings.
• Carry out frequent quality assurance checks & submit the reports to the
Project managers.
• Monitor & approve quality of Materials coming at site and Works being
executed.
• To witness & approve the testing & commissioning of the services required
the different stages of the project.
• To monitor & control the project cost & track the budget as per the approved
drawings & Provide Budget tracking statements to the project manager on
regular basis.
54
• Co-ordinate & Cooperate fully with Project Manager (PMC) for timely
completion of the Project & recommend mitigation plans to expedite works if
required.
• Co-ordinate with LEED Consultant who will be working under him for
completing the documentation pertaining to LEED certification and submit the
application to USGBC.
• Assist the Project Managers to interact with Building Owner to understand,
integrate and link the services to the Building services.
• Provision of dedicated Project location-based Design Consultant and M&E
representatives to provide all necessary clarification required on design,
coordination, changes etc., throughout the construction stage.
5. POST CONSTRUCTION STAGE:
• Witness of testing & commissioning of all design, services & utilities and
approve the same.
• Prepare ‘As-Built drawings’ for interior and architectural services & review ‘As-
built drawings’ for MEP services & detailed project reports in coordination
with the respective Agencies and ensure correctness.
• Check and approve completion of Works in consultation with the Project
Managers.
• Provide proper Justifications, review and approve rate analysis for all extra
items and all Variations from the Tender BOQs to enable review and approval
by Client.
• Prepare Snag Lists with help of Project Manager & review/approve after
rectifications by the vendor.
• Help Project Managers to negotiate on A.M.C. Contracts, retention periods
and guarantee time frame, if required.
• Architect will be responsible for co-ordination with LEED Consultant for
obtaining the LEED Certificate on behalf of ReBIT and submit the same to
ReBIT.
55
ANNEXURE-B SCOPE OF ACCOUSTIC CONSULTANT
Acoustics consultancy service comprising of followings: -
Deliverables: -
1. Acoustical Study, Review and Design Management
2. Preparation of Concept Design Report & Design presentation of Acoustic
isolation design and consultation against airborne sound / noise disturbances –
ambient noise, traffic, etc.
3. Providing Acoustic general consultancy for sound / noise isolation,
transmission and absorption as required in the building with review of
architectural plans
4. Preparation Coordinated Concept Design Drawings
5. Providing inputs for all critical equipment’s and same shall be incorporated in
the M & E specifications documents or the interior specification documents.
6. Site coordination with vendor and project team as required
Scope: -
1. Public Area & Room Interior Acoustics Specifications
2. Noise Control / Separation Specifications
3. Recommendations, material specification.
4. Vetting of CAD concept drawings.
5. Review of Acoustical measurable before and after treatment of area’s in scope
6. Interaction and coordination with the concerned authorities and consultants
7. Update design criteria as per Architectural design intents
MINIMUM DOCUMENTATION REQUIREMENTS
Based on the approved concept design and drawings, you shall prepare bill of
quantities and updated cost estimate. You shall provide complete tender
documents along with the specification of all items as specified in the approved
plans and drawings.
The Final drawings will be issued to you in appropriate time. The line items shall
be detailed in an item schedule, with manufacturer reference, Item description,
accessories where applicable, quantity, unit price and total budgetary amount.
Generic specifications shall be provided for all line items and manufacturer
reference for the Client approval. The information provided on the line items
schedules and specification shall enable the tenderers to offer alternative
equivalents.
PROJECT SERVICES
The Services in the above areas shall be executed as a single window from Bidder
and shall include external consultants as part of the Design Consultant team, who
shall be Specialists in their respective disciplines where required.
56
The stages of work shall include.
• Review, study and analyze the brief concept provided by Project Manager /
Client.
• Study location in depth to facilitate integration of the requirements of
Client
• Preparation of design brief and concept presentation.
• Provide detailed BOQ for all AV & Acoustic related works with estimated
cost.
• Co-ordinate with Project Manager for timely completion of the Project.
• Provision of a Project representative to provide all necessary clarification
required on quantities, coordination, changes etc., throughout the time
lines.
Please note the following:
• ReBIT Standards and requirements should be incorporated in to the design
and all design approvals as set down by ReBIT standards should be taken
from ReBIT Technical services team keeping in loop the Project Managers
• The Acoustic Consultant must work with all the Project Participants – Client,
Project Manager, Architect and Client’s other Design Consultants to arrive
at an Integrated Design.
• Working drawings and details should be provided for the above mentioned
items
• Design Consultant has to provide all information as laid down in the
Operator’s brand standards in terms of reports, approvals, drawing
requirements etc. at frequency and stages of construction
Design Consultant to follow design deliverables schedule as provided by Project
Manager / client at all times of the project.
Design Consultant may have to sign the relevant Non-Disclosure agreements as
& when required by the clients.
57
ANNEXURE-C SCOPE OF IT CONSULTANCY SERVICES
Scope of consulting for this engagement is as below
Understanding of overall premises IT requirements from ReBIT IT team
Complete IT Infra Design including both active and passive components
Technical Specification Creation for tender
Technical Solution & Vendor Evaluation
Methodology
Phase 1 – In consulting phase, they create the complete IT Infrastructure solution
design to suite customer’s requirement from the long term perspective (typical IT
lifecycle 5-7 years) post which convert the design into a RFP for various system
integrators to quote.
Phase 2 – In Vendor evaluation phase, go through system integrators proposed
solutions, identify their solutions positives and negatives, identify system
integrators capability and help customer in choosing the right system integrator
for their requirement.
Phase 3 – After buying best solution getting it implemented up to
products/solution capability and ReBIT requirement is important aspect. In
Technical project management phase, control and monitor entire project from
technology side to get best deployment done by vendor of procured solution as
per ReBIT needs.
Deliverables
Phase 1 - Consulting deliverables
Description Activity List Deliverables
Understanding of
overall Premises
IT requirements
Discussions with various stake
holders to understand the detail
requirements
• Current IT Team
• Admin/HR team
• Management team
Requirement
Document
Overall IT Infra
Design
Create Network Architecture /
Design in conjunction with ReBIT IT
team
• Local Area Network – LAN
• Wide Area Network – WAN
• Wireless Network - WLAN
• Structured cabling for Data,
Voice & Video
• IP Telephony Design
• IT Security Infra Design
• Distance Education Infra design
• Server Infra Design
• High Level
Architecture design
• Low level design
58
• IP Addressing planning
• Protocol selection
Technical
Specification Translate design in to technical
specifications
Tender - Technical
Specification
Document
Phase 2 - Vendor Evaluation Deliverables
Description Activity List Deliverables
Technical
Solution &
Vendor
Evaluation
• vendors Solution evaluation
• Vendors implementation
capability evaluation
• Vendors Support capability
evaluation
• Solution Matrix
• Vendor capability
matrix
Phase 3 – Technical Project Management
Description Activity List Deliverables
Technical Project
Management
• Understand ReBIT’s deployment
requirement and provide to
vendor
• Provide list of features and
functionalities to be enabled
• Validate Technical deployment
design
• Validate implementation done
by vendor
• Deployment
Requirement
Document
• Validation of
deployment design
• Validation of
Implementation as
per requirement.
59
ANNEXURE-D SCOPE OF MEP SERVICES
The Scope of services shall consist of MEP Mechanical, Electrical and Plumbing
including Fire safety and security system design consultancy for the ReBIT’s Navi
Mumbai office
THE MEP SCOPE OF WORK TO INCLUDE THE FOLLOWING:
The MEP consultant as the Engineering Design Consultant for all the services and
his scope of works shall be to study in details, the project requirements including
Client’s operational requirements, preparation of economical proposal
considering optimum utilization of space available with the Client and in terms of
initial and running cost, Preparation of design data/calculations, Schematic &
detailed layouts/sections for obtaining approval from Central/State Government
Authorities or any other statuary authorities.
Preparation of detailed technical specification/BOQ/Tender Document,
Preparation of list of specialized agencies, Issue of tender documents to the
Client’s approved agencies, Technical Evaluation of Bids and integrated drawings
showing all distances/levels etc, Scrutiny of Shop Drawings and its approval,
Periodic supervision of execution of works at site as and when required, Scrutiny
and approval of “As Built” drawings/operation & maintenance manuals etc,
random check and quality report then certify the satisfactory completion of the
supply and erection of all items required for the said work, for the above
mentioned project.
SCOPE OF SERVICES:
• Electrical Works:
i. Internal and External Electrical System (HT/LT)
• Review & Advice of base-building Sub-Station, DG Sets and Power
Distribution
• Review & Advice of building Main Panel, Sub-Panels and Electrical
Distribution Network
• Review & Advice of Bus Duct, Rising mains and associated cabling
Network
• Designing Earthing System and Lightening Protection
• Lighting, Utilities and Common Area including conduit and wiring in
slab if required as per design
• Necessary Cabling Network and Feeder Pillars UPS System for
Different requirement, Misc, Administration requirements and
Critical Lighting System
• Facilitation of Electrical System for Kitchen and other operational
equipment’s
ii. Low voltage Engineering System
60
• Fire alarm System including Conduit & Wiring in slab if required as
per design
• Public Address System including Conduit & Wiring in slab if required
as per design
• TV and Music System including Conduit & Wiring in slab if required
as per design
• Access Control, BMS, Security Systems and CCTV System including
Conduit &
Wiring in slab if required as per design
iii. Communication Systems
• Networking and structured cabling (Passive Components) for Voice,
Data System including video conferencing system, Satellite TV
integration with AV, Town hall setup etc.
• Mechanical Works:
• Complete Plumbing System including Water Supply, Hot Water
Supply, Treatment, Storage and Distribution for all wet area
including normal sink to complete café and toilet areas, dry pantry
etc.
• Internal and External Sewerage System including the territory
Sewage Treatment Plant
• Complete wet fire protection system (Fire Hydrants, External Ring
main, Sprinkler System) etc.
• Heating, Ventilation and Air-Conditioning System
Evaluation of Budget & cost of the work
• When the project requirements have been sufficiently identified, the
MEP consultant shall prepare a preliminary estimate of the cost of the
work. This estimate may be based on current area, volume or similar
conceptual estimating techniques.
• If at any time the MEP Consultants estimate of the cost of the work or
the quantities (not more than +/- 5%) exceeds the Client’s Budget, the
MEP Consultant shall make appropriate recommendations to the Client
to adjust the project size, quality or Budget and the Client shall
cooperate the MEP Consultant in making such adjustments if felt
essential.
The MEP Consultant, without additional compensation, shall modify the
documents until project closeout stage, for which the MEP Consultant is
responsible under this Agreement as necessary to comply with the budget for
the cost of the work. The modification of such document shall be the limit of
the MEP Consultants responsibility.
Concept Design Stage
Obtain the Client’s / Operator’s / Project Manager’s requirements and project
timelines.
61
Review, study and analyze the brief & design concept provided by Project
Manager / Client / Operator.
Review operator’s brand standards and incorporate the same into design at all
stages.
Prepare and organize minimum 3 design concept presentations for Client
review.
Coordinate preparation of master program from concept to completion to
record principal activities, identify critical dates and adhere to the same.
Provide Consultants’ programs for production of detailed design information.
Advise the Client on outline base building design concepts, space plans for
selected site. Prepare layouts to determine the suitability of building as per
client’s requirements, both functionally and technically.
Study location in depth to facilitate integration of the requirements of Client
Coordinate preparation of master program from concept to completion to
record principal activities, identify critical dates and adhere to the same.
Provide Consultants’ programs for production of detailed design information.
Prepare preliminary report with spatial planning, allocation of all infrastructure
support.
Incorporate design inputs from the client/ project managers / operator in the
drawing option.
Alternative proposals on spatial planning, layouts including perspectives etc.
to the effect of getting a final signoff on the scheme.
Coordinate on preparation of Design Intent Memorandum
Design & Execution Stage
Develop and finalize alternative proposals on spatial planning based on
feedback and input from the Client and on the basis of the concept design.
Deliverables to include perspectives, proposed material sample etc.
Project Schedule preliminaries.
Alternatives in Budget Proposals
Project Coordination chart
Advice Project Manager on long-lead purchase items and create action plan.
Advice Project Manager on Governmental and statutory requirements.
Create a comparative statement on product specifications and processing of
Vendors to Project Manager.
Coordinate on preparation of Design Intent Memorandum
Tender Stage & Finalization of Contract
Provide Vendor Contract documentation formats for review to Project Manager
to facilitate integration of the general conditions of Contract and Project
Objectives of Client
Short list and create capability reports of Vendors for consideration including
preferred Vendor proposed by Project Manager / Client.
Create detailed Tender documentation with all Tender Drawings, Estimation
and
Specification for Floating Commercial Tenders for Bids from Vendors.
62
Support Project Managers to hold Vendor interaction meeting and ensure a
`Bid Walk’.
Analyze and articulate the received bids to facilitate a fair and even negotiation
platform.
Compile technical & cost comparatives and recommendations based on the
tender negotiations.
Provide all documentation and reports as requested by Project Manager based
on predetermined formats and time schedules.
Adhere to specifications and documentation process formats of Project
Manager, Statutory and process formats specified through Client of any audit
or licensing bodies.
Construction Stage
Provide detailed construction drawings for execution of work at site.
Construction drawings to have all coordinated drawings (location and routing)
and all vendors to have clear demarcated responsibility.
Attend site meetings and all coordination meeting with all vendors and
consultants, chaired by Project Manager.
Carry out Quality assurance checks and adhere to maintain site – Change
Management report.
Co-ordinate with Project Manager for timely completion of the Project.
Ensure completion of Job, Quality expectations, within Cost outlay of the
Project.
Interact & liaise with client to understand, integrate and link the services to
the Building services.
Provide detail justification for necessity of changes in terms of design,
qualities, change order etc.
Provision of a Project Location based representative to provide all necessary
clarification required on design, coordination, changes etc., throughout the
construction stage.
Post Construction Stage
Witness testing & commissioning of all utilities and certify the same.
Arrange to furnish, certify & approve ‘As -built drawings’
Co-ordinate with vendors/contractors/operator and arrange for user manuals
and training to Client’s representatives.
Create Snag lists with Project Managers and follow up action plan.
Help client / Project Manager to negotiate on A.M.C. Contracts, retention
periods and guarantee time frame, if required.
Issue Completion certificates upon completion of all works for respective
packages
Energy system verification to ensure stability and performance as per owner,
project requirement, design and project completion.
Please note that the MEP Design Consultant will be responsible for co-ordination
with all consultants at all stages of the project.
63
Coordination of Appointment:
• MEP Design Consultant will work in close cooperation with the Project
management / Architect other Consultants and assist in the speedy execution
of the project.
• MEP Design Consultant will prepare all drawings required to the project
management and to any other authority whose approval is necessary.
• Any dispute between the Project management and the Consultant shall be
settled as per Indian Arbitration Act.
• Client or Consultant may for any reason terminate this Agreement by giving 1
months’ notice on either side.
Drawings & Documents:
• MEP Design Consultant will be required to submit 6 sets of all drawings and
documents for approval by the Client / for submission to Sanctioning
Authorities (along with soft copies of all drawings – in the form of CDs).
• MEP Design Consultant shall supply 6 sets of final drawings and documents
for our use and execution of work at site (along with soft copies of all drawings
– in the form of CDs).
• MEP Design consultants shall supply required number of drawings / tender
documents for award of works / making agreement with executing agencies /
contractors (along with soft copies of all drawings – in the form of CDs).
• MEP Design Consultant shall make a system exclusively for this project to
ensure timely supply of quality drawings. Timely supply of drawings will be
the essence of this Agreement.
• MEP Design Consultant shall attend regular site meetings held at site to get
firsthand knowledge about status of the project and its requirements in terms
of drawings, decisions etc.
Concept design
Spatial Planning report along with infrastructure support required.
Prepare and organize design concept presentation as per design brief for
Client review.
Presentation Design drawings, perspectives, slides and material board to fully
explain the design intent of different alternatives as may be required.
Action Plan/Flow chart on coordination/integration of client’s requirement
into concept design stages.
Submission of Complete Design & Technical Report
Design and Execution Stage
Full-fledged design team along with Service Consultants to be available as
required for all the interactions with Client and Project Agencies
Minimum 3 design options with necessary presentations § 02 sets of
Preliminary design drawing and design brief.
04 sets of Submission drawings (Blue Print) for approval from Authorities.
02 sets of tender documents / tender drawings (hard copy) – each package
including one CD (free of cost)
64
05 Sets of all construction / detail drawings (Architectural / Structural /
Electrical & other Services). “Good For Construction Drawings) at free of cost
Necessary amended / correction of drawings as per Site decisions.
Two (02) set of As Built Drawings along with soft copy duly checked and
approved to be forwarded to Project manager to facilitate handover process
after completion.
Exclusion:
• Actual purchase of materials for building, placing of indents inspection and,
• Conducting any tests, preparation of maintenance / operational manuals and
attending day to day maintenance problems during the operation of the
system
• Obtaining municipal authorities permission for various utilities and obtaining
actual connection. All technical assistance will however be provided by us.
• Day to day supervision, verification suppliers or contractor’s bill or
certification of payment.
65
ANNEXURE-E ESTIMATED BUDGET SUMMARY (Only Trade
Packages)
SL
NO DESCRIPTION COST/SFT(INR)
1 CIVIL & INTERIOR
Considerations:
1. Glass partition (specify single glazed or double
glazed)
2. Gypsum partition (specify thickness)
3. Doors (specify type)
4. Vitrified tile (specify make)
5. Modular grid ceiling (specify make)
6. Blinds (specify type and make)
7. Marble (specify if used)
8. Custom made storages.
9. Lockers (mention make)
10. False floor (Mention make)
11. Any special items (add items if missed in above list)
12. Wooden flooring (specify make)
13. toilet soap dispenser & paper holder, etc.
2 Carpet
Considered: Specify make (Consider Indian make and
not Imported)
3 Electrical
Specify technical aspects considered
4 HVAC
Specify system considered (VAV/VRV/VRF), Hi-
wall/Cassette units, etc. (specify make)
5 Sprinkler and FA-PA
Rodent repellent, gas suppression system, VESDA, WLD,
etc.
6 Security System
Specify systems considered with makes for CCTV,
Biometric system and access card and intruder alarm
system
7 UPS
Specify configuration for workstation and server
room(considering 30min back up)
8
Modular furniture (workstation including few height
adjustable workstations/pedestals/meeting room
furniture/low ht storages)
Considered: Specify make (Consider Indian make and
not Imported)
9 Chair
Considered: Specify make (Consider Indian make and
not Imported)
10 AV (TV/VC system)
66
Considered: Specify make
11 Loose furniture
Considered: Specify make (Consider Indian make and
not Imported)
12
Graphics & Signage (Logo, workstation no/meeting room
name, etc.)
13 PAC/CARC unit
Specify make and capacity tentative
14 Gym equipment and indoor games
15 IT Active
(Procurement and installation of rack, switch, routers,
wi-fi and all technical aspects for active IT setup
including necessary licenses)
16 IT passive
cabling (specify make and type)
17
White goods (cafeteria equipment, MFD printers/copier
machines)
TOTAL PROJECT ESTIMATE
67
ANNEXURE-F PERFORMANCE BANK GUARANTEE
Strictly Private and Confidential
Chief Executive Officer,
Reserve Bank Information Technology Pvt Ltd (ReBIT),
18th Floor, AWFIS, Cyber One, Opp. to CIDCO Exhibition Center,
Sector 30A, Vashi, Navi Mumbai - 400703
Dear Sir,
PERFORMANCE BANK GUARANTEE – Appointment Of Design Consultant for
ReBIT
WHEREAS
M/s. (name of Bidder), a company registered under the Companies Act, 1956,
having its registered and corporate office at (address of the Bidder), (hereinafter
referred to as “our constituent”, which expression, unless excluded or repugnant
to the context or meaning thereof, includes its successors and assigns), entered
into an Agreement dated …….. (Hereinafter, referred to as “the said Agreement”)
with you (ReBIT) for Real Estate Advisory, Project Management Consultancy and
Facility Management Services as detailed in the scope given in the RFP document,
as detailed in the said Agreement.
We are aware of the fact that in terms of sub-para (…), Section (…), Chapter (…)
of the said Agreement, our constituent is required to furnish a Bank Guarantee
for an amount Rs…….. (in words and figures), being 10% of the Contract Price
(TCO) of Rs. … (in words and figures), as per the said Agreement, as security
against breach/default of the said Agreement by our Constituent.
In consideration of the fact that our constituent is our valued customer and the
fact that he has entered into the said Agreement with you, we, (name and address
of the bank), have agreed to issue this Performance Bank Guarantee.
Therefore, we (name and address of the bank) hereby unconditionally and
irrevocably guarantee you as under:
1 In the event of our constituent committing any breach/default of the said
Agreement, which breach/default has not been rectified within a period of
thirty (30) days after receipt of written notice from you, we hereby agree to
pay you forthwith on demand such sum/s not exceeding the sum of Rs……
(in words and figures) without any demur.
2 Notwithstanding anything to the contrary, as contained in the said Agreement,
we agree that your decision as to whether our constituent has made any such
68
default/s / breach/es, as afore-said and the amount or amounts to which you
are entitled by reasons thereof, subject to the terms and conditions of the
said Agreement, will be binding on us and we shall not be entitled to ask you
to establish your claim or claims under this Performance Bank Guarantee, but
will pay the same forthwith on your demand without any protest or demur.
3 This Performance Bank Guarantee shall continue and hold good for thirty (30)
days after the completion of the contract period i.e. (date), subject to the
terms and conditions in the said Agreement.
4 We bind ourselves to pay the above said amount at any point of time
commencing from the date of the said Agreement until thirty (30) days after
the completion of the contract period for the Total Solution as per said
Agreement.
5 We further agree that the termination of the said Agreement, for reasons
solely attributable to our constituent, virtually empowers you to demand for
the payment of the above said amount under this guarantee and we have an
obligation to honor the same without demur.
6 In order to give full effect to the guarantee contained herein, we (name and
address of the bank), agree that you shall be entitled to act as if we were your
principal debtors in respect of your claims against our constituent. We hereby
expressly waive all our rights of suretyship and other rights, if any, which are
in any way inconsistent with any of the provisions of this Performance Bank
Guarantee.
7 We confirm that this Performance Bank Guarantee will cover your claim/s
against our constituent made in accordance with this Guarantee from time to
time, arising out of or in relation to the said Agreement and in respect of
which your claim is lodged with us on or before the date of expiry of this
Performance Guarantee, irrespective of your entitlement to other claims,
charges, rights and reliefs, as provided in the said Agreement.
8 Any notice by way of demand or otherwise hereunder may be sent by special
courier, telex, fax, registered post or other electronic media to our address,
as aforesaid and if sent by post, it shall be deemed to have been given to us
after the expiry of 48 hours when the same has been posted.
9 If it is necessary to extend this guarantee on account of any reason
whatsoever, we undertake to extend the period of this guarantee on the
request of our constituent under intimation to you (ReBIT).
69
10 This Performance Bank Guarantee shall not be affected by any change in the
constitution of our constituent nor shall it be affected by any change in our
constitution or by any amalgamation or absorption thereof or therewith or
reconstruction or winding up, but will ensure to the benefit of you and be
available to and be enforceable by you.
11 Notwithstanding anything contained hereinabove, our liability under this
Performance Guarantee is restricted to Rs…… (in words and figures) and shall
continue to exist, subject to the terms and conditions contained herein, unless
a written claim is lodged on us on or before the afore-said date of expiry of
this guarantee.
12 We hereby confirm that we have the power/s to issue this Guarantee in your
favor under the Memorandum and Articles of Association/ Constitution of our
bank and the undersigned is/are the recipient of authority by express
delegation of power/s and has/have full power/s to execute this guarantee
under the Power of Attorney issued by the bank in his/their favor.
We further agree that the exercise of any of your rights against our constituent
to enforce or forbear to enforce or any other indulgence or facility, extended to
our constituent to carry out the contractual obligations as per the said
Agreement, would not release our liability under this guarantee and that your
right against us shall remain in full force and effect, notwithstanding any
arrangement that may be entered into between you and our constituent, during
the entire currency of this guarantee.
Notwithstanding anything contained herein:
• Our liability under this Performance Bank Guarantee shall not exceed Rs. ….
(in words and figure) ;
• This Performance Bank Guarantee shall be valid only up to …….. (date, i.e.,
thirty (30) days after completion of the contract period) ; and
• We are liable to pay the guaranteed amount or part thereof under this
Performance Bank Guarantee only and only if we receive a written claim or
demand on or before …. (date i.e. thirty (30) days after completion of the
contract period).
• This Performance Bank Guarantee must be returned to the bank upon its
expiry. If the Performance Bank Guarantee is not received by the bank within
the abovementioned period, subject to the terms and conditions contained
herein, it shall be deemed to be automatically cancelled.
Dated ……………………. this ……….. day …………. 2018.
70
Yours faithfully,
For and on behalf of the …………… Bank,
(Signature)
Designation
(Address of the Bank)
Note: This guarantee will attract stamp duty as a security bond under Article 54(b)
of the Mumbai Stamp Act, 1958. A duly certified copy of the requisite authority
conferred on the official/s to execute the guarantee on behalf of the bank should
be annexed to this guarantee for verification and retention thereof as
documentary evidence in the matter.