SHETGIRI & ASSOCIATES TENDER FOR THE PROPOSED INTERIOR RENOVATION & FURNISHING WORK OF INDIAN INSTITUTE OF BANKING & FINANCE AT MAKER TOWERS “F” WING, 19TH FLOOR, CUFFEE PARADE, MUMBAI. SHETGIRI & ASSOCIATES NOTICE INVITING TENDER M/s______________________ _________________________ ____________ ____________ _____________ ___ _____ Dear Sir’s, Tender for the Proposed Interior Renovation & Furnishing work at Indian Institute of Banking & Finance Maker Towers 'F' Wing, 19th Floor, Cuffee Parade, Mumbai for the Examination Centre Cum Evaluation Section. Sealed item-rate tenders for the Proposed Interior Renovation & Furnishing work of Indian Institute of Banking & Finance at Maker Towers 'F' Wing, 19th Floor, Cuffe Parade, Mumbai are invited from reputed & renowned contractors who are on panel of Nationalized Bank’s of India in the requisite category and experienced in execution of Interior renovation & furnishing projects for leading reputed nationalized Bank’s and / or private sector bank’s as per the criteria mentioned in the NIT / tender document. 1. Tender documents consisting of detailed plan, technical specifications, schedule of quantities of the various classes of works to be executed, and the set of 'terms & conditions of contract' to be complied with by the person whose tender may be accepted can be collected from the Corporate Office at Indian Institute of Banking & Finance, Kohinoor City Commercial – II, Tower-I, 2nd Floor, Kirol Road, Off L.B.S Marg, Kurla (W), Mumbai – 400 070. or collected from the office of our Architects M/s SHETGIRI & ASSOCIATES at Safalya, S.K.Bole Road, Dadar (W), Mumbai – 400 028, Tel: (022) – 2422 3900 2. Tenders which should be placed in two envelopes, with the name of the project written on the envelopes will be received till 7th July 2014 upto 3.00 PM in the office of Joint Director, Administration Department, Indian Institute of Banking & Finance, Kohinoor City Commercial – II, Tower-I, 2nd Floor, Kirol Road, Off L.B.S Marg, Kurla (W), Mumbai – 400 070. Envelope-1 should contain Earnest Money Deposit, Pre-qualification formats if any, Technical Bid document and technical specifications. Envelope-2 should contain Price bid. The Envelopes - 1 & 2 will be opened on 7th July 2014 at 3.30 PM. The committee constituted for the purpose shall scrutinize the documents furnished in envelopes – 1 & 2 and finalize the contracting agency for award of the work. The decision of the committee shall be final & binding on all the intending bidders / contractors. The committee reserves the right to accept or reject any or all the tender documents without assigning any reasons thereof. 3. The tender documents must be filled in English and all the entries must be made by the hand and Written in ink. If any of the documents are missing or unsigned, the tender shall be considered invalid. 4. Earnest Money Deposit Amount of Rs. 59,000/- (Rupees Fifty Nine Thousand Only), in the form of Demand Draft/ Banker's Cheque payable at Mumbai and drawn in favour of Indian Institute of Banking & Finance, will have to be paid otherwise the tender is liable for rejection. SHETGIRI & ASSOCIATES 5. The successful tender will have to pay as the amount of initial security deposit which shall be 2% of the accepted value of the tender including the EMD, by means of D.D in favor of the Indian Institute of Banking & Finance, payable at Mumbai. The initial security deposit is to be paid by the Contractor to Institute within 14 days of intimation to him of the acceptance of the tender. The initial security deposit will be invested with the bank for the duration of the contract period and will be refunded to the contractor with out any interest, after issue of the virtual completion certificate. No interest is allowed on the retention money. 6. The acceptance of a tender will rest with the Competent Authority, who does not bind himself to accept the lowest tender, and reserves to himself the authority to reject any or all of the tenders received, without assigning any reasons. All tenders in which any of the prescribed conditions are not fulfilled, or are incomplete in any respect are liable to be rejected. 7. All compensation or other sums of money payable by the Contractor to our Clients under the terms of this contract may be deducted from the security Deposit, or from any sum that may be or may become due to the Contractor on any account whatsoever and in the event of the Security Deposit being reduced by reasons of any such deductions, the Contractor shall within 15 days of being asked to do make good in cash or by cheque any sum which have been deducted from his security deposit. 8. Tender containing any condition leading to unknown/ indefinite liability, are liable to be summarily rejected. If at all any rebate(s) is/are to be offered the tenderer shall first quote his rates strictly on the terms and conditions stipulated in tender document and then show separately and rebate(s) offered specifying the conditions for such rebate(s). Failure to follow this procedure will render the tender liable to summarily rejection. 9. Canvassing in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable to rejection. 10. The tenderer should quote their (own) rates for undertaking the work. 11. All rates quoted in the tender shall be all inclusive of taxes including Sales Tax or any other tax on material or on finished works like VAT, Service tax, turnover tax, Profession tax, ESI, PF, Insurance etc in respect of this contract which shall be payable by contractor and shall be included in the rates quoted and the Institute will not entertain any additional claim whatsoever in this respect. 12. Time is the essence of the contract. The work should be completed within 60 Days from the date of the work order issued to the contractor to commence the work. The successful Contractor will have to give CPM/PERT chart of various activities of work to be done so that the work gets completed within the stipulated time. The chart shall be submitted within 15 days from the date of acceptance of the tender. 13. Tenders for works shall remain open for acceptance for a period of 120 days from the date of opening of tenders. If the tenderer withdraws his tender before the expiry of the said period or makes any modifications in terms and condition of the tender which are not acceptable to the Institute, then the Institute without prejudice to any other SHETGIRI & ASSOCIATES right or remedy be at liberty to forfeit the earnest money. 14. It will be obligatory on the part of the tenderer to tender and sign the tender documents for all the component parts and that, after the work is awarded, he will have to enter into an agreement for each component with the competent authority in the Institute. 15. The tenderer, apart from being a competent contractor must associate himself with the agencies of appropriate class who are eligible to tender for (i) Electrical (ii) Plumbing, Sanitary and water supply installations (iii) Air-Conditioning & (iv) Security Systems / L.V works. 16. The tenderer should visit the site to ascertain the working conditions and local authority regulations/restrictions if any and other information required for the proper execution of the work. 17. The quantities of various items given in the schedule of quantities are approximate. The quantities of work may vary at time of allotment/execution of work. Institute reserves the right to omit/delete any item(s) of work from the schedule at the time of allotment/before the commencement of work without assigning any reason whatsoever. Contractor will be paid for the actual work done at the site duly verified by the Architect & concerned officials / committee members of the Institute. 18. The unit price shall be deemed to be fixed price. In case of extra items, a record of labor charges paid shall be maintained and shall be presented regularly to the Employer’s for checking. The settlement will be made based on figures arrived at jointly and taking unit price given in the contract assigned to the successful Tenderer. In case, of extra items where similar or comparable items are quoted in the tender, extra rates shall be based on tender rates. 19. If the rate quoted by the contractor for any item/ items are not workable or abnormally lower than the market rate, the Institute may demand Bank guarantee from the contractor for satisfactory completion of such work. The bank guarantee amount will be not less than 50% of the estimated amount of the items for which the rates are not workable or abnormally low. This bank guarantee will be released after successful completion of these works (unworkable and abnormally low rated items) to the satisfaction of the Institute. 20. No employee of the Institute shall be allowed to work as a Contractor for a period of 2 years of his/her retirement from Services without previous permission of the Institute. This contract is liable to be cancelled, if either the contractor or any of his employees is found any time to be such a person who hade not obtained the permission of Institute as aforesaid before submission of the tender or engagement in the contractor’s service. 21. Sealed tenders in prescribed form in two envelopes along with the EMD (Envelope-1 should contain Earnest Money Deposit, Pre-qualification forms if any, terms & conditions of contract / original tender technical bid document and technical specifications. Envelope-2 should contain Price bid) are to be addressed and sent to Joint Director, Administration Department, Indian Institute of Banking & Finance, Kohinoor City Commercial – II, Tower-I, 2nd Floor, Kirol Road, Off L.B.S Marg, Kurla (W), Mumbai – 400 070. SHETGIRI & ASSOCIATES 22. In case of any clarifications, the contractors may contact Mr. Francis X Amalanathan on 25039604 or the Architects office (Mr. Amol Shetgiri – M/s SHETGIRI & ASSOCIATES) on 24223900 on any working days within the prescribed timeframe for the tender. PRE-QUALIFICATION CRITERIA FOR INTERIOR WORKS The intending Contractor / bidder shall be on panel of any Nationalized Bank of India / leading Private Sector Bank / leading & reputed Private Sector Financial organizations of repute, within Mumbai circle and in the requisite category (Empanelment for works above Rs. 50 lakhs). Average annual financial turnover during the previous 3 audited years should not be less than Rs. 50 lakhs and contractor shall possess a solvency certificate from leading bank of repute of minimum of Rs. 50 lakhs. The contractor shall have an experience of having successfully completed similar works during the last 3 years ending 31-03-2014, either of the following: Two similar completed works costing not less than Rs. 40 Lakhs OR One similar completed work costing not less than Rs. 50 Lakhs Similar works shall mean the Interior Renovation & Furnishing Works of Corporate Offices, Bank’s Office Premises, Commercial Building Interiors executed for Bank’s branches or offices / PSU’s / Government Organization / Private Sector Interior projects of repute. The contractors should provide proper documentary proof in support of satisfactory completion of similar works along with letter of award. The Contractors should also provide Annual report (balance sheet and profit and loss account for the last 3 years). The Contractors should be having adequate manpower, equipment, etc, manufacturing facility. The contractors shall produce the above mentioned documents and certificates before collection of the tender document from the Architects office or Institute’s office. No tenders shall be issued without the documentary evidence in support of the pre-qualification criteria.