notice inviting tender for audio-video … · madame cama road, mumbai – 400 021. notice inviting...
TRANSCRIPT
1
Premises Department, Corporate Centre,
9th
floor, State Bank Bhavan,
Madame Cama Road,
Mumbai – 400 021.
NOTICE INVITING TENDER
FOR
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF
AUDIO-VIDEO EQUIPMENTS, STAGE LIGHTING & STAGE CRAFT,
IT NETWORKING AND WIFI
FOR
AUDITORIUM OF
STATE BANK OF INDIA AT SBI BHAVAN,
MADAME CAMA ROAD, NARIMAN POINT, MUMBAI - 21.
(Tender to be submitted on any working day on or before the last date
at the following address )
State Bank of India
Premises Department, Corporate Centre,
9th
floor, State Bank Bhavan,
Madame Cama Road,
Mumbai – 400 021.
2
NOTICE INVITING TENDER
TENDER FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF AUDIO-
VIDEO EQUIPMENTS, STAGE LIGHTING & STAGE CRAFT & IT NETWORKING &
WIFI OF AUDITORIUM FOR STATE BANK OF INDIA AT SBI BHAVAN,
MADAME CAMA ROAD, NARIMAN POINT, MUMBAI.
INDEX
-------------------------------------------------------------------------------------------------------------------------------
Sl. No. Description
-------------------------------------------------------------------------------------------------------------------------------
1. Brief Particulars of Work
1.0 Website Notice - Notice Inviting Tender
1.1 Initial Eligibility Criteria
1.2 Submission of Tender / Evaluation Criteria
1.3 Instruction to Bidders
Annexures
i) Letter of Transmittal
ii) Application Form
iii) Bio-data of the Directors / Partners / Key Associates
iv) Form ‘A’ - Financial Information
v) Form ‘B’ - Details of All ‘Similar’ works completed
vi) Form ‘C’ - ‘Similar’ projects on hand – Under execution or awarded
vii) Form ‘D’ - Details of Key Personnel
viii) Form ‘E’ - Details of Tools & Equipments
ix) Form ‘F’ - OEM’s Authorization Letter
3
Premises Department, Corporate Centre,
9th
floor, State Bank Bhavan,
Madame Cama Road,
Mumbai – 400 021.
WEBSITE NOTICE
Ref. No. SBI/AUDI/CC/AV/TDR/17-18/75 Dt : 13.07.2017
BRIEF PARTICULARS OF THE WORK
STATE BANK OF INDIA proposes to have Supply, Installation, Testing and commissioning of
Audio-Video Equipments, Stage Lighting & Stage Craft & IT Networking & Wi-Fi of Auditorium
for State Bank of India at SBI Bhavan, Madame Cama Road, Nariman Point, Mumbai. - 400021.
The work is to be commenced immediately after award of LOI and to be completed within 60 Days
from the date of issue of LOI.
All drawings (schematic, design etc) for the work shall be made available by our Consultant,
M/s. SHETGIRI AND ASSOCIATES, SAFALYA, 1ST FLOOR, BLOCK NO 1,
S.K. BOLE ROAD, DADAR, MUMBAI- 400028 TEL: (022) - 2422 3900 / 24224014
Work shall, in general, be executed according to General Conditions of the Contract for SBI works.
1. NOTICE INVITING TENDER
1.0 STATE BANK OF INDIA invites Two – Bid sealed tender from Audio Visual System Integrators
for the said work.
ELIGIBILITY CRITERIA
1.1. The bidder should be a well-established and reputed firm (established for a minimum period of 7
years i.e., Date of establishment of the firm should not be after 31.05.2010) engaged in providing
Audio Visual Solutions for Corporate Offices / Enterprises.
1.2. The bidder should have satisfactorily completed “similar” works of magnitude as specified below
during the last 7 years ending 31.05.2017.
(i) Three ‘similar’ completed works each costing not less than Rs.1.54 crores
OR
(ii) Two ‘similar’ completed works each costing not less than Rs.1.92 crores
OR
(iii) One ‘similar’ completed work costing not less than Rs. 3.07 Crores
4
NOTE :
“Similar” works under this clause shall mean successful completion of “Audio Visual
(Video) Integration in Corporate / Commercial / regional offices of Listed Companies /
Limited companies / PSUs / Government / Semi – Government offices/PSBs/ MNCs” with
implementation of:-
Atleast 1 project with min. configuration of 3x3 Video wall with Multi-input processor
Video conference system in Auditorium with Multi-party capability
Recording & Live streaming facility.
Touch panel control system in Auditorium
Automation work.
SBI Reserves the Rights to check the sites of vendors for pre-qualification.
“Cost of work” shall mean actual gross value of completed “similar’ work including all the
components executed under single contract. The bidder shall submit a copy of final Bill
certificate of each project executed by them, during the said period.
Out of above said completed works, minimum one work of required value should be for some
Central / State Government / Central / Autonomous Body / Central / State Public Sector
Undertaking / Bank / Financial Institutions etc.
“Bidder” means proprietary concern, partnership firm, private or public limited company
applying for tender.
“Employer” or “Client” or “Owner” or “Bank” means State Bank of India.
Vendor also should submit the proof of registration of GST with GST Registration number or
provisional GST registration number. If vendor has not applied for GST then SBI reserves
the right to dis-qualify them.
1.3. The bidder should have average minimum annual financial turnover of Rs.1.15 crores in ‘similar’
works during the last seven years ending 31.03.2017. This should be duly audited and certified by a
Chartered Accountant. Year in which no turnover is shown would also be considered for working
out the average.
1.4 The bidder should have a solvency of Rs. 1.00 Crore certified by a Scheduled Bank. The Solvency
Certificate should not have been obtained earlier than 31/03/2017. In case, the applicant is not able
to supply the solvency certificate in original, the certificate shall be attested by a Notary.
1.5 The bidder should not have incurred any loss during the last five years ending 31.03.2017, duly
certified by a Chartered Accountant. The firm should not be under liquidation, court receivership or
similar proceedings.
1.6. The bidder should own adequate tools and equipments required for the proper execution of the
work on a fast track basis
1.7. The bidder should have sufficient number of Technical and Administrative employees on their roles
for the proper execution of the contract as per the format enclosed in the annexure Form D.
5
1.8. Bidder’s performance for each work completed in the last 5 years and works should be good and it
should be certified by an officer not below the rank of Superintending Engineer/Chief Project
Manager or equivalent of the client for whom work was executed.
1.9. Only such bidders who fulfill the aforesaid eligibility criteria need apply.
Joint ventures and/or consortium are not allowed are not accepted.
2. SUBMISSION OF TENDER :
Tender will be through Two Envelop System.
(i) Envelope No.1 (Superscribed as “TECHNICAL BID”) - to contain the following :
Application form,
Letter of Transmittal, Bio-data,
Form A to Form F (filled), AND DULY SIGNED BY AUTHORISED SIGNATORY
WITH COMPANY SEAL, Technical Bid (Contains General Conditions of Contract,
Design report, Special Conditions of the Contract, Schematic drawings).
EMD for Rs. 3,80,000/- (Rupees Three Lakh Eighty Thousand Only) by means of a
Demand Draft / Pay Order / Bankers Cheque (Valid for 90 Days from the last date of
submission of tender) from any scheduled Nationalized Bank drawn in favour of
“State Bank of India”, Payable at Mumbai.
It also will include the documents containing the details of experience of similar type of work,
annual turnover details etc. with supporting documents.
Envelope No.2 (Superscribed as “INDICATIVE PRICE BID”) :
To contain only the Indicative Price Bid complete in all aspects (Unconditional). Conditional
tender will not be considered.
Notes:
a. Envelop No.1 containing the technical details and supporting documents will be opened at
3.30 pm on 29.07.2017 by the tender opening committee of the Bank in the presence of
intended bidders.
b. After evaluation of eligibility criteria as mentioned above, the price bids of only shortlisted
bidders will be opened.
c. The date of opening of indicative price bid will be advised in due course.
d. The Envelop No.2 of the bidder who will not submit required Earnest Money in the
Envelop No.1 in the required form will not be opened
e. All the documents should be sealed and signed by the appropriate authority.
6
3. EVALUATION CRITERIA:
For the purpose of pre-qualification, applications will be evaluated in the following manner:
3.1 On the basis of the criteria mentioned above and after the evaluation of the bidders based
on the details / credentials furnished by them with supporting documents, proofs etc, site visit report
(if any), confidential reports obtained from various clientele, only the bidders who meet the
eligibility criteria will be shortlisted for opening of indicative price bids and those financial bids only
will be opened.
For the eligible / shortlisted bidders, e-reverse auction will be conducted as follows: -
Against this tender, SBI will resort to “e-REVERSE AUCTION PROCEDURE”
.
1. For the proposed e-reverse auction, technically and commercially acceptable bidders only shall be
eligible to participate.
2. SBI will inform the vendor the details of service provider to enable them to contact and get trained
(if required). Contractors are required to have a valid digital signature for participating in the
proposed e-Reverse Auction.
3. Business rules like event date, time, start price, bid decrement, extensions, etc. also will be
communicated through service provider for compliance.
4. Vendors have to fax the compliance form in the prescribed format (provided by service provider)
before start of e-Reverse auction. Without this the vendor will not be eligible to participate in the
event.
5. e-Reverse auction will be conducted on schedule date & time.
6. At the end of e-reverse auction event, the lowest bidder value will be known on the network.
7. The lowest bidder has to fax the duly signed filled-in prescribed format as provided on case-to-case
basis to SBI through service provider within 24 hours of auction without fail.
8. The e-reverse auction will be treated as closed only when the bidding process gets closed in all
respects for the item listed in the tender.
9. The price quoted by the bidder in the Indicative price bid will be an indicative price for the
respective item. The tenders received by the Bank will be evaluated and e-Reverse auction will be
conducted over the reserved price fixed by the Bank. After the Closure of e-Reverse auction, the
lowest bidder has to submit the Price confirmation letter & detailed breakup for his offer (in the same
format of ‘Revised Indicative Price Bid’) containing the final rates of all the items calculated by
multiplying all the rates quoted by them against each item in the indicative price bid with ‘K’ factor.
Please note that ‘K’ factor is the ratio of the total amount quoted by the lowest bidder through e-
Reverse auction and the total amount quoted by him in the indicative price bid.
10. Upon successful completion of e-Reverse auction and submission of confirmation letter by the
successful bidder within 24 hours, the work order will be issued to the lowest bidder in the e-Reverse
auction after completion of the relevant formalities.
For inspection on work of previous employer, the tenderer will be required to obtain / arrange the
necessary permission/facilities and arrangements for site visit as necessary.
Tender copies will be available from the office of Architect / Consultant
7
Pre-bid meeting will be held at 11.30 am on 26.07.2017 at this office (10th
floor) in order to
provide clarifications (if any) for the bidders on any issues relevant to this notice/ tender. Prospective
bidders may also send queries/clarifications (if any) on or before the date of prebid meeting to
[email protected] / [email protected]
The duly filled-in Tender Document in sealed envelope shall be received upto 15.00 Hrs. on 29.07.2017 by
SBI at the below mentioned address in sealed envelope superscribed “Supply, Installation, Testing and
commissioning of Audio-Video Equipments, Stage Lighting & Stage Craft & IT Networking & Wi-Fi
of Auditorium for State Bank of India at SBI Bhavan, Madame Cama Road, Nariman Point, Mumbai.
- 400021”.
THE DEPUTY GENERAL MANAGER (PREMISES DEPARTMENT)
STATE BANK OF INDIA
PREMISES DEPARTMENT,
CORPORATE CENTRE, 9TH
FLOOR,
STATE BANK BHAVAN,
MADAME CAMA ROAD,
MUMBAI – 400 021
Bank reserves the right to accept or reject any or all applications without assigning any reason thereof.
However, Bank also reserves the right to restrict the list of prequalified bidders to any number deemed
suitably by it. This prequalification does not bind SBI to award any job/project to the prequalified bidders.
8
3.0 INSTRUCTIONS TO BIDDERS
GENERAL INSTRUCTIONS:
(i) Please read these instructions carefully before filling up the application form.
(ii) The application must be submitted in the proforma mentioned without editing the text
whatsoever. Any violation of this condition shall render the application invalid.
(iii) A Demand Draft / Banker’s Cheque from a Nationalized Bank payable at Mumbai in favour of
STATE BANK OF INDIA, amounting to 3,80,000/- (Rupees Three Lakhs Eighty Thousand
Only) as Earnest Money Deposit (EMD) towards the work. EMD of successful tenderer will be
retained as a part of security deposit. EMD of unsuccessful tenderers will be refunded within
30 days of award of Contract.
(iv) The Bidder will have to quote for all the sections included in the tender documents.
(v) The Client reserves the right to accept or reject any tender either in whole, or in part without
assigning any reasons whatsoever.
(vi) The Client also reserves the right to negotiate or partly accept any or all the tenders received
without assigning any reason thereof. Tenders, which do not fulfill all or any of the above
condition and conditions mentioned in the tender documents or are incomplete in any respect,
are liable to be rejected. Any discrepancies, omissions, ambiguities in the tender documents for
any doubts as to their meaning should be reported in writing to the office of the Architect before
the pre-bid meeting and they will review the questions and where information sought is not
clearly indicated or specified, the Architect will issue a clarifications to all the bidders, which
will become part of the contract documents.
(vii) The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings by himself, collect all information that he considers necessary for proper
assessment of the prospective assignment. He may contact the office of Dy. General Manager,
Premises Department, State Bank of India, 9th
Floor, Corporate Centre, State Bank Bhavan,
Madame Came Road, Mumbai - 400021 for fixing appointment prior to visit the site.
(viii) Further, the Bank also reserve the right to divide and distribute the work under subhead. The
Bidder may please note that in such cases, the decision will be solely at the discretion of
Bank in Consultation with Architect, including that of assignment of works.
(ix) You are advised to ensure strict observance of commercial aspect of this tender and also of the
following points: -
a. Date of Commencement: IMMEDIATELY on awarding the work
b. Time of Completion: - 45 Days from the date of issue LOI.
c. Submission of a detailed Bar Chart indicating the scheduled program for all major
activities.
(x) The onus of co-ordination with main civil contractor and other contractors for any disciplines in
services will lie on the bidder.
9
(xi) It may please be noted that all documents that comprise the tender documents should be
SIGNED BY AUTHORISED SIGNATORY WITH COMPANY SEAL and SEALED by the
bidder.
(xii) No part of the Bill of Quantities or Drawings should be deleted.
(xiii) The Electrical Power required for the work would be arranged by State Bank of India (SBI) at a
particular point and further the System Integrator has to make their own arrangements for
tapping the supply (for Electric Power) at various points as per the requirement of the work.
(xiv) Initial Security Deposit
(xv) The successful bidder will have to submit a sum equivalent to 2% of contract value less EMD by
means of D/D drawn in favour of State Bank of India within a period of 7 days of acceptance of
tender.
(xvi) Defects Liability Period: 12 months from the date of “Virtual Completion” of the said Work
certified by Bank/ Consultant.
(xvii) Security Deposit / Performance Guarantee
Total security deposit shall be 5% of contract value. Out of this 2% of contract value is in the
form of initial security deposit which includes the EMD. Balance 3% shall be deducted from the
running account bill of the work at the rate of 10% of the respective running account bill i.e.
deduction from each running bill account will be 10% till total 3% of contract value is reached.
50% of the total security shall be paid to the vendor on the basis of consultant’s certifying the
virtual completion. The balance 50% would be paid to the vendor after the defects liability
period as specified in the contract.
No interest shall be paid to the amount retained by the Bank as Security Deposit.
(xviii) Validity of Tender
Tenders shall remain valid and open for acceptance for a period of 90 Days from the date of
opening price bid. If the tenderer withdraws his/her offer during the validity period or makes
modifications in his/her original offer which are not acceptance to the Bank without prejudice to
any other right or remedy the Bank shall be at liberty to forfeit the EMD.
(xix) Liquidated damages 0.5% (Zero Point Five) of the Contract Value per Week or part there or
subject to maximum of 5% of the Tendered Amount.
(xx) The successful bidder will enter into a Stamp paper agreement for value as per Mumbai Stamp
Act,1958 read with Indian Stamp Act, 1899 with the Client as per the standard format within 15
DAYS on receipt of Letter of Acceptance of tender from Bank. The cost of non-judicial stamp
paper as applicable as per the latest Stamp Act for entering into the agreement will be borne by
the bidder.
(xxi) All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on separate sheet, this fact
should be mentioned against the relevant column. Even if no information is to be provided in a
column, a “Nil” or “no such case” or “Not Available” entry should be made in that column. If
any particulars/queries are not applicable in case of the bidder, it should be stated as “Not
Applicable”. The bidders may please note that giving incomplete/unclear information called for
10
in application forms, or making any changes in the prescribed forms, or deliberately suppressing
any information, may result in disqualification of the bidder summarily. Applications received
thus will not be entertained. Application made by telex/telegram/ FAX also will not be
entertained.
(xxii) Overwriting and using of correcting fluid should be avoided. Corrections, if any, should be made
by neatly crossing out and shall be rewritten with initials and date. Pages of the document have
to be numbered. Additional sheets, if any added by the bidder, should also be numbered by him.
They should be submitted as a package with signed letter of transmittal.
(xxiii) The bidder may furnish any additional information, which he thinks is necessary to establish
his capabilities to successfully complete the envisaged work. He is, however, advised not to
furnish superfluous information. No information shall be entertained after submission of tender
document unless it is called for by the Bank.
(xxiv) A soft copy of all the details furnished (Submittals) by the Bidder shall also be submitted in CD
/ DVD along with the application in digital format.
(xxv) References, information and certificates from the respective client’s of the bidder for whom such
works have been executed, certifying suitability, technical know-how or capability of the bidder
should be signed by an officer not below the rank of Superintending Engineer/Chief Project
Manager or equivalent.
(xxvi) Documents submitted in connection with this tender will be treated as confidential and will not
be returned.
3.1 LETTER OF TRANSMITTAL
The bidder should submit the letter of transmittal on the letter head of the bidder attached/appended
with Application form along with annexures of tender document as mentioned / necessitated.
3.2 ORGANISATIONAL INFORMATION - BIODATA
Bidder is required to submit the information in respect of his organization (in Application form)
and Bio-data of the Directors / Partners / Key associates.
3.3 FINANCIAL INFORMATION
Bidder should furnish the following financial information as per the format as mentioned in Form
‘A’:
3.4.1 Banker’s Details & Annual financial statement for the last five years certified by the Chartered
Accountant with supporting documents such as audited balance sheets and profit and loss account
shall be submitted by the bidder to the Bank as part of the pre-qualification submittal.
3.5 Name and address of the banker’s identification of individuals familiar with the bidder’s
financial standing and a banker’s statement on availability of credit needs to be submitted.
11
3.6 EXPERIENCE IN SIMILAR WORKS HIGHLIGHTING MAJOR PROJECTS
Bidder should furnish the following:
3.6.1 List of all “Similar” works successfully completed during the last Seven years (in Form “B”).
This list is to be substantiated with the documentary evidences such as copies of work orders,
certified final bill copy, satisfactory completion certificate obtained from client etc. without which,
the projects mentioned in the format may not be considered for scrutiny. List of works completed
before seven years may be mentioned in separate sheet if the bidder intends to do so.
3.6.2 List of the ‘Similar’ projects under execution or awarded (in Form “C”)
Particulars of ‘Similar’ Major works on hand - under execution or work awarded should be
mentioned in Form ‘C’ with documentary evidences indicating the details of work awarded and
performance of the bidder duly authenticated/certified by an officer not below the rank of
Superintending Engineer/Chief Project Manager or equivalent.
3.7 ORGANISATIONAL INFORMATION - OTHERS
3.7.1. Number of Technical and Administrative Employees in the organization and how they would be
involved in this work to be submitted (in Form “D”). Minimum of 02 qualified Engineers with
minimum 03 years of experience in execution of similar works should be deployed at the site
during execution and during AMC as per the condition mentioned thereat.
3.7.2. Details of ISO certification or certification with other organizations to be provided.
3.8. Bank reserves the right to:-
(a) Amend the scope and value of contract to the bidder.
(b) Reject any or all of the applications without assigning any reason.
3.8.1 The SBI reserves the right to verify the particulars furnished by the bidder independently. If any
information furnished by the bidder is found incorrect at a later date, he shall be liable to be debarred
from tendering/taking up of work in SBI, the tender/work will be cancelled, whenever it is so
noticed. The Bank will not pay any damages to the Company or firm or the concerned person. The
Company or Firm or the person will be also debarred for further participation in any tender of SBI.
3.8.2 (a) SBI reserves the right to reject any application without assigning any reason and to restrict the list
of pre-qualified bidders to any number deemed suitable by it, if too many applications are received
satisfying the basic Pre-Qualification criteria.
(b) Even though an bidder may satisfy the above requirements, he would be liable to disqualification
if he has:
(i) Made misleading or false representation or deliberately suppressed the information in the forms,
statements and enclosures required in the pre-qualification document.
(ii) Record of poor performance such as, abandoning work, not properly completing the contract, or
financial failures/ weaknesses etc.
12
3.8.3 Corrigendum / addendums (if any) to this notice shall only be available / posted on SBI’s
Website www.sbi.co.in
3.8.4 The bidders who have obtained the TENDER document, should read the following important
instructions carefully before submitting the TENDER documents:-
The bidders should see carefully & ensure that the complete TENDER document contains the
pages in all in the TENDER document.
The printout of TENDER document should be taken on ‘A4’ size paper only & the printer
settings, such that document is printed as appearing in the web & there is no change in
formatting, number of pages etc.
The bidder should ensure that no page in the TENDER document is missing.
The bidder should ensure that all pages in the TENDER document are legible, clear and are
printed on a good quality paper.
The bidder should ensure that every page of the TENDER document is signed by bidder with
stamp (seal) of the bidder company and all the blanks are filled by the Bidder, suitably.
The bidder should ensure that the TENDER document is properly bound and sealed before
submitting the same and any correction / addition / alteration / omission are made in the TENDER
document by the bidder, it shall be treated as non – responsive and the TENDER shall be
summarily rejected.
The bidder shall furnish a declaration as per the format to this effect that no addition / deletion /
corrections have been made in the TENDER document submitted and it is identical to the
TENDER document appearing on Website.
The bidder should read carefully & sign the declaration given on the Form E before submitting
the TENDER document.
In case of any doubt in the TENDER document, the same should be got clarified from SBI or
Consultants before submitting the TENDER document.
The tenderer’s shall quote their rates for individual items both in words and figures in case of
discrepancy between the rates quoted in words and figures the unit rate quoted in words will
prevail. If no rate is quoted for a particular item the contractor shall not be paid for that item and
the value of the item shall be treated as zero with zero rate, whenever it is executed.
The amount of each item shall be calculated and the requisite total should be given. In case of
discrepancy between the unit rate and the total amount calculated from multiplication of unit rate
and the quantity the unit rate quoted will govern and the amount will be accordingly corrected.
The tenderers need not quote their rates for which no quantities have been given. In case the
tenderers quote their rates for such items those rates will be ignored and will not be considered
during execution.
13
The tenderers should not change the units as specified in the tender. If any unit is changed the
tenders would be evaluated as per the original unit and the contractor would be paid accordingly.
The tenderer should not change or modify or delete the description of the item. If any discrepancy
is observed he should immediately bring to the knowledge of the Architect/ Bank.
Each page of the BOQ shall be signed by the authorized person and cutting or overwriting shall
be duly attested by him.
The rate quoted shall be firm and shall include all costs as mentioned thereat.
3.8.5 The Company or firm or any other person shall not be permitted to seek pre-qualification for
the work in case his near relative(s) (directly recruited or on deputation in SBI & the Office
of Architect) is/are posted in any capacity either non-executive or executive employee in
Mumbai. Near relative(s) for this purpose is/are defined as –
i) Member of Hindu Undivided family (HUF)
ii) They are Husband and wife
iii) The one is related to other in the manner as father, mother, son(s) & son’s wife (daughter-in-
law), Daughters(s), Daughter’s husband (son-in-law), brother(s), brother’s wife, sister(s),
sister’s husband (brother-in-law)
The bidder shall also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him or who are near relative to any executive employee in STATE BANK
OF INDIA.
3.8.6 Efforts on the part of the bidder or his agent to exercise influence or to pressurize the BANK would
result in rejection of TENDER. Canvassing of any kind is prohibited.
3.9. Please note,
The Total Cost of Bid or Ownership (TCO) means the total bid value inclusive of the 3-year
warranty for all the components, equipments, gadgets etc as supplied & installed by the S.I /
contractor. The cost shall also include the 2nd
& 3rd
Year Comprehensive Annual Maintenance
Contract i.e. Comprehensive AMC. Further, for evaluating the bidders, the total bid value including
the warranty for 3 years as mentioned herein and comprehensive AMC for 2nd
& 3rd
year from the
date of handover of the project in all respects & to be included and considered, to arrive at the L-1
bidder. Further, the cost towards comprehensive maintenance required during the defect liability
period of 12 months is deemed to have been included in the total cost of the bid / ownership.
14
3.11 Successful Bidder has to follow the following process & timelines,-
Within 3 days against E-mail confirmation of the award of the job, bidder has to submit all
shop drawings along with the final make & model of every item, out of the approved makes,
to be proposed by him.
Within 3 days against e-mail confirmation, bidder has to allocate the Project Execution Team
with dedicated project manager at site.
Once Project Manager is appointed for SBI by Bidder, the Project Manager will become the
SPOC (Single Point of Contact) for execution related work And for Delivery schedule.
After preparation of the drawings, PM of Bidder has to take approvals on the same from
Architect & SBI.
Meanwhile, PM also suppose to give the complete instructions & pre-requisites about sites.
Once, the above stages are completed, the execution team should be at site within 2 working
days & they should commence the works on site
Once Execution team commences their works at site, within 3-4 working days, PM should
give complete report of site technicalities on site. & he also has to give pending or incomplete
Pre-requisites if any.
Then PM has to give daily reports to Team of SBI & Architects.
Entire Execution Team should be insured at the required value by the bidder
Entire Team should be at site with all precautionary measures like Safety Shoes, Life Jackets,
Helmets etc. Without these, nobody will be permitted to site.
15
ANNEXURES
16
LETTER OF TRANSMITTAL
(Performa to be typed on the letter head of the Bidder)
To
The Dy. General Manager (Premises),
STATE BANK OF INDIA,
Premises Department, Corporate Centre,
9th floor, State Bank Bhavan,
Madame Cama Road, Mumbai 400 021
Sub: Submission of TENDER Document for “Supply, Installation, Testing and commissioning of Audio-
Video Equipments, Stage Lighting & Stage Craft & IT Networking & Wi-Fi of Auditorium for
State Bank of India at SBI Bhavan, Madame Cama Road, Nariman Point, Mumbai - 400021”.
Dear Sir,
Having examined the details given in web-notice and tender document for the above work, I/we hereby
submit the documents (issued / downloaded from web) and other relevant information.
a. I/We hereby certify that all the statements made and information supplied in the Application Form,
enclosed forms - A to H, Checklist and accompanying statements are true and correct.
b. I/We have furnished all information and details necessary for tender and have no further pertinent
information to supply.
c. I/We also authorize DGM (Premises), STATE BANK OF INDIA to approach individuals, employers,
firms and corporation to verify our competence and general reputation.
d. I/We also submit prescribed declaration in respect of TENDER document.
e. I/We submit the following certificates in support of our suitability, technical know-how & capability
for having successfully completed the following works
f. In case at any stage later, information/details submitted by me / us is / are found to be incorrect / false /
fabricated, SBI shall have the absolute right to disqualify / reject the application out-rightly and also
debar me / us in participating in any future tenders without any prior intimation to me / us
Enclosures:
.
Seal of bidder
Date of submission Signature of Bidder
SL.NO Name of Work Certificate from
17
APPLICATION FORM
1. Name of the organization :
2. Address :
3. Name, Telephone Nos. including Mobile :
and e-mail id of contact person
4. Fax No. :
5. Constitution of the Firm
(whether Public or private company
/ firm / Proprietary) :
6. Year of Establishment :
(Supporting document to be submitted)
7. Whether registered with the Registrar of
Companies / Registrar of firms.
(if so, mention number and date and
supporting documents to be submitted) :
8. Registration with Govt. Authorities :
Income-tax (PAN) No. :
Service tax no. :
EPF Regn. No. :
ESI Regn. No. :
TIN / VAT No. :
GST Regn No. :
9. Names of Directors / Proprietor /
Partners / Associates :
10. Bio-data of Directors / Partners /
18
Associates, Details may be given in the
format mentioned below :
11 Amount of service tax paid year-wise
during last 3 financial years ending
31.03.2017 :
12. Details of ‘Similar’ works completed
during the last 7 years. :
(Details may be given in
the enclosed format - Form ‘B’)
13. Details of ‘Similar’ works on hand
Under execution / awarded. :
(Details may be given in
the enclosed format - Form ‘C’)
14. List of Professionals / Technical /
Non-technical Personnel employed
permanently :
(Details may be given in
the enclosed format - Form ‘D’)
15. Details of tools / equipments owned by the
company :
(Details may be given in
the enclosed format - Form ‘E’)
16. Banker’s Name & address :
(Enclose solvency certificate from
the bankers not earlier than 31.3.2017)
17. Latest Income Tax Clearance Certificate :
to be enclosed
18. List of empanelment / enlistment /
registration with other Organizations /
statutory bodies etc
If so, furnish their names, category and date of registration:
19
19. Annual turnover for the last 5 financial
years (year-wise) ending 31.03.2017 :
20. If the firm is not having its office in Mumbai
/Navi Mumbai, please indicate the time by
which it is likely to open an office at Mumbai
/Navi Mumbai with documentary evidence. :
21. Name and address of the persons who will
be in a position to certify about the quality
as well as performance of your firm :
Note: Please enclose separate sheets for additional information, photographs, and documents.
Signature of the bidder with seal
Date:
Place:
Name of the Organization Category Year since empanelled / registered
Financial Year Annual Turn Over
FY 2016-17
FY 2015-16
FY 2014-15
FY 2013-14
FY 2012-13
20
BIO-DATA OF THE DIRECTORS/PARTNERS/ KEY ASSOCIATES
1. Name :
2. Date of Birth :
3. Associates with the organization since:
4. Professional Qualification :
5. Professional Experience :
6. Professional Affiliation :
7. Membership in :
8. Details of Published papers :
in Magazine / Journals (if any)
9. Details of cost effective methods/ :
innovative techniques adopted
in the projects
10.Exposure to new materials/ :
Technology
Signature of Bidder
FORM ‘A’
FINANCIAL INFORMATION
I. Banker Details
Name of the Bank :
Branch with Address :
City :
Contact person in the Bank :
Contact Details :
II. Details of Chartered Accountant
Name :
Address :
Registration details of accountant :
Contact Number :
E-mail address :
III. Financial Analysis – Details to be furnished duly supported by figures in Balance Sheet/Profit
and Loss Account for the last Five years duly certified by the Chartered Accountant, as
submitted by the bidder to the Income-Tax Department (Copies to be attached).
IV. Income Tax clearance Certificate
V. Solvency certificate from Bankers (Schedule Bank ) of Bidder. Not earlier than 31.3.2017
V. Financial arrangements for carrying out the proposed work
Signature of Charted Accountant Signature of Bidder(s)
with seal with Seal
FORM ‘B’
DETAILS OF ALL ‘SIMILAR’ WORKS COMPLETED DURING THE LAST SEVEN YEARS ENDING BY 31st
MARCH 2017.
Signature of Bidder
Note :
Actual date of completion of the project should be within 5 years ending 31.03.2017 for taking into eligibility consideration.
The projects mentioned in the above format shall be sorted in the order of cost of the project (Descending order)
1 2 3 4 5 6 7 8 9 10 11 12
S.
No.
Name of
work/
project &
location
Owner
or
sponsori
ng
organiza
tions
Date of
Agreeme
nt with
the
owner
Scope of
work
executed
Built up
area of
the
building
for
which
AV work
has been
done
Cost of
project
work in
Crores
Date of
commen
cement
as per
contract
& actual
date of
commen
cement
Stipulated
Date of
completio
n &
Actual
date of
completio
n
Litigation/
Arbitration
pending/
In progress
with details
(if any)
Name and
address with
contact No. of
Officer of client
to whom
reference shall
be made
Remarks
FORM ‘C’
‘SIMILAR’ PROJECTS ON HAND - UNDER EXECUTION OR AWARDED
Signature of Bidder
Note :
The projects mentioned in the above format shall be sorted in the order of cost of the project (Descending order)
1 2 3 4 5 6 7 8 9 10 11 12 13
Sl.
No
.
Name
of
work/
project
&
location
Client /
Owner
or
sponsor
ing
organiz
ations
Type of
Client /
Owner
(Mentio
n Govt/
/ Semi
Govt /
PSU /
Autono
mous /
Private)
Date of
Agreem
ent
with
the
owner
Built up
area of
the
building
for
which
AV work
has been
done
Cost of
project
work in
Crores
Date of
commence
ment as per
contract &
actual date
of
commence
ment
Stipulated
Date of
completion
Upto date
percentag
e of
progress
of work
complete
d
Delay in
progress (if
any) and
reasons
thereof
Name and
address with
contact No. of
Officer of client
to whom
reference shall
be made
Remarks
(Indicate
whether any
show cause
notice issued
or
Arbitration
initiated
during the
progress
work)
FORM ‘D’
DETAILS OF KEY TECHNICAL AND ADMINISTRATIVE PERSONNEL EMPLOYED IN THE ORGANIZATION
Sr. No. Designation Total
Number Names
Educational
Qualification
Professional
Experience
Length of continuous
service with employer
in years
1 2 3 4 5 6 7
Signature of Bidder
Note:
1. Details of Technical personnel shall be provided qualification-wise
2. Organization chart of the company, additional information about Technical and administrative personnel, if any, may be
submitted on separate sheet
FORM ‘E’
DETAILS OF TOOLS AND EQUIPMENTS
LIKELY TO BE USED IN CARRYING OUT THE WORK.
Sr.
No
Name of the
Tools /
Machinery /
Equipment
Unit
Make /
Model /
Capacity
or Type
Age in
years
Condition
of the unit
Ownership Status (mention the quantity) Current
location Remarks
Presently
owned
To be
purchased
Leased
1 2 3 4 5 6 7 8 9 10 11
Signature of Bidder
FORM ‘F’
O.E.MANUFACTURERS AUTHORISATION FORM
(in Original Letter Head of OEM)
(To be mandatorily submitted along with the Technical Bid document)
To
The Deputy General Manager,
Premises Department,
State bank of India, 9th
floor,
SBI Bhavan, Madame Cama Road,
Mumbai.
Dear Sir,
Subject : Direct Manufacturers Authorization for the Installation
Ref : Tender No: ______ dated------
Name of Work: -
We ……………………….an established and reputable manufacturer of
professional ………….. (Product) having Corporate / Registered office at
………………………………………. do hereby authorize ………………………………as
our Distributor to submit a above bid______________ dt _______ and subsequently
negotiate and sign the contract with you for the supply of goods manufactured by us.
We hereby confirm and extend our full guarantee and warranty for 3 years as per
standard service procedure for the products offered for supply by the above firm only against
the invitation for bids ______________ dt ____ and only duly authorize the said firm to act
on our behalf in fulfilling any or all installation, technical support and maintenance obligation
as required by the contract.
Yours faithfully,
for ………………………………
Signature of Officer Authorized to sign this Document on behalf of the OEM.