PREQUALIFICATION NOTICE



Similar documents
CONCEPT. Sr No. Center/Village District Region Area of Plot 1 Alipura/Sayajipura Baroda Baroda

Limited and sealed bids are hereby invited on behalf of State Bank of India, Estate Department, GITC, CBD Belapur for appointment of Architect.

Ref. REC/Adm. (Estate)/ / Dated

STAR HOUSE, 1 st FLOOR, PREMISES DEPARTMENT C- 5, G -BLOCK, BANDRA KURLA COMPLEX BANDRA (EAST), MUMBAI TENDER DOCUMENT FOR

Application Form. Empanelment of Contractors for Electrical Maintenance Works at SEBI Bhavan. Name of the Applicant...

The Price Bid of those tenderers only, who qualify in the Technical Bid will be opened duly informing them.

Dy. Zonal Manager Kerala Zone

- NOTICE INVITING TENDER

भ रत य कप स नगम ल मट ड

Expression of Interest. Scanning of Documents

TENDER FOR INSTALLATION OF TEA/COFFEE VENDING MACHINES AND SUPPLY OF MATERIALS/CONSUMABLES AT CORPORATE OFFICE, GURGAON

KERALA STATE INDUSTRIAL DEVELOPMENT CORPORATION LTD

Wanted Plot at Bavla. Advertisement for purchase of plot at Bavla under Ahmedabad DO.

Securities and Exchange Board of India

NOTICE FOR EMPANELMENT OF ADVERTISING AGENCIES

EOI - Empanelment of Vendors for Load Testing. Expression of Interest (EOI) Empanelment of Vendors for Load Testing


Empanelment of Vendors for Load Testing

FOR PROCUREMENT OF MATERIALS UNDER DEPOSIT / APDRP WORKS

Document Control Sheet

Rajya Sabha Secretariat Rajya Sabha Television 12 A, Gurudwara Rakab Ganj Road, New Delhi TENDER NOTICE FOR INTERNET CONNECTIVITY

Development of application Software for Election Commission

Life Insurance Corporation of India, Divisional office, Jeevan Prakash, Julu Park, Hazaribag Ref. No. HDO/E&OS Date:

Tender No. CWC/RO-CNI/H&T-MDU I & II (Adhoc) / / Date: Tender notice

Sub: Modifications in the provisions of CPWD Works Manual 2007 regarding Two/Three envelope system, mobilization advance, specialized works, etc.

(A K Chatterjee ) Sc. F & Head, BIS-DSBO

Tender Document for Supply, Implementation & Maintenance of Human Resource (HR) Software

Oracle Financial Services Applications

No /1/2016-Genl. Government of India Ministry of Textiles

Prequalification for Empanelment of Contractors for Supplying and Installation of Modular Furniture

Invitation of Expression of Interest (EOI) From Consultancy Organizations For Creating Master Database of Regular Employees

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

Tender for development, upgradation of web based software application for Student Information System (SIS) INVITATION OF THE BID

Expression of Interest

PREQUALIFICATION DOCUMENT FOR CONSULTANTS FOR CIVIL WORKS. (Ref No. Secy/PPC/CVL/01)

OFFICE OF THE MUNICIPAL CORPORATION FARIDABAD

ZONAL OFFICE KARNATAKA ZONE EMPANELMENT OF AIR CONDITIONER SUPPLY CONTRACTORS

period Cost of tender documents : Rs. 5000/- (Five thousand only) - (Non refundable )

State Bank of India invites applications in a two cover system (technical and price

FINANCIAL INTELLIGENCE UNIT INDIA 6 th Floor, Hotel Samrat, Kautilaya Marg, Chanakya Puri, New Delhi

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING) REGIONAL OFFICE: CHENNAI.

OFFICE SPACE AVAILABLE FOR IT COMPANIES ON LEASE RENT AT NSIC STP COMPLEX, OKHLA INDUSTRIAL ESTATE, NEW DELHI

SANITARY SECTION IIT Kharagpur

EXPRESSION OF INTEREST FOR EMPANELMENT OF ADVERTISING AGENCIES

HIRING OF ACCOUNTANTS

CENTRAL INFORMATION COMMISSION BLOCK IV, 5 TH FLOOR, OLD JNU CAMPUS, NEW DELHI TENDER DOCUMENT

SUPPLY AND INSTALLATION OF INTERNET BANDWIDTH SERVICES

TENDER NOTICE NO. 04/

Tender for Procurement of -2- Nos of GeoTrust SSL Certificate (Secure Site with EV) Tender Ref. No. - BCC:IT:PROC:108:26 Tender Date - 10 th June 2016

For providing Facility Management Services of IT Infrastructure at College of Engineering Pune

Dated 14 July, Director (A&F) NHIDCL

IDBI Bank Limited. IDBI Tower, WTC Complex, Cuffe Parade, Mumbai PREQUALIFICATION OF ARCHITECTS AND INTERIOR CONTRACTORS

Subject : Annual Contract for Pest Control, Rodent Control and Termite Control to the Commission for the year

ELECTRONIC TENDERING SYSTEM FOR RFQ

Invites Offers from Consulting Actuary

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

INVITATION FOR LIMITED TENDER FOR SUPPLY OF TECHNICAL MANPOWER

Government of Himachal Pradesh Transport Department Shimla

REQUEST FOR PROPOSAL (RFP) FOR SCANNING & DOCUMENT MANAGEMENT SOLUTION FOR THE COMMISSIONER OF INCOME TAX, DELHI-II NEW DELHI

OFFER DOCUMENT FOR ACQURING COMMERCIAL PREMISES FOR HIMCON AT SHIMLA PAGE 1 OF 15

Tender for Comprehensive A.M.C. for Air-conditioning Systems at Sub Regional Office Employees' State Insurance Corporation, Bibvewadi, Pune.

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

Request For Quotation from Service Providers. for. ISO/IEC 27001:2013 Certification for UTIITSL

TENDER FOR TRAVEL SERVICES

Tender Notice. Tender no. : NTSC (O)/EM/F&F/ Date: 8th June, 2015

A. Qualifying Criteria

NETAJI SUBHASH CHANDRA BOSE MEDICAL COLLEGE JABALPUR

EMPANELMENT OF CONTRACTORS IN KOCHI METRO RAIL LIMITED FOR METRO ALLIED WORKS

Bank of Baroda inviting tenders from Gujarat Based Reputed Printers for F.Y with BOB Zonal Stationery Cell, Baroda. Ph.

LIMITED TENDER ENQUIRY FOR RODENT CONTROL SERVICES IN AAAGH

1 APPLICATION FORM FOR REGISTRATION/PRE-QUALIFICATION OF PARTIES FOR

NOTICE INVITING PROPOSAL

Dy. General Manager (Information Technology)

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE E-TENDER NOTICE FM/NEP/INT/27/14-15 Date:

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

TENDER NOTICE NO. 01/2016 Tender Notice for inviting Tenders for hiring of vehicle for One Year i.e under 1% Incremental Revenue Scheme.

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

SOFTWARE TECHNOLOGY PARKS OF INDIA

COUNTY ASSEMBLY OF MARSABIT P.O.BOX 29 MARSABIT

No. MMTC/MIN/IOS/05/2015 Date :

Sub: Tender Enquiry for Sale of Condemned Items.

QUALIFICATION OF SUB-CONTRACTORS FOR FIRE DETECTION AND ALARM SYSTEM FOR CFC STANBIC BANK REF: 2014/15-06

Software Technology Parks of India

(A Government of Delhi undertaking)

TENDER FOR ANNUAL MAINTENANCE CONTRACT OF WEBSITEs OF O/O DIRECTORATE OF FILM FESTIVALS.

TENDER NOTICE. Tender for Printing of Calendars Wall Calendars, Desk Calendars & Date Calendars

NOTICE INVITING e-tender (3 BOT -3 Envelopes Open Tender) (E-Bid No )

2) For display on the Notice Board.

APPLICATION FOR PRE-QUALIFICATION OF AGENCIES / CONTRACTORS FOR GARDEN MAINTENANCE SERVICES

Supplier prequalification Document

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

PUNJAB NATIONAL BANK EXPRESSION OF INTEREST (EOI) FOR EARLY WARNING SYSTEM LOAN ACCOUNTS

Annual Maintenance Contract (AMC) of Computer/Printer/Server/Scanner/ Laptop/UPS etc. in the Ministry of Women and Child Development

Expression of Interest (EoI) Design, Development and Maintenance of New Website for National Institute of Solar Energy, Gurgaon

SBI FUNDS MANAGEMENT PRIVATE LIMITED REQUEST FOR PROPOSAL FOR WEB SECURITY SOLUTION

Expression of Interest (EOI) For. Enterprise Content Management Solution (ECM)

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

Selection of Chartered Accountant firms for the audit of SSA Accounts

FOR "SELECTION OF SERVICE PROVIDER FOR ESTABLISHMENT OF DEDICATED INTERNET LEASED LINE OF 4 MBPS PRIMARY AND 2 MBPS SECEONDARY"

Transcription:

Planning & Support Services Dept. Regional Office, Nasik Survey No.730, 1 st floor SMRK College Campus, College Road Nasik 422 005 PREQUALIFICATION NOTICE FOR APPOINTMENT OF PROJECT ARCHITECT / CONSULTANT FOR FURNISHING OF ALERNATE PREMISES OF REGIONAL OFFICE NASIK

(A Government of India Undertaking) Regional Office, Nasik Survey No.730, 1 st floor, Opp. SMRK Mahila Mahavidyalaya, College Road, Nasik 422 005 PRE-QUALIFICATION OF CONSULTANTS / ARCHITECTURAL FIRM Furnishing of alternate premises of Regional Office Nasik Union Bank of India invites applications for pre-qualification from eligible Consultants / Architectural firms preferably based in Nasik, Mumbai or Pune for undertaking work of furnishing including designing / implementing furnishing, electrical, air conditioning, civil work, CCTV system, etc. The area to be renovated is around 4,000 sq. ft. Pre-qualification application forms containing detailed information, eligibility norms etc. can be collected from the above address during working hours from 30.04.2014 to 21.05.2014 upto 15.00 hours. The application form shall be also available at the Bank s website www.unionbankofindia.co.in and www.govtenders.nic.in. The last date for submission is 21.05.2014 at 15.00 hours. The Bank reserves the rights to reject any or all applications without assigning any reasons whatsoever. Dy. General Manager 2

Planning & Support Services Dept. Regional Office, Nasik Survey No.730, 1 st floor SMRK College Campus, College Road Nasik 422 005 1. General Information APPOINTMENT OF CONSULTANTS / ARCHITECTURAL FIRM Furnishing of alternate premises of Regional Office Nasik General information for the Architects / Consulting Engineers who wish to submit application for the subject work are requested to read following instructions before filling in the forms. 1. Architectural / Consulting firms, intending for appointment in Union Bank of India are requested to furnish the details as per enclosed format for consideration. 2. If the space provided in the proforma is insufficient for giving full details, separate sheet of paper may be used. 3. Information furnished to Bank will be kept as strictly confidential. 4. Decision of the Union Bank of India regarding selection / rejection for appointment will be final and binding and no further correspondence will be entertained. Architects / Consultants empanelled will be informed by post. 5. Information and details furnished by firm / party if found to be false at any time in future or any information withheld, come to the notice of the Bank on later date, the appointment will be cancelled immediately. 6. The proforma or part thereof shall be signed by any one or more persons on behalf of the firm holding the power of attorney to do so. 7. Where copies are required to be furnished, these should be certified copies. Details of works: 3

The proposed premises of Union Bank of India s Regional Office Nasik is located on the 1 st floor, The Capital, Opp. Kulkarni Garden, Sharanpur Road, Nasik admeasuring 4000 sq. ft. The Bank intends to carry out furnishing work of the premises so as to give a Corporate look and conducive environment. The premises is presently vacant. There will be following type of tenders: a. Furnishing with civil & electrical b. Modular furniture c. Purchase of chairs / sofas d. CCTV System e. Air Conditioning System A. Furnishing work: The scope of work will cover furnishing / civil / modular furniture / chairs / sofa / curtains / glazings etc. The details of works in brief are as under: - Civil work including false ceiling - Laying under floor raceways for tele-communication, electrical and data cables. - Furnishing work including general furnishing, partitions, conference hall, modular workstations, chairs, sofa, reception, waiting lounge. - General electrification within the floors including lighting fixtures / gadgets, wiring cabling. B. MEP services i.e. Fire Alarm System + CCTV + related electrical work - Tender for Fire Alarm System + CCTV - Tender for electrical work Scope of Work: The scope of work in brief will include preparation of necessary designs, drawings, specifications and estimates, tender documents, shortlisting of contractors, supervision of the construction work, liasoning with Govt. / approving authorities, submitting reports on work progress, budget and cost control, Project accounts, material & equipment, labour, verifying the bills submitted by the contractors issuing completion certificate. Preparation of Detailed Project Report (DPR) consisting of Architectural, interior, furnishing, and services design. Preparation of preliminary and detailed cost estimate along with details of measurements and schedule of quantities. Selection Procedure: The Bank will visit the qualifying work site to understand the workmanship and quality of work delivered. The Bank will also be calling Confidential Report from the clients of the applicant. The agencies who are satisfying the requirement and getting weightages above 80 will be selected for prequalification. A design competition will be held among the selected agencies that will be required to give presentation to the Bank. The best and acceptable design will be selected taking into account parameters as under: Functional requirements Optimum use of space available Ideal plan Staff Comfort Ease and convenience in visitor s movement Appearance Use of latest technology and its placement Selection of furniture Color Combination The sealed bids will be invited from selected agencies and the L1 will be awarded with the work 4

2. Duties / scope of work expected from the Project Architect 2.1 Taking the instructions from Bank, visiting the sites, preparing sketch designs which shall be in accordance with local governing codes / standards, regulations, etc. (including carrying out necessary revisions till the sketch designs are finally approved by the Bank), making approximate estimate of cost by cubic measurements, square meter or otherwise and preparing reports on the scheme so as to enable the Bank to take a decision on the sketch designs. 2.2 Submitting a proper PERTCHART / Bar Chart incorporating all the activities required for the completion of the project well in time i.e. preparation of working drawings, structural drawings, detailed drawings, calling tender, etc. The programme should also include various stages of services to be provided by the Project Architect / Consultants. 2.3 Submitting required drawings to the Municipality and other local authorities and obtaining their approval. 2.4 Preparing architectural working drawings, structural calculations and structural drawings, layout drawings for water supply and drainage, electrical installations, telephone installations, furnishing plans, cross sections, etc., detailed estimates and all such other particulars as may be necessary for preparation of bill of quantities. 2.5 Preparing pre-qualification documents and carrying out scrutiny. 2.6 Preparing detailed tender documents for various trades viz., general builders work and specialist services such as water supply and sanitary installation, electrical installation, furnishing, etc., complete with articles of agreement, special conditions, conditions of contract, specification, bill of quantities, including detailed analysis of rates based on market rates, time and progress charts, etc. 2.7 Preparing tender notices for issue by Bank for inviting tenders from prequalified / shortlisted parties on behalf of Bank, as the case may be for all trades and submitting assessment reports thereon, together with recommendations specifying abnormally high and low rated items, comparative statements, justification for acceptance of contract. Preparing contract documents for all trades and getting them executed by the concerned contractors. 2.8 The assessment report shall be based on detailed estimate, proper analysis of rates with constants from an approved Standard Hand Book and market rates of materials and labour for major items of works costing about 90% of the estimated cost of the work. 2.9 All commercial conditions shall be evaluated in financial terms instead of merely saying whether a condition may be accepted or not. 2.10 When conditions are not susceptible of evaluation, the alternative procedure of calling all the tenderers for negotiation and asking them to submit a final bid based on the terms and conditions acceptable to the Bank may be adopted. 2.11 Preparing for the use of the Bank, the contractor and site staff, 4 copies of contract documents for all trades including all drawings, specifications and other particulars. Preparing such further details and drawings as are necessary for proper execution of the works. 2.12 Assuming full responsibility for supervision and proper execution of all works by General and Specialist Contractors who are engaged from time to time, including control over quantities during the execution to restrict variation, if any, to the minimum. 2.13 No deviations or substitutions should be authorized by the Architect without working out the financial implication, of any, to the contractor and obtaining approval of the Bank. However, 5

where time does not permit and where it is expedient, the Architect may take decisions on behalf of the Bank, the total cost of the item/deviation of which should not exceed Rs.10,000/-. This deviation shall be got subsequently ratified from the Bank duly justifying his action at the earliest. 2.14 Working out the theoretical requirement and actual consumption of cement and steel and any other material specified for each bill. 2.15 Deploy a full time/temporary Site Engineer for supervision of proposed work. 2.16 Checking measurements of works at site. Checking contractor s bills, issuing periodical certificates for payments and passing and certifying accounts, so as to enable the Bank to make payments to the contractors and adjustments of all accounts between the contractors and the Bank. Architects shall assume full responsibility for all measurements certified by them. It shall be mandatory on the part of the Architect to check the measurements of various items to the extent of 100% of each item of work claimed, in each running bill. 2.17 The Architect / Consultant to issue certificate of payment as under: Certified that the various items of work claimed in this running bill / final bill by the contractors have been completed to the extent claimed and at appropriate rates and that the items are in accordance with and fully conforming to the standard / prescribed specifications and drawings. We further certify that we have checked the measurements to the extent of 100% of each item claimed in this bill. Hence the bill is recommended for payment of Rs.. Date (Signature of the Architect) 2.18 The Architects shall endorse the above certification in the relevant Measurements Books also. 2.19 The Architect shall certify after test / commissioning / final inspection and check as the case may be, the completion of the work and / or satisfactory functioning of the system in services and utilities, as the case may be. 2.20 Submitting a detailed account of steel, cement and any other material that the employer may specify and certifying the quantities utilized in the works. 2.21 Obtaining final building completion certificate and securing permission of Municipality and such other authority for occupation of the building and assisting in obtaining refund of deposit, if any, made by the Bank to the Municipality or any such other authority. For furnishing / renovation work wherever permission is required from Municipal / other authorities, the same shall be obtained by the Architect. The liaisoning expenses for obtaining the permission shall be borne by the architect / consultant. The Bank will pay deposit / scrutiny fee. 2.22 Appearing on behalf of the Bank before the municipal Assessor or such other authorities in connection with the settlement of the rateable value of the building and tendering advice in the matter to the employer. 2.23 On completion of the project, prepare as made completion drawings of architectural, structural, water supply, drainage, furnishing works and electrical and other services along with a brief report on the project and relevant structural design calculations and submitting 4 copies of the same for the records of the Bank. A soft copy of the drawings as well as tender document shall also be submitted to the Bank. 2.24 Further, the Architect shall verify and confirm that identification marks are made on all service installations/cables/wiring, etc. for easy identifications to carry out maintenance jobs. 6

2.25 The Architects shall be wholly responsible for the successful completion of the project in all respects consistent with safety and structural stability from the inception upto the handing over for occupation to the Bank. 2.26 The Architects shall assist the Bank in all arbitration proceedings between the contractors and the Bank and also defend the Bank in such proceedings. 2.27 The Architect shall furnish one complete set of structural designs, calculations and structural drawings for the Bank s record. 2.28 Any other services connected with the works usually and normally rendered by the Architects, but, not referred to herein above. 2.29 The Architect / Consultant shall also assist the Bank in inspection and replying to the queries raised by vigilance / audit authorities. 2.30 The supervising staff deployed by the architect / consultant shall maintain following registers on daily basis i.e. Daily Progress Report, Site Order Book, Material testing record, High Value Material Receipt Register, Hindrance Register, etc. 2.31 The Architect / Consultant should conduct site meetings on weekly basis to be attended by the Bank / contractor s representative. 2.32 Any other services connected with the works usually and normally rendered by the Architects, but, not referred to herein above. 2.33. In case it is established that due to fault of the Architect /Consultant, the Bank has to pay any extra amount due to over-run of the project, over measurements faulty description of tender item or any other lapse on the part of the Architect / consultant necessary recovery may be effected from the Architect s /Consultant s fee as per provision of section 73 of Indian Contract Act 1872 under Section 30 of Architects Act 1972 (Central Act No.20 of 1972), besides Bank s taking recourse to proceed against the Architect / Consultant for recovery of the extra amount incurred by the Bank. The Architect s / Consultant s liability may be however limited to 10 % of the fees paid to him. 2.34 In the event of any dispute, difference or question arising out of or touching or concerning assignment given to you at any of the field office, the same shall be referred, at the option of either party, to the arbitration of a sole Arbitrator mutually agreed upon and in default of such agreement both the parties shall appoint one arbitrator each and both the arbitrators shall appoint one presiding arbitrator (umpire). All the arbitrators shall be the Fellows of the Indian Institute of Architects or the Institution of Engineers (India). The said arbitration proceeding shall be under the provision of the Indian Arbitration and Conciliation Act, 1996 together with any statutory modifications thereof. The award of the arbitrator(s) or umpire, as the case may be, shall be final and binding upon the parties. 2.35. The Architect / Consultant shall take proper care in estimating the quantity of work required and shall not increase quantum of work after acceptance of contractor s bid. The professional fee to be paid to the architect shall be restricted to a maximum of 110% fee on the value of accepted tender. 2.36. The Architect / Consultant shall not be recommending mobilization advance to any of the contracting agency. In case if the advance is to be paid, the same shall carry interest at the rate of PLR and again submission of Bank Guarantee for equal amount from the Prime Bank. 2.37. Under no circumstance you will be submitting recommendations of contract other than lowest. 7

3. Miscellaneous information 3.1 If the space provided in the proforma is insufficient for giving full details, separate sheet of paper may be used. 3.2 Information furnished to Bank will be kept as strictly confidential. 3.3 Decision of the Union Bank of India regarding selection / rejection for pre-qualification will be final and binding and no further correspondence will be entertained. Architects pre-qualified will be informed by post. 3.4 Information and details furnished by pre-qualified firms if found to be false at any time in future or any information withheld, come to the notice of the Bank on later date, the prequalification will be cancelled immediately. 3.5 The proforma or part thereof shall be signed by any one or more persons on behalf of the firm holding the power of attorney to do so. 3.6 Cost of the application form is Rs. NIl (non-refundable) to be paid by way of Pay Order / Demand Draft favouring Union Bank of India, payable at Mumbai. Application form is not transferable. 3.7 Where copies are required to be furnished, these should be certified copies. BIO DATA OF ARCHITECTURAL / CONSULTING FIRM 1. Name of the firm : 8

1 a) Address (Head Office) : Telephone No. : Office : Residence : Mobile : Fax : E-Mail : 1 b) Address (Branch Office) : Telephone No. : Office : Residence : Mobile : Fax : E-Mail : 2 a) Whether proprietary/partnership/: Pvt. Ltd. / Public Ltd. (certificate of registration / partnership deed to be enclosed as Annexure-I). b) Name of the Proprietor, : Partners, Directors I) II) III) c) Year of establishment : 3. Registration with Tax Authorities : i) Income-tax (PAN) No. : ii) Service tax no. : iii) EPF Regn. No. : (copies of certificates of registration with relevant authorities to be enclosed as Annexure-II- A, II-B, II-C) 4. Names of the Bankers with address & telephone Numbers: I) II) 5. Whether registered with Council of Architecture, if so, please mention the number. (copy of certificate to be enclosed as Annexure-III) 6. Enclose copies of audited balance- : 9

Sheet and Profit & Loss A/C. for the last 3 years as Annexure IV-A, IV-B and IV-C) 7. Certificate of Registration with Govt. / Public Sector / Banks (certificate of Registration to be enclosed as Annexure V) Name of the Organisation Year since empanelled 8. Give details if at present involved in litigation in similar type of contracts Sr. No. Name Project of Name of Employer Nature of work Work order dated Date of completion of work Value Rs. 9. Details of civil suit, if any, that arose : during execution of contract in the past 10 years. 10. Specify maximum value of single : value project executed during the last three years. 11. Name & relation, if any, with the staff : member of Union Bank of India. 12. Details of work executed during the last 3 years: Type of work Work executed for (name of the Institution / Body) Nature of work (in brief) Location Value Rs. Duration of work with dt Commence completion If work left incomplete or terminated (give reasons) Note: Copies of work orders / appointment letters along with xerox copies of relevant TDS certificate, satisfactory completion certificate obtained from the client to be enclosed as Annexure-VI. Please note without the copies of certificates, your application is liable to be rejected. 10

13. Details of work on hand (photo copies of performance certificate, work orders issued by valued clients, preferably Banks, Govt., Semi-Govt. Bodies should be enclosed as Annexure-VII). Type work of Work executed for (name of the Institution / Body) Nature of work (in brief) Location Value Rs. Duration of work, stipulated time Present stage of work 14. LIST OF NAME/S OF PROPRIETOR / PARTNERS & EMPLOYEES Name Qualifications Experience Particulars of work done Employed in your firm since Value of work done 15. Turnover in last 5 years: Sr. Year Turnover Income-tax Service Tax paid No. (Rs.in lacs) paid 1 2008-2009 2 2009-2010 3 2010-2011 4 2011-2012 5 2012-2013 Copies of income-tax returns / assessment orders for each year to be enclosed as Annexure-VIII A, B, C, D & E) 16. PRE-QUALIFICATION CRITERIA: 16.1 Mandatory criterion: (Tick appropriate) 11

Must have office / branch office in Mumbai (Yes/No) (Arrangement with associated firms will not be accepted) Must be registered with Income Tax (Yes/No) Must be register with Service Tax (Yes/No) Must be in the professional practice for a period not less than 5 years (Yes/No) Must be member of Council of Architects / Engineers Must have experience for atleast one work of similar nature costing more than Rs.70.00 lacs (4000 sft.) (Documentary evidence for all above criteria must be enclosed and without which application will be rejected.) Sr. No. Criteria Weightage Self rating marks 1 Should have executed during the last 7 years similar single work of refurbishment / renovation admeasuring 4,000 sq.ft. and above, costing not less than Rs.70.00 lacs, comprising of civil work related to renovation, interior, furnishing, modular workstations. Out of the total cost of ` 480.00 lacs, the following activities must constitute as under: a) Furniture / Furnishing / Civil Rs.50.00 lacs b) Electrical / Air Conditioning / FAS/Fire Hydrant/CCTV: Rs.20.00 lacs 60 The similar works encompass furniture (wooden modular work stations / wooden onsite fabrication, Chairs, curtains, false ceiling, civil work, Air Conditioning / FAS/Fire Hydrant/CCTV. 2 Should have received average professional fee above Rs.1.40 lacs per annum during the last three financial years. 3 Should have adequate in-house infrastructure of Architects / Engineers Architects - 3 nos. Engineers 3 nos. 25 7.5 7.5 NOTE: 1. Criteria mentioned above are just minimum requirement. The Bank at its discretion may upgrade the criteria. No complaint on this account will be entertained. Architect / consultants scoring 80 marks & above will only be considered for pre-qualification. Architects / consultants themselves have to fill in self-rating marks column in the above table. 2. Similar works means as mentioned in details of works 17. DETAILS OF PREQUALIFYING WORKS - I (filling all details are mandatory without which application will be summarily rejected) 1. NAME OF FIRM & ADDRESS FOR WHOM THE WORK IS EXECUTED 12

2. DETAILS OF WORK DONE BY THE FIRM 3. NAMES OF THE CONTRACTING AGENCIES WHO EXECUTED THE WORK 4. VALUE OF CONTRACT EXECUTED 1. CIVIL WORK = ` 2. GENERAL FURNISHING = ` 3. MODULAR FURNISHING = ` 4. AC = ` 5. ELECTRICALS = ` 6. CCTV ACCESS CONTROL = ` 7. FIRE SAFETY MEASURES = ` 8. AREA OF RENOVATION = SFT. 5. BRIEF DISCRIPTION OF THE WORK 6. PERIOD DURING WHICH THE CONTRACT IS EXECUTED 7. WORK ORDER REFERENCE (PLEASE ENCLOSE COPY OF THE WORK ORDER) 8. COMPLETION CERTIFICATE REFERENCE (PLEASE ENCLOSE COPY OF THE COMPLETION OF WORK) 9. DEALING IN EXECUTION OF WORK 10. WHETHER TIME SCHEDULE IS ADHERED TO 11. ANY OTHER INFORMATION WHICH YOU CONSIDER WILL HELP US IN TAKING OUR DECISION. Copies of above sr. no. 7 & 8 documents are enclosed. PLACE: SIGNATURE WITH OFFICE SEAL DATE: 18. DETAILS OF PREQUALIFYING WORKS - II (filling all details are mandatory without which application will be summarily rejected) 1. NAME OF FIRM & ADDRESS FOR WHOM THE WORK IS EXECUTED 13

2. DETAILS OF WORK DONE BY THE FIRM 3. NAMES OF THE CONTRACTING AGENCIES WHO EXECUTED THE WORK 4. VALUE OF CONTRACT EXECUTED 1. CIVIL WORK = ` 2. GENERAL FURNISHING = ` 3. MODULAR FURNISHING = ` 4. AC = ` 5. ELECTRICALS = ` 6. CCTV ACCESS CONTROL = ` 7. FIRE SAFETY MEASURES = ` 8. AREA OF RENOVATION = SFT. 5. BRIEF DISCRIPTION OF THE WORK 6. PERIOD DURING WHICH THE CONTRACT IS EXECUTED 7. WORK ORDER REFERENCE (PLEASE ENCLOSE COPY OF THE WORK ORDER) 8. COMPLETION CERTIFICATE REFERENCE (PLEASE ENCLOSE COPY OF THE COMPLETION OF WORK) 9. DEALING IN EXECUTION OF WORK 10. WHETHER TIME SCHEDULE IS ADHERED TO 11. ANY OTHER INFORMATION WHICH YOU CONSIDER WILL HELP US IN TAKING OUR DECISION. Copies of above sr. no. 7 & 8 documents are enclosed. PLACE: SIGNATURE WITH OFFICE SEAL DATE: 19. FORMAT OF CONFIDENTIAL REPORT (To be submitted by the Client of applicant on their letter head in sealed envelop to the Bank - Mandatory requirement) To: The GENERAL MANAGER (SSD), 14

Union Bank of India, Union Bank Bhavan, 239, Vidhan Bhavan Marg, Nariman Point, Mumbai - 400 021. Sir, Confidential Report on M/s. This is to certify that M/s., having Office at have completed the work of. Confidential Report for our project executed is as under: 1. DETAILS OF PROJECT EXECUTED BY THE FIRM 2. AREA OF RENOVATION 3. DATE OF COMMENCEMENT OF PROJECT 4. DATE OF COMPLETION OF PROJECT 5. TOTAL VALUE OF PROJECT EXECUTED 6. QUALITY OF SERVICE RENDERED Civil Work: ` General Furnishing work: ` Modular Furnishing work: ` Air Conditioning: ` Electrical Work: ` Fire Alarm System: ` CCTV/Access Control: ` Audio/Video Gadges: ` 7. COMPETENCE TO HANDLE WORKS 8. INTEGRITY AND RELIABILITY OF THE FIRM 9. DEALING IN EXECUTION OF WORK 10. WHETHER TIME SCHEDULE IS ADHERED TO 11. WHETHER ANY PENALTY IMPOSED FOR THE DELAY 12. GENERAL ATTITUDE OF THE FIRM 13. ANY OTHER INFORMATION WHICH YOU CONSIDER WILL HELP US IN TAKING OUR DECISION PLACE: DATE: SIGNATURE: NAME: DESIGNATION: OFFICE SEAL 20. DETAILS OF PREQUALIFYING WORKS Name of work/project and Location Owner or sponsoring 15

Organization FSI of the Building Cost of the project in (crores) Total amount received for consultancy services. Date of start & completion of consultancy work Litigation/ arbitration pending / in progress with details* Name and address / telephone no of employer to whom reference may be made Remarks 21. DETAILS OF SUB CONSULTANTS/SPECIALISED AGENCIES PROPOSED TO BE ENGAGED 16

Sr. No. Specialization as per list given in para 1.2 above Name of sub consultant to be appointed Details of dedicated Person, his qualification & Experience to be appointed for the project Consent letter enclose Y/N Remarks 1 2 3 4 5 6 7 8 9 10 22. LIST OF ENCLOSURES: ANNEXURE PARTICULARS TICK IF NO. ENCLOSED I Certificate of registration of Company / partnership deed. IIA, IIB, IIC Certificates of registration with Income Tax, Service Tax,, EPF authorities. III Certificate of registration with the Council of Architecture. IVA, IVB, IVC Audited Balance Sheet & Profit & Loss A/c. Statement for the last three years. V Certificates of Registration with Govt. / Public Sector / Banks. VI Copies of work orders / appointment letters along with xerox copies of relevant TDS certificate, satisfactory completion certificate mentioning value of work. VII Copies of performance certificate, work orders issued by valued clients, preferably Banks, Govt., Semi-Govt. Bodies. VIIIA, VIIIB, Copies of income-tax returns / assessment orders for VIIIC, VIIID, previous 05 years. VIIIE Note: In absence of any of the above enclosures, your application is likely to be rejected. 24. General Terms & Conditions 1. The principal consultant, who wish to engage sub-consultants/ specialized agencies for fields in which he/they do not have specialization, is required to furnish information about them in forms annexed. The principal consultant should obtain a consent letter from the sub consultants whom he/ they wish to appoint in the 17

(a) (b) (c) (d) (e) (f) (g) (h) prescribed format. However sub consultants shall be appointed only with the prior approval of the Bank. The broad list of specialized fields is as HVAC design E&M services Structural design Façade Work Plumbing services External services of the campus Waste management Landscaping & Rain Water Harvesting. (i) Energy simulation for optimising energy efficiency (j) Electric power Distribution system (k) (l) Fire Fighting System Griha Rating for Green Building Concept (m) Building automation services (n) (o) Solar water heating &lighting Interior & furnishing 2. 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 e-tender unless the Employer calls for it. Additional sheets, if any required to be added by the bidder, shall be scanned & uploaded along with tender document part-i only. 3. The Bank reserves the right to accept or reject any tender and reject all tenders at any time, without assigning any reason or incurring any liability to the bidders. 4. The Bidder is advised to visit the site of work, at his own cost, and examine it and its surroundings to apprise him and collect all information that he considers necessary for proper assessment of the prospective assignment including by laws and formalities required for obtaining various NOC's and approvals at various stages of work. 5. The Architectural firm should be an Indian Consultancy firm preferably based in Mumbai or have an established office in Mumbai with adequate supporting staff & infrastructure facilities. 6. Even though a bidder may satisfy the above requirements, he would be liable for disqualification if he has. 18

a. Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the application documents. b. Record of poor performance such as abandoning work, not properly completing the contract, or financial failures / weaknesses etc. 7. The employer reserves the right, without being liable for any damages or obligation to inform the bidder, to (a) Amend the scope and value of contract. (b) Reject any or all of the tenders without assigning any reason. 8. Any e f f o r t on t h e p a r t of the bidder or his agent to exercise influence or to pressurize the employer would result in rejection of his application. Canvassing of any kind is prohibited. 9. The selected agency will be fully responsible for obtaining statutory approval, furnishing details and drawings required for the work and to complete the entire work satisfactorily in time-bound program. Further issue of working drawing must be along with work order. 19

25. PROFORMA FOR CONSENT LETTER/UNDERTAKING (to be given by Sub consultant on letter head) To, The Dy. General Manager Union Bank of India Regional Office Nasik Date: Sub:-Consent for undertaking Specialized Sub Consultancy for.(details of specialized consultancy to be filled in by the sub consultant) Sir, I/We hereby give undertaking to be associated with.. (name of the bidder/ principal consultant) to provide the subject sub-consultancy for the project of interior renovation of Union Bank of India Central Office at Mumbai. SH: Consultancy Services (Architectural, Structural, Building Services, E & M Services etc.) I/we propose to appoint Shri (name of the dedicated person to be appointed for the project) who has.years of experience in the profession (years of experience to filled in) Signature of authorized signatory of Sub Consultant

D E C L A R A T I O N 1. I / We have read the instructions appended to the proforma and I / We understand that if any false information is detected at a later date, any future contract made between ourselves and Union Bank of India, on the basis of the information given by me / us can be treated as invalid by the Bank and I / We will be solely responsible for the consequences. 2. I / We agree that the decision of Union Bank of India in selection of contractors will be final and binding to me / us. 3. All the information furnished by me hereunder is correct to the best of my knowledge and belief. 4. I / We agree that I / we have no objection if enquiries are made about the work listed by me / us in the accompanying sheets. 5. I / We agree that I / We have not applied in the name of sister concern for the subject appointment process. Place : SIGNATURE Date : NAME & DESIGNATION SEAL OF ORGANISATION 21