Tender For Appointment of Architect Consultant
Tender For Appointment of Architect Consultant
Page 1 of 40
INDEX
Description
Sr. Page
No. No.
3 Form of Tender 10
20-22
5 Annexure-I (Articles of Agreement)
23-24
6 Annexure-II (Information to be furnished by the applicant)
Page 2 of 40
12
Part-II (Financial Bid) 35
13 Illustration 39
Page 3 of 40
NOTICE INVITING TENDER
Page 4 of 40
5. While filling up the pro-forma with regard to the list of the important projects
completed or in hand, the applicant shall only include those projects/ works
whose individual cost is not less than ₹ 10 lakh for Civil/Architectural works
and ₹ 5 lakh for electrical/ AC/ interior design/ other works. Applicant having
prior experience of working with Public Sector Undertakings (PSUs)/Public
Sector Banks(PSBs)/Govt. Office will be given preference as indicated in
Evaluation Matrix, Annexure IV.
6. The applicants must have following professionals on its roll:
At least one Graduate with B. Arch or equivalent having membership of Indian
Institute of Architects/ Indian Council of Architecture/ Institution of Engineers
(India) and one civil/electrical engineer with minimum 5 years of experience in
planning/designing on their regular establishment for not less than 5 year. The
applicant must also have necessary draftsman support. The technical personnel
should be available for consultation/ furnishing required help in getting plans
sanctioned, obtaining completion certificate from local authorities etc. The
applicant has to engage civil/electrical engineer for supervision of works within
the quoted fees whenever any project work is in progress.
7. The fees payable for the consultancy services will be linked to the value of
project/s awarded by the Bank, for which the services of the consultant have been
sought. Hence, the fees or service charges must be quoted in percentage terms
(upto 2 decimal points, GST shall be paid extra as applicable) for value of works
executed by the Bank and for which services have been rendered by the applicant.
The maximum permissible limit for the percentage to be quoted is
3.5%. The fees will be inclusive of all costs for rendering the services as defined
in the “Scope of Work”. The “value of work” will be reckoned based on bill amount
accepted by the Bank in respect of the executed works for which the consultancy
services have been availed.
8. The percentage basis fee shall be valid for a period of 2 year. The 2 year contract
period will be reckoned from the date of Appointment which may be further
extendable for a period of 1 year subject to satisfactory services provided by the
consultant.
9. In addition, in order to facilitate the hired agency to have a steady stream of
income to meet overheads, bank will be paying a fixed token amount within the
overall limit of 3.5% on monthly basis. In other words, in any month where the
bank has not entrusted any work or utilized the services of the agency for limited
Page 5 of 40
purposes, bank will pay the amount of shortfall to the agency so that agency will
have minimum fixed income as part of this appointment. (See note on financial
bid).
The applicant shall, with prior approval of the Bank and within his fees, engage
the services of well qualified staff/specialist or consultants pertaining to services
indicated below and will be broadly responsible for all the following works:
(i) Rendering end-to-end services as required by NABARD, including
consultancy services for various repair/renovation works. This
encompasses all stages from planning and design (potentially requiring
architects for designs, drawings, and supervision) to execution and final
handover, which may involve civil engineering expertise for design,
supervision, liaisoning, and obtaining statutory approvals.
(ii) 2D/ 3D Design with cost estimates for renovation/ re-modelling of various
projects like Renovation of Staff Quarters, Renovation of Senior Officers
Cabins, Renovation of Toilets, Visiting Officer Flats (VOF), Visiting
Employees Flat (VEF) etc.
(iii) Liaisoning with MCD, state agencies or authorities to obtain necessary
permissions, clearances, and approvals as required for the successful
execution of the awarded work/assignment.
10. For specialized work such as electrical, HVAC, or structural design, not explicitly
included within the scope of work required/assigned by NABARD, and for which
the firm/agency lacks in-house technical expertise, the firm/agency may engage
external technical personnel on an actual cost basis with prior approval from
NABARD. In such cases, no additional fees will be payable beyond the actual
costs incurred. Any changes in key personnel within the organization must be
promptly communicated to NABARD.
11. The applicant must have registered office in New Delhi (within
Municipal limits). Documentary evidence must be enclosed along with the
Technical-Bid, in case the documentary evidence is not provided, the tender will
be summarily rejected.
12. Applications containing false and/or incomplete information are liable for
rejection.
Page 6 of 40
13. Decision of the Bank about determining the selection of the Applicant/
Consultants shall be final. The Bank is not bound to assign any reasons therefore
and reserve the right to reject any or all offer.
14. The Architect or consultant agency/firm selected for assignment shall be
required to execute an agreement on non-judicial stamp with required stamp
duty (₹ 200/-) in the prescribed format. The stamp duty will be borne by the
empaneled agency. Payment of professional fee shall be made in staggered
manner depending upon progress of work
15. Compliance to the guidelines of Central Vigilance Commission (CVC) and other
statutory authority(ies) will have to be ensured by the agency/ consultant.
16. Evaluation matrix, as given in Annexure IV, will be used for evaluating the
technical Bid on a matrix of 100 marks. Minimum marks for qualifying in
Technical Evaluation is 50 marks. Final evaluation of Bid will be done only for
those applicants who qualifies in the technical bid evaluation.
17. The decision of the NABARD, New Delhi Regional Office, regarding the selection
of the architect firm/consultant shall be final and binding on all bidders.
18. NABARD reserves the right to accept or reject any/all tender/s in part or whole
of any firms without assigning any reasons whatsoever.
19. Bidders who will not meet the eligibility criteria mentioned above will not be
considered for further evaluation and their bids will be out rightly rejected.
20. Pre-bid meeting is scheduled on 16th January 2025 at 11:00 hrs. Venue for
the same will be DPSP section, 5th floor, NABARD, New Delhi Regional Office,
NABARD Tower, 24, Rajendra Place, New Delhi -110008. Bidders may attend the
meeting after understanding the terms and conditions to seek clarification/s
required, if any.
21. The applicant must meet the technical and other stipulated criteria with regard
to experience, balance sheet size, positive net-worth (to be certified by CA) and
others as mentioned in the tender document and evaluation matrix before
applying for the empanelment.
22. The tender for empanelment shall be published on CPPP portal and NABARD
website as per policy guidelines. The Tender Evaluation Committee constituted
by the NABARD shall evaluate the Bids received and the decision of the Tender
Evaluation Committee in the evaluation of the Technical (including Pre-
Qualification) and Financial bids shall be final. Technical Bid evaluation is to
ensure that the proposed solution by the bidder meets the functional/technical
Page 7 of 40
requirements as outlined in the tender Document. No correspondence will be
entertained in this regard. Tender Evaluation Committee will evaluate and
compare the bids determined to be substantially responsive. It is Tender
Evaluation Committee’s intent to select the bid that is most responsive to the
services and each bid will be evaluated using the criteria and process outlined. To
qualify the Technical Bid Evaluation, the bidder must conform to all the
requirements stated in the bid document and score at least 50 marks in technical
evaluation criteria as mentioned in Annexure IV. Financial bids of only those
bidders who qualify the technical bid evaluation will be opened. Actual final
selection would be based on Quality and Cost Based Selection Method (“QCBS
Method”) as stipulated in the GFR Rules in the following manner: “relative
weightage of technical bid to financial bid will be in the ratio of 70:30 and the
proposals with the highest weighted combined score (technical bid and financial
bid) shall be selected”. The date of the tender will be as under:
-------sd------
(Samir S Athalye)
Deputy General Manger
Page 8 of 40
Part – I
TECHNICAL BID
Page 9 of 40
FORM OF TENDER
Dear Sir
Tender For Appointment of Architect/Consultant firm for repair/ renovation/
maintenance of civil/ electrical/ electronic/ gardening/ pest control works and other
premises related services for existing Bank properties for its Regional Office at
NABARD, New Delhi Regional Office, NABARD Tower, 24, Rajendra Place, New
Delhi-110008.
I/We have read and understood the Notice Inviting Tender (NIT) and contents of
the tender document such as Eligibility criteria of applicants, Instructions to the
applicants, Services to be rendered by the Consultant, Terms and Conditions of
Consultancy, instructions etc. I/We do hereby declare that the information furnished
by me/us in the tender document are correct to the best of my/our knowledge and
belief.
Our Bankers are:
i)
ii)
(Pls. submit cancelled cheque, GST & PAN documents)
The names of partners/director/proprietor of our firm/company are:
i)
ii)
(Please submit registration document/partnership deed/M & AoA/ Power of
Attorney etc.)
Name of the partner/Director/Proprietor of the firm/company Authorized to sign:
I)
II)
Yours faithfully
Place / Date
Signature & Seal
Page 10 of 40
Scope of Work and other conditions
b) Submitting a proper program chart incorporating all the activities required for
the completion of the proposed work well in time. The program should also
include various stages of services to be done by the Architect/ Consultants in
co-ordination with the Bank.
g) All work shall be completed as required, and the consultant may not claim that
the value of the work exceeds a specified amount.
h) Inviting tenders for all trades and submitting assessment reports thereon,
together with recommendations specifying abnormally high and low rated
items. Preparing contract documents for all trades and getting them executed
by the contractor concerned (All commercial conditions shall be evaluated in
financial terms instead of merely saying whether a condition may be accepted
Page 11 of 40
or not. When conditions are not susceptible to 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.)
i) 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
their particular.
j) Preparing such further details and drawings as are necessary for proper
execution of the work.
k) Assuming full responsibility for supply of materials and proper execution of all
work 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.
p) Upon completion of the work, preparing a digital record of the completed work
and submitting it to the Bank along with all relevant project drawings for their
records.
Page 12 of 40
maintain all necessary records and registers for effective work progress
monitoring.
s) The Architect/ Consultant shall assist the Bank in all arbitration proceedings
between the contractors and the Bank and also defend the Bank in such
proceedings.
Page 13 of 40
Stages of Assignment Time Schedule
3. Stages of Payment
The Architect/ Consultant shall be paid the fee as per the stages mentioned
hereunder. However, the cost of the items which may be purchased by the Bank
directly from the suppliers will not be considered for payment of Architect/
Consultant’s fee.
(a) After approval of sketch designs and 10% of the fee based on agreed
Preliminary cost estimates. estimated cost
(b) Preparation of necessary drawings and 25% of the fee based on agreed
obtaining sanction of the Municipal and estimated cost, less payments made
other concerned authorities wherever earlier.
applicable and submission of priced
schedule of quantities and detailed
estimates with rate analysis.
(c) Preparation of detailed tender 50% of the fee based on the tender
documents, detailed working drawings, amount, less payments made
inviting tenders and submitting earlier.
report/recommendations on the
tenders received for award of the job.
(d) Supervising the work, certifying 95% of the fee based on the value of
Contractors’ bills till the work are work executed; less payments made
completed and submission of final earlier.
certificate and obtaining completion
certificates from Municipal and any
other authorities wherever applicable.
Page 14 of 40
(e) Submission of “as made” important 100% of the fees based on the value
drawings to the Bank as specified. of work, less payments made
earlier.
Note:
i. A token amount will be paid by the Bank in case no work is carried out in a
particular month. (See note on financial Bid)
ii. If the services rendered by the Architect / Consultant are found to be
unsatisfactory, suitable deduction shall be made from the fees of the Architect
/ Consultant.
iii. In case the work awarded involves only certain stages, payments for that
part/stage only will be eligible for payment as per the above schedule. For
example, if only supervision of works has been entrusted to, then payments will
be made for only that part.
a) Before quoting the fees, the Consultant at his own cost, if desires so, shall
visit and inspect the site/s and shall make his own assessment about the
site conditions, nature of assignment and type of works to be executed.
Page 15 of 40
The Consultants shall not assign, sublet or transfer their interest in this
Agreement, without the written consent of the Bank.
5. Termination of Agreement
a) The agreement herein may be terminated at any time by either party by giving
a written notice of One month to the other party. Even after the termination
of their employment, the Consultants shall remain liable and be responsible
for due certification of the works done hitherto and acts performed till
termination and approval of any bills submitted by the contractors at any time
in respect of the works executed till such termination. If any winding up
proceedings are contemplated or initiated against the Consultants, the Bank
shall be entitled to terminate the agreement and entrust the work to any other
Consultant.
b) If the Consultants shall close their business or there is change in business
composition due to any reason by which key consultants can no more act as
consultants, then the Agreement shall stand terminated.
c) In Case
(i) the Consultants fail to adhere to the time schedule stipulated in the Para
2 therein or the extended time which may be granted by the Bank in his sole
discretion, OR
Page 16 of 40
the same shall be surrendered by the Consultants to the Bank within ten days
from the date of such termination, without demur.
f) In case, any court in India debars the consultant or the firm/agency to carry
out any business in the area/region/country, the effect of termination of
agreement/contract with this office will be ab initio from the date of
pronouncement of court order, until further order from the court.
6. Arbitration
If any dispute, differences or question shall at any time arise between the parties as
to the construction of this Agreement or concerning anything herein contained or
arising out of the Agreement or as to the rights, liabilities and duties of the parties
hereunder except in respect of matters for which it is provided hereunder that the
decision of the Bank is final and binding, the same shall be referred to arbitration
and final decision after giving at least 30 days’ notice in writing to the other
(hereinafter referred to as the “Notice for Arbitration” clearly setting out the items
of dispute) to a sole arbitrator who shall be appointed as hereinafter provided. For
this purpose of appointing the sole arbitrator referred to above, the Bank shall send
to the Architect/ Consultants within thirty days of the “Notice of Arbitration” a panel
of three names of persons who shall be presently unconnected with the organization
of the Bank or the Architect/ Consultants.
The Architect/ Consultants shall, on receipt of the names as aforesaid, select any one
of the persons so named to be appointed as the Sole Arbitrator and communicate his
name to the Bank within 15 days of receipt of the names. The Bank shall thereupon
without any delay appoint the said person as the Sole Arbitrator. If the Architect/
Consultants fail to communicate such selection as provided above within the period
specified, the Bank shall make the selection and appoint the sole arbitrator from the
panel notified to the Architect/ Consultants.
If the Bank fails to send to the Architect/ Consultant the panel of three names as
aforesaid within the period specified, the Architect/ Consultants shall send to the
Bank a panel of three names of persons who shall be unconnected with either party.
The Banks shall on receipt of the names as aforesaid, select any of the persons and
appoint him as the Sole Arbitrator. If the Bank fails to select the person and appoint
him as the Arbitrator within 30 days of the receipt of the panel and inform the
Architect/ Consultant accordingly, the Architect/ Consultants shall be entitled to
Page 17 of 40
appoint one of the persons from the panel as Sole Arbitrator and communicate his
name to the Bank.
If the Arbitrator so appointed is unable or unwilling to act or refuses his appointment
or vacates his office due to any reason whatsoever another Sole Arbitrator shall be
appointed. The arbitration shall be governed by the Arbitration & Conciliation
Ordinance 1996 as in force from time to time. The award of the Arbitrator shall be
binding and final on the parties. It is hereby agreed that in all disputes referred to
the Arbitration, the Arbitrators shall give a separate award in respect of each dispute
or difference in accordance with the terms of reference and the award shall be
reasoned award. The fees, if any of the Arbitrator shall, if required to be paid before
the award is made and published, be paid in equal proportion by each of the parties.
The cost of the arbitration including the fees if any, of the Arbitrator shall be borne
and paid by such party or parties to the dispute in such manner or proportion as may
be directed by the Arbitrator in the award. The Bank and the Architect/ Consultants
also hereby agree that the arbitration under this clause shall be a condition
precedent to any right of action under the contract with regard to the matters hereby
expressly agreed to be so referred to arbitration.
The Arbitrator or Arbitrators or Umpire, as the case may be, will be Fellows of the
Indian Institute of Architect/ Consultants or Fellow of Institute of Engineers (India).
The award of the Arbitrator(s) or Umpires, as the case may be, shall be final and
binding upon the parties to the Arbitration.
Page 18 of 40
IN WITNESS WHEREOF the parties hereto have subscribed their respective hands
hereto and on a duplicate hereof at the place and on the day, month and year
hereinabove first mentioned.
IN THE PRESENCE OF
________________________ ________________________
Page 19 of 40
ANNEXURE-I
ARTICLES OF AGREEMENT
ARTICLES OF AGREEMENT made this day of between The National Bank for
Agriculture and Rural Development (NABARD) (hereinafter called “the Bank”)
and having its Regional Office at New Delhi, of the one part and M/s
……………………………………………………………………(herein after called "the
Consultant") having its office at…………………………………………..on the other part.
WHEREAS the Bank is desirous of getting the consultancy services from Architect
cum Project Management Consultant for various civil, interior works, design and
cost estimation for repairs/renovation of office premises and staff quarters of
NABARD, New Delhi Regional Office, New Delhi and has caused the terms and
conditions of the contract showing and describing the work to be done to be
prepared by or under the direction of the Bank.
AND WHEREAS the said terms and conditions have been signed by or on behalf of
the parties hereto.
AND WHEREAS the Consultant has agreed to offer his/her services upon and
subject to the conditions set forth in the Scope of Work, Scale of Fees, Mode of
payment, Terms and Conditions and Work Order of Contract (all of which are
collectively hereinafter referred to as “the said Conditions”) the work shown upon
the said Terms and conditions at the respective rates therein set forth amounting
the sum as therein arrived or such other sum as shall become payable there under
(hereinafter referred to as “the said contract amount”).
1. The Bank shall pay the Consultant the said fee/amount or such sum as shall
become payable at the times and in the manner specified in the said conditions.
Page 20 of 40
2. The said Conditions and Appendix thereto and the documents attached hereto
shall be read and construed as forming part of this Agreement and the parties
hereto shall be respectively abide by, submit themselves to the said Conditions
and the correspondence and perform the agreements on their part respectively in
the said conditions and the documents contained herein.
3. This Agreement and documents mentioned herein shall form the basis of this
contract.
4. The Consultant shall afford every reasonable facility for execution of the said
work.
Time and Quality of work shall be considered as the essence of this contract, and
the Consultant hereby agrees to complete the entire work within the time period
prescribed in the Time schedule reckoned from the date of issue of work order
subject nevertheless to the provision for extension of time.
5. All payments by the Bank under this contract will be made only through
Online/electronic mode.
6. All disputes arising out of or in any way connected with this agreement shall be
deemed to have arisen at Delhi and only Courts in Delhi shall have the jurisdiction
to determine the same to the exclusion of all other courts.
7. That all the parts of this contract have been read by the Consultant and fully
understood by him/her.
8. Period of Contract will be two years from the date of execution of the agreement
which may be further renewed based on the efficiency of the services as
determined through review by NABARD, New Delhi Regional Office, New Delhi
for a period of one year at existing rates.
IN WITNESS WHEREOF the Bank has set its hands to these presents through its
duly authorized officials and the Consultant has caused its common seal to be
affixed hereunto and the said two duplicates/ has caused these presents and the
said two duplicates here of to be executed on its behalf, the day and year first
herein above written. (If the Consultant is a company).
Page 21 of 40
As witness our hands are affixed this ___ Day of ___ month of 2025
2) 2)
Page 22 of 40
Annexure-II
Information to be furnished by the applicants
9 Turnover of the firm during last three financial Attach a separate sheet
years (₹ lakh) upto 31.03.2024
Page 23 of 40
10 List of registration with other firms/ Attach a separate sheet
Oragnizations
11 Proof of the registration of Shops and Attach Self attested
Establishment and the GST copies
13 Telephone nos. & contact details of key persons Attach a separate sheet
Note:
1. All copies submitted by the prospective bidder shall be self- attested failing
which, bid submitted is liable for rejection.
2. Submission of work order copies against experience criteria without providing
work completion certificate may not be considered by the Bank.
Page 24 of 40
Annexure-III
(c) Audited Balance Sheet for last three FYs i.e. FY 2021-22, FY 2022-23, FY 2023-
24
(d) IT Return for last three FYs i.e. FY 2021-22, FY 2022-23, FY 2023-24
(g) List of important projects executed by the firm during last five years costing
₹10.00 lakh and above for civil works and ₹5.00 lakh and above for Electrical/
air Conditioners/ Interiors etc. (Statement III). Work orders from client to be
enclosed.
(h) List of important projects under execution by the firm during last two years
costing ₹ 10.00 lakh and above for civil works and ₹5.00 lakh and above for
Electrical/ air Conditioners/ Interiors etc. (Statement III). Work orders from
client to be enclosed.
(i) Self-attested copies of the registration under Shops and Establishment Act and
the GST
Page 25 of 40
Statement- I
List of Partners/ Resource Person/ Associates of the firm, qualification, experience including that in the present firm
S. Name Qualific Consultancy Work/ Name of Date of Special Remark
N ations experience projects organizatio employme Experien s, if any
Handled n nt ce
costing In which
(05 years) more than employed
₹ 10 lakh
for civil
works and
₹ 5 lakh
for
electrical/
AC/Interi
or design
1 2 3 4 5 6 7 8 9
Seal
Note: Mention other points, if any, to establish technical and managerial competence to indicate any important point in your
favour
Page 26 of 40
Statement- II
List of personnel employed as Technical Experts and other personnel, technical qualification, experience including that in
the present firm
S. Name Qualific Consultancy Work/ Name of Date of Special Remarks,
N ation experience projects Organizatio employme Experienc if any
handled n with nt with the e (previous
(years) costing
address bidder work
more than
₹ 10 /email experienc
lakh for where e of
civil works employed technical
and ₹ 5 experts
lakh for can be
electrical/ mentione
AC/Interi d here)
or design
1 2 3 4 5 6 7 8 9
# In case extra sheet is required, same may be added. Signature of the applicant:
Seal
Note: Mention other points, if any, to establish technical and managerial competence to indicate any important point in your
favour
Page 27 of 40
Statement- III
List of important projects executed by the applicant firm during last five years costing individual projects of ₹ 10.00 lakh and
above for Civil Works and ₹ 5.00 lakh and above for Electricals/ AC/Interiors etc. (FY 2018-19 to FY 2023-24)
S.N Name of Nature of Name of Project Completed Project Any other Remarks,
Project and work Involved the Cost relevant if any
location, in the contract employer ( ₹. information
contract (e.g. with full Lakh)
details Residential, address,
office, etc.) email ID Stipulated Actual
and other and
details. contact
details
(enclose
work
orders
from the
employer)
Seal
Note: Mention other points, if any, to establish technical and managerial competence to indicate any important point in your
favour. Bidders are encouraged to submit testimonials etc. received from earlier assignments which can support their cause.
Page 28 of 40
Annexure- IV
Documents Required
Sub-
S.N Particulars
Marks
Copy of the Certificate of
Experience of the Firm Incorporation issued by
1 /company 10
Registrar of Companies. In case
of Partnership firm, duly signed
and notarized copy of the
(i) More than or equal to 7 10 partnership deed or a Certificate
years of Registration issued by the
Registrar of Firms; or in case of a
(ii) More than or equal to 5 8 sole proprietorship, a GST
but less than 7 years registration certificate and PAN
card copy of proprietor along
(iii) Less than 5 years Ineligible with bank details along with
proof of works executed during
previous years
2 Work Experience of the 10 Certified copies of Number of
Technical Experts (B. projects overseen/monitored by
Arch./B. expert along with supporting
Tech Civil/Electrical) documents as evidence.
engaged with the firm
(including experience The first appointment letter of
with previous firms) the expert in any firm /
More than 8 years (any government agency working in
(i) 10
two) related field or the first date of
More than 8 years for incorporation of a firm by expert
one expert and between 5 in his individual capacity will be
(ii) 9
to 8 years for any one
expert
29
Documents Required
Sub-
S.N Particulars
Marks
More than 5 years but taken as starting date of his
(iii) less than 8 years (any two 8 experience.
experts)
More than 5 years for one
(iv) expert and between 3 to 7
5 years for any one expert
More than 3 years but
(iii) less than 5 years (any two 5
experts)
Technical qualified 10 Copies of qualifying certificates
3 persons on the rolls of
the firm
Three or more experts
(i) with B.Arch. /B. Tech 10
(Civil /Electrical Eng.) or
higher qualification
Two experts with B.Arch.
/B. Tech (Civil 8
(ii) /Electrical Engineering)
or higher qualification
Applicant
Only one qualified expert
shall be
(B.Arch. B.Arch. /B. Tech
ineligible
(iii) (Civil /Electrical
for the
Engineering) or higher
tender in
qualification)
this case
Number of consultancy Work order along with proof of
projects executed by the work completion
4 firm during last five years 15
(FY 2019-20 onwards)
costing ₹ 10.00 lakh and
above for civil works
OR
₹ 5.00 lakh and above
for Electrical/ air
Conditioners/
30
Documents Required
Sub-
S.N Particulars
Marks
Interiors etc. (Statement
III) for individual projects
31
Documents Required
Sub-
S.N Particulars
Marks
6 Size of Balance Sheet 15
(audited) on a/c of
architectural / project
management
consultancy CA Certificate indicating average
(i) Average Balance sheet of 15 annual turnover details, Audited
last three years more Balance Sheet and Profit and
than ₹ 25 lakh Loss Account/IT Returns of last
(ii) Average Balance sheet of 10 three year
last three years more
than ₹ 15 lakh but less
than ₹ 25 lakh
(iii) Average Balance sheet of 5
last three years more
than ₹ 5 lakh but less
than ₹ 15 lakh
(iv) Average Balance sheet of
last three years less than 0
₹ 5 lakh
7 Empanelment and 15 Empanelment letter from
recommendation Status RBI/NABARD/SEBI/SBI/Public
(i) Empanelment with RBI/ Sector Banks/SIDBI/Any PSU
NABARD 5 /Autonomous Public Body/State
/SEBI/ SBI/ Public or Central Govt.
Sector
Banks/SIDBI/Any PSU
(ii) At least 02 successful 10 Work order along with proof of
work completion work completion certificate.
certificate from any of
the empaneling
organization during the
period of empanelment.
(iii) No Empanelment 0
8 Presentation based on 15
one design and estimate
(See #2 in Note below)
32
Documents Required
Sub-
S.N Particulars
Marks
TOTAL 100
1. Only those firms with minimum two experts with more than 3
years experience will be considered for bidding.
3. A technical bid shall have to meet the Minimum Qualifying Marks of 50 marks
as per Annexure IV. The Bids meeting the minimum qualifying marks shall
be called ‘Qualified Bids’ and shall be eligible for financial evaluation of the
bid.
4. Please note that in case sufficient bids (at least 4) meeting 50% qualifying
marks are not received, NABARD reserves its right for providing additional
relaxation for minimum marks by maximum 10 (new norm at 40%). Bids not
meeting the minimum qualifying marks after such relaxation also shall be
rejected.
i. Price Bids shall be evaluated considering the Price quoted for all
services excluding GST (CGST & SGST / UTGST or IGST).
33
ii. Quoted price must include all liabilities and taxes including statutory
liabilities excluding GST, which shall be quoted separately in the Price
Bid format.
iii. To ascertain the Inter-se-ranking of the bids, the Quality & Cost Based
Selection (QCBS) methodology as mentioned below shall be adopted:
a) An Evaluated Bid Score (B) will be calculated for each bid, which
meets the minimum Qualifying marks of 50 in Evaluation
Criteria, using the following formula in order to have a
comprehensive assessment of the Bid price and the Quality
of each bid:
B = (C1 Low/C1) ×100×X + (C2 Low/C2)×100×Y+ (T/T high
)×100×Z where,
B = Evaluated Bid Price of the bidder
C1 Low = The lowest of the evaluated bid prices among the
responsive bids for parameters on % basis (total of
C1.a+C1.b+C1.c
C2 Low = The lowest of the evaluated bid prices among the
responsive bids for parameters on monthly fee payable
marked C2 in financial Bid
T = The total marks obtained by the bidder against “Quality‟
criteria
Thigh = The highest mark scored against “Quality‟ criteria among all
responsive bids
X = 0.15 (The weightage for ‘Quoted price for % quote’ is 15 %)
Y = 0.15 (The weightage for ‘Quoted price for minimum monthly
payment’ is 15 %)
Z = 0.7 (The weightage for ‘Quality’ is 70 %)
The Evaluated Bid Score (B) shall be considered up to two decimal
places.
34
b. Appointment shall be done of 01 bidder with the highest Evaluated
Bid Score (B)
c. In the event of two or more bids having the same highest Evaluated
Bid Score (B), the bid scoring the highest marks against Quality
criteria will be recommended for appointment. Even if there is a
tie, “draw of lots” will be resorted to arrive at the recommended
bidder.
d. To ascertain the inter-se-ranking, the comparison of the
responsive bids will be made subject to loading for any deviation.
35
Part – II
FINANCIAL BID
For
Tender For Appointment of Architect/Consultant firm for repair/
renovation/ maintenance of civil/ electrical/ electronic/ gardening/ pest
control works and other premises related services for existing Bank
properties for its Regional Office at NABARD, New Delhi Regional
Office, NABARD Tower, 24, Rajendra Place, New Delhi-110008.
36
Financial Bid
In words:
37
Sr No Particulars Scale of Fee to be
quoted by Consultant as
percentage (%) of project
cost (upto 2 decimal
places) (both in words and
figures)
C2 Token fee payable per month when ₹
no new work is assigned
In words
Note:
II. Separate work order for each assignment will be given by NABARD and
project cost means estimated cost or actual cost, whichever is less. Cost of
items/services directly purchased/sourced by NABARD will not be included in the
project cost.
III. Amount payable for a month when no new work is assigned shall be the
quoted token amount minus payments made that month against the work
assigned. No token amount shall be paid for the month in which amount payable
for work is higher than the quoted token amount.
DECLARATION
I/We have read and understood all instructions/conditions and I/We have taken
into account the above instructions/conditions while quoting the rates.
Place: Date:
Scenario 1
Weightage
(%) A B C D Highest/Lowest A B C D
Technical Bidding Score 70 85 75 82 68 85 70 61.76 67.53 56
Fee Quoted (as % of work
cost) 15 3.6 2.8 4 3.75 2.8 11.67 15 10.5 11.2
Fixed/Token
Renumeration (in ₹) 15 100000 35000 150000 35000 35000 5.25 15 3.5 15
86.92 91.76 81.53 82.2
Scenario 2
Weightage
(%) A B C D Highest/Lowest A B C D
Technical Bidding Score 70 85 75 82 68 85 70 61.76 67.53 56
Fee Quoted (as % of work
cost) 15 3.6 2.8 4 3.75 2.8 11.67 15 10.5 11.2
Fixed/Token
Renumeration (in ₹) 15 500000 350000 150000 35000 35000 1.05 1.5 3.5 15
82.72 78.26 81.53 82.2
Scenario 3
Weightage
(%) A B C D Highest/Lowest A B C D
Technical Bidding Score 70 85 75 82 68 85 70 61.76 67.53 56
Fee Quoted (as % of work
cost) 15 3.6 2.8 4 3.75 2.8 11.67 15 10.5 11.2
Fixed/Token
Renumeration (in ₹) 15 500000 350000 150000 250000 150000 4.5 6.43 15 9
86.17 83.19 93.03 76.2
39
40