prequalification of architects for redevelopment of

14
BANK OF BARODA Baroda Corporate Centre C-26 G Block Bandra Kurla Complex Bandra East ,Mumbai 400051 PREQUALIFICATION OF ARCHITECTS FOR REDEVELOPMENT OF RESIDEINTIAL BUILDINGS AT BHANDUP MUMBAI LAST DATE OF SUBMISSION : 13/11/2019 @ 1500 hrs

Upload: others

Post on 15-Oct-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

BANK OF BARODA Baroda Corporate Centre

C-26 G Block Bandra Kurla Complex

Bandra East ,Mumbai 400051

PREQUALIFICATION OF ARCHITECTS FOR

REDEVELOPMENT OF RESIDEINTIAL BUILDINGS AT

BHANDUP MUMBAI

LAST DATE OF SUBMISSION : 13/11/2019 @ 1500 hrs

Pages 2 of 14 Signature & Seal of the Bidder

NOTICE FOR PREQUALIFICATION

OF ARCHITECTS FOR REDEVELOPMENT OF RESIDENTIAL BUILDINGS AT BHANDUP

MUMBAI

Bank of Baroda invites application for prequalification of Architects for following work:

Name of the Project Tentative cost (`)

Construction of residential buildings at Bhandup after

demolishing existing buildings in two plots in different stages

140.00Cr

Brief description of Work

Bank owns two plots of land in Bhandup wherein two residential buildings are situated. 1 RK flats

are housed in these buildings. Due to aging and deteriorated strength, one building is presently

vacant. The other building is having 95 flats, which are occupied fully by Bank’s staff. The total plot

area is 83,506 sq.ft.

There is need of residential flats in Mumbai for allotment to transferee officers of Bank. We

propose to redevelop the property to construct flats for staff members as per requirement. Work

need to be executed in two phases to avoid inconvenience to the staff occupying the flats

presently.

The vacant building can be demolished and redeveloped for the use of staff staying in the nearby

building first. After completing the construction and occupying the same by staff, the other building,

can be demolished and redeveloped for constructing officers’ quarters.

The Broad Scope of Architect shall be to design the structures as per requirement and site

conditions, prepare necessary drawings, tender documents, assisting bank for engaging, Green

Building Consultant, PMC (Project Management Consultant ) / Contractors for various construction

activities and also for supply and installation of electrical and electromechanical equipments

required for operation of the building. All the professional services shall be as per the local /

statutory / mandatory laws / guidelines.

Eligibility Criteria

Architects who are desirous of tendering for above work and fulfills following minimum

requirements only need to apply.

1. Experience of having successfully completed similar* jobs i.e. during last 7 years (as of

31.10.2019) should be one of the following:

a) One similar* completed work each costing not less than `112 Crs.

OR

b) Two similar* completed works each costing not less than `70 Crs.

OR

c) Three similar* completed works each costing not less than `56 Crs.

*Similar Job: Providing architectural service for residential/ commercial / Administrative / Public / Institutional

building in Mumbai

2. Average annual turnover for the last three years should not be less than ` 100 lac

Pages 3 of 14 Signature & Seal of the Bidder

3. Should be registered with Council of Architects.

4. Should have a full-fledged office/ executed similar jobs having value not less than `56Cr at

Mumbai.

Note: - The Project Architect shall be finally selected based on limited Design Competition (Quality

Cum Cost Based System) which will be conducted through Architects prequalified as per above

criteria.

The Architect should have sufficient number of experienced personnel, technical know-how, and

other resources for the completion of subject work.

Applications by those firms who do not submit Performance Certificates from their

previous employers / clients are liable to be summarily rejected.

Applications complete in all respects along with relevant documents and information in the

prescribed format may be submitted in an envelope superscribing PREQUALIFCIATION OF

ARCHITECTS FOR REDEVELOPMENT OF RESIDEINTIAL BUILDINGS AT BHANDUP

MUMBAI to the address given below on or before 13/11/2019 at 1500 hours.

General Manager Bank of Baroda,

Facilities Management Department

Baroda Corporate Centre

C-26, G Block, Bandra Kurla Complex

Bandra (East), Mumbai 400051.

Bank reserves the right to accept or reject any or all the applications without assigning any

reasons whatsoever. The Applications will be opened on 13.11.2019 at 1530 hours in the

presence of designated committee of executives and representatives of bidders.

Downloaded application from Bank’s website alone needs to be used by the Architects. All the

information should be furnished in the space provided and documentary evidences / copies of

certificates duly certified alone need to be attached. Agencies downloading application form from

the website need to enclose details of fees of `5000/- being paid by way of NEFT on the Bank

details mentioned below:

Bank: BANK OF BARODA

Branch: Bandra East

IFSC: BARB0BANEAS (‘0’ is Zero)

Account Type: OD

Account No.: 29040400000417.

Account Name: BCC Estate Management Dept.

Queries

The applicants for pre-qualification are requested to obtain any information for the services to be

rendered by contacting the Bank's official / engineer attached to our Corporate Office at Mumbai,

during working hours not later than 2 days before the due date of submission of pre-qualification

documents.

Contact Persons : Vishal Borkar

Telephone Numbers : 022 6698 5779

E Mail : [email protected]

Pages 4 of 14 Signature & Seal of the Bidder

BROAD SCOPE OF ARCHITECT

Provide Architectural Services for:-

Civil, Electrical and Interior works of proposed residential building.

Electrical fittings, fixtures, Fire fighting, detection and protection system.

New electrical system that includes, lighting equipment, panel boards, cables etc.

Closed circuit television system (CCTV).

Liasoning with local authorities and obtaining necessary permissions as per bye laws /

local laws / statutory authorities.

DG Set of required capacity.

Overall Monitoring, Bill Verification, Attending Site Meetings etc.

Note: - Co-ordination, obtaining statutory approvals related to Plans etc, infrastructural requirement such as design the electrical system of the proposed buildings that includes, Lighting Equipment, Panel Boards, DG Set etc shall be included in the scope of Architects.

Pages 5 of 14 Signature & Seal of the Bidder

Annexure I

MARKING SYSTEM FOR PREQUALIFICATION

To qualify the stage of Pre- qualification, the Bidder has to obtain minimum 60% mark in overall and suggested marks in each category.

Bank has the right to obtain confidential report from the clients/ consultants of the works carried out by the bidder.

Sr

No

Description Maximum Marks (Tmax) Eligibility

marks

1 Year of experience in

relevant field

1) ≥7 yrs

2) For every ‘x’ years less than 7

20

20 – 2x

8

2 Construction of residential/

commercial /

Administrative / Public /

Institutional buildings

costing more than `56

crore in last 7 years as of

31.10.2019

1) Project Cost ≥ `140.00 Cr

2) Project cost > `56.00 Cr

20

10

10

3 Construction of any

residential/ commercial /

Administrative / Public /

Institutional buildings

valued `140 crore or more

Total no of similar successful works

completed,

1) ≥2 no of work

2) 1 work

3) No work

10

7

0

7

4 Performance/ quality of

work for similar job (will be

assessed based on site

visit / confidential reports

from the clients)

1) Excellent

2) Very Good

3) Good / Satisfactory

4) Average

20

17

15

5

15

5 Project taken / executed

through design competition

Marks will be allotted as per the

documents of proof submitted

5 5

6 In house set up such as

Architecture, Structural

Consultant, PMC

Consultants, Technical

Staff, etc.

Marks will be allotted as per the

documents of proof submitted

10

5

7 Green Building including

LEED / GRIHA rated

building exposure & work

execution.

10 0

6 Compilation status in

Annexure VII

Marks will be allotted as per the

compilation status

5 5

Total 100

No further advertisement shall be issued regarding the subject work. Notice inviting Tenders will

be issued to those agencies who fulfill all eligibility criteria mentioned in the prequalification

process.

Pages 6 of 14 Signature & Seal of the Bidder

DESIGN EVALUATION (TECHNICAL EVALUATION)

The bidders who will obtain 60% mark in Prequalification (As per Annexure -I) and suggested

minimum marks in each category will only be considered for further evaluation. Tenders will be

issued by Bank to those qualified agencies after completing above prequalification exercise. All

qualified bidders will be required to submit their design for the proposed construction of residential

buildings at Bhandup after demolishing existing buildings in two plots in different stages. The

evaluation of design will be based on the parameters listed in the below table which is furnished in

this document only for the information of participating bidders.

Sr No Parameter / Criteria Max.

Mark

Description

1 Adherence to Client’s

brief and local statutory

norms (Mumbai)

10 Technically, if all the prescribed norms, regulations &

client’s brief with suggestions if any followed or not.

2 Functional Efficiency 20 Effectiveness of buildings geometrical shapes in its

various relevant aspects such as service, core, entry

exits, appropriate floor space utilization, inter relation

from within are rational or co-ordinated or not for

office & residential structure both.

3 Design Integration &

Planning efficiency

10 Positioning of services elements like lifts, stair, toilets

(private & public), fire fighting equipments are

appropriate or not. Efficiency of column grid,

structural framing, location of column, free auditorium

spaces. Consistency in planning evolving volumetric

spaces, etc.

4 Energy Efficiency &

Climatic Response

10 Concern for effective directional orientation and type,

shape & size of façade and avoidance of direct sun

radiation but admitting adequate glare-free natural

daylight. Creating desirable comfort level within the

edifice. Adequacy of cross ventilation in residential

accommodation without over exposing the outside

walls, etc.

5 Maintenance Efficiency 10 Design concerns for low energy consumption through

appropriate detailing, right type of materials.

6 Cost Efficiency 10 Basis of designing the office building in particular

adhering to simple geometric straight designs, simpler

internal spaces, wall surface, floor finish,

specifications - leading to overall cost effectiveness

or not.

7 Time Schedule 10 By identifying event, activities and quantum of work.

Bar Chart / PERT Chart will be evaluated with the

ideology to have best possible result within the

shortest possible time span

Pages 7 of 14 Signature & Seal of the Bidder

8 Futuristic / Aesthetic /

Architectural

appearance

5 Looking into above concerns and client’s aspirations

whether the design is matching to the objectives put

forward by the bank

9 Optimum space

configuration

10 The edifices have to be built in space clarity, sense of

arrival and functioning as an efficient working

machine. Every floor plate must take various options

of internal office arrangement and independent as

well as interdependent of office area. Flexibility in

alteration over a period of time.

10 -3- Dimensional walk

through presentation /

perspective / isometric

views to justify the

design & its concept

5 The bidders shall arrange for walk through

presentation for evaluation purpose

Total Mark 100

The design proposals from the bidders shall be evaluated by Bank’s authorized committee on

techno -commercial basis and their decision in this regard will be final.

BID EVALUATION CRITERIA ( Applicable for Pre qualified Bidders)

The selection of L1 bidder will be done by quality cum cost base system (QCCBS) as per the

following formula.

Techno Commercial Evaluation

Total score T (t) = P (w) x P (s) + T (w) x T (s) + F (w) x F(s)

P (w) stands for weightage for Prequalification Score i.e. 0.1

P (s) stands for Prequalification score

T (w) stands for weightage for Technical score i.e 0.6

T (s) stands for Technical score

F (w) stands for weightage for Financial score i.e 0.3

F(s) stands for financial score

P(s) = [(Prequalification score obtained) / (Max. of Prequalification score obtained)] x 100

T (s) = [(Design score obtained) / (Max. of Design score obtained)] x 100

F (s) = [(Minimum rate quoted) / Rate quoted)] x 100

The bidder with highest score i.e. T (t), will become L1 bidder.

Pages 8 of 14 Signature & Seal of the Bidder

Annexure II

PREQUALIFICATION OF ARCHITECTS

Basic Information

1 a) Name of the applicant / organization b) Address of the Registered Office c) Address of office at Mumbai (With Phone Nos, Fax Nos. & E-mail ID & Contact Person)

2 Year of Establishment

3 Type of the organization (Whether sole proprietorship, Partnership, Private Ltd. or Ltd. Co. etc.) (Enclose certified copies of documents as evidence)

4 Name & Qualification of the Proprietor / Partners / Directors of the Organisation / Firm ( Enclose certified copies of document as evidence)

5 Details of registration – Whether Partnership firm, Company etc. Name of Registering Authority, Date and Registration number (Enclose certified copies of document as evidence)

6 Whether / registered with Government / Semi – Government / Municipal Authorities of any other Public, Organisation and if so, in which class and since when? (Enclose certified copies of document as evidence)

7 a) No. of years of experience in the field and details of work in any other field.

b) Whether ISO certified, furnish the details

8 Details of Registration with:

1) Indian Institute of Architects

2) Council of Architects

(With year of Registration / Class / Validity)

Enclose certified copies of documents as evidence

9 Area of business activities other than construction, if any, and place of business.

10 Address of business activities other than construction if any, and place of business

11 Address of office through which the proposed work of the Bank will be handled and the Name & Designation of officer in charge.

12 (a) Yearly turnover of the organization during last 3 years (year wise) and furnish audited balance sheet and Profit & Loss A/c (Audited) for the last -3- years. i.e. 2016-2017 2017-2018 2018-2019

13 PAN No.

14 Details of GST

15 Detailed description and value of works done (Annexure III) and works on hand (Annexure IV)

16 Details of Key Personnel Permanently employed (Annexure-V)

Pages 9 of 14 Signature & Seal of the Bidder

17 Other infrastructural information to be used / referred for this project. List of available plants, machineries equipments etc.

18 Furnish the names of -3- responsible persons along with their designation, address, Tel.No. etc. for whose organization, you have completed the above mentioned jobs and who will be in a position to certify about the performance of your organization

1. 2. 3.

19 Whether any Civil Suit / litigation arisen in contracts executed / being executed during the last 10 years. If yes, please furnish the name of the project, employer, Nature of work, Contract value, work order and brief details of litigation. Give name of court, place, and status of pending litigation.

Attach a separate sheet if required.

20 Information relating to whether any litigation is pending before any Arbitrator for adjudication of any litigation or else any litigation was disposed off during the last ten years by an arbitrator. If so, the details of such litigation are required to be submitted.

21 No. of supplementary sheets attached

Pages 10 of 14 Seal & Signature of the Bidder

Annexure III

Work ‘EXECUTED’ as Project Architect on works of similar nature (of value not less than `

56.00 Crs) over the last -7- years (as of 31.10.2019)

Project

Name

Name of

address

of Client

Description

of work

Contract

No.

Value

of

work

(lacs)

Date of

issue of

Work

Order

Stipulated

period of

completion

Actual date

of

completion

Remarks

explaining

reason for

delay

Notes :

1. Information has to be filled up specifically in this format. Please do not write remark “ As indicated in Brochure”.

2. For certificates, the issuing authority shall not be less than an Executive In charge.

3. Document proofs of work orders and performance certificates from the clients needs to be

attached.

Pages 11 of 14 Seal & Signature of the Bidder

Annexure IV

Work ‘IN HAND’ as Project Architect on works of similar nature (of value not less than `

56.00 Crs):

Project

name

Name

of

addre

ss of

Client

Descripti

on of

work

Cont

ract

No.

Value of

work

(lacs)

Date

of

issue

of

Work

Order

Stipulated

period of

completion

Actual date

of

completion

Remarks

explaini

ng

reason

for delay

Note :

1. Information has to be filled up specifically in this format. Please do not write “As indicated in Brochure”

2. For certificates, the issuing authority shall not be less than an Executive In charge.

3. Document proofs of work orders from the clients needs to be attached.

Pages 12 of 14 Seal & Signature of the Bidder

Annexure V

Details of key personnel, giving details about their technical qualification & experience including that in your establishments

Notes:

1. Information has to be filled up specifically in this format. Please do not write remark “ As indicated in Brochure”.

2. Indicate other points, if any, to show your technical and managerial competency to

indicate any important point in your favour.

Name and designation Age Qualifi- Cation

Experi- Ence

Nature of Works Handled

Name of The Projects Handled

Date from Which Employed In your Organisa- tion

Indicate Details of Experience To similar Projects

1 2 3 4 5 6 7 8 9

Pages 13 of 14 Seal & Signature of the Bidder

Annexure VI

Information on Litigation History in which the Bidder is involved:

Client and address Cause of dispute Amount (Rs) Remarks and the present

status.

Pages 14 of 14 Seal & Signature of the Bidder

Annexure VII

Compilation Chart

Bidders are requested to write/ type in the column enlisted below.

Sr.

No

Documents Required Provided / or Not Provided

(to be filled by Bidders)

Page No

1 Work Order Copy for carrying out similar

job [Construction of residential/ commercial

/ Administrative / Public / Institutional

building] during last -7- years as of

31.10.2019)

2 Work Completion Certificate for the work

mentioned in Sr. No. 1

3 Performance Certificate from the employer

for the work mentioned in Sr. No. 1

4 Work Order Copy from PSB or other

reputed Banks for similar work.

5 Proof for having a full-fledged office at

Bengaluru

6 Details of Registration with:

1) Council of Architects

2) Indian Institute of Architects

(With year of Registration / Class / Validity)

Enclose certified copies of documents as

evidence

I/We hereby declare that I/We have read and understood the above instructions and also declare

that all information furnished here are true to the best of my / our knowledge and belief.

Witness Signature ……………… Architect’s Signature………………

Addresses…………………………… Address……………………..

……………………………………… ………………………………

Date………………………………………………. Date……………………………………..