CONSULATE GENERAL OF INDIA SAN FRANCISCO

Similar documents
Disable friendly Washrooms at hostel blocks (A & E)

Invitation For Expression Of Interest For Providing Project Management Consultancy Services At Vidyasagar Industrial Park at Kharagpur In West Bengal

a) Hostel 50 Capacity with twin sharing basis b) Common room for Hostel c) Dean s Residence d) Care taker residence

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Jodhpur

TENDER DOCUMENT FOR REF: BNS/P&E/2018/RDCC

National Institute of Technology, Warangal.

Both envelopes must have the following information in the lower left hand corner:

Document B252TM 2007

ANNEXURE A SCOPE OF WORK FOR PROFESSIONAL SERVICES: RESTORATION OF NON PAREILLE BUILDINGS. Principal Agent and Professional Architectural Services

1. Name of work Repairing and Renovation works Institute s building (Basement, GF+3 Floors) at Plot No.C -37,Sector 62,Noida, UP.

NOTICE FOR SELECTION OF ARCHITECT FOR ALTERATION / ADDITIONAL CONSTRUCTION WORK ON THE EXISITING BUILDING OF BHUBANESWAR CHAPTER OF ICSI

Subject: Tender for Manufacturing and Supply of Self Adhesive Stickers under two bid system (technical bid and financial bid) -reg

INDIAN INSTITUTE OF TECHNOLOGY INDORE

PANJAB UNVIERSITY, CHANDIGARH. TENDER NOTICE. Sealed tenders are invited in three part bid system from the eligible firms for following work:

South Bengal State Transport Corporation Dr. B.C. Roy Avenue, Durgapur ,Burdwan. ( A Govt. of West Bengal Undertaking )

Chapter 2 Parties to the Contract

RE-TENDER NOTICE FOR PROVIDING THE SERVICE OF PHOTO COPIER

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD., (SBIIMS) (WHOLLY OWNED SUBSIDIARY OF SBI) INVITES TENDERS ON BEHALF OF SBI, HYDERABAD.

A. Tender Form will be available upto up to 5.00 pm. B. Last date for receipt of Tenders in Office is up to 5.

REQUEST FOR PROPOSAL

Expression of Interest (EOI)

Tender for Engagement of Chartered Accountant CONTENTS

COUNCIL OF SCIENTIFIC AND INDUSTRIAL RESEARCH NEW DELHI TENDER NOTICE (N I T)

SINGLE BID TENDER DOCUMENT FOR ARCHITECTURAL SERVICES FOR TAKING UP RENOVATION WORKS OF SBLC, MASULIPATNAM.

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

MINUTES OF PRE-BID CONFERENCE. INVITATION TO BID INTERIOR FITTING-OUT WORKS FOR NEW UNDP CAMBODIA COUNTRY OFFICE Process No:

Bank of India Jamshedpur Zonal Office Bank of India Bldg., Main Road,Bistupur,Jamshdpur, (Phone No , ) Ref. No.

OFFERS ARE INVITED FOR MANAGEMENT OF LOYALTY CARDS PROGRAM FOR CITCO S HOTEL MOUNTVIEW

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

Bangalore International Airport Limited INFORMATION DOCUMENT

WEST BENGAL STATE ELECTIRCITY DISTRIBUTION COMPANY LIMITED

KUDUMBASHREE STATE MISSION

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

Bangalore International Airport Limited INFORMATION DOCUMENT

REQUEST FOR PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NANTICOKE

Dr. Ram Manohar Lohiya National Law University, Lucknow

FRANCHISING OF OPERATION AND MAINTENANCE OF PARKING AREA AT BOAT HOUSE, OOTY

(To be published in the Gazette of India, Part I, Section 1) RESOLUTION. Tariff based Competitive-bidding Guidelines for Transmission Service

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

institutions and Public Sector Undertakings for similar works.

Subject: Inviting Tender / Quotation for Designing and Printing of University Annual Report (Hindi Version)

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH NEW DELHI NIT

Subject: Tender for supply of Antivirus and Application Software under two bid system (technical bid and financial bid) -reg

BHOPAL MEMORIAL HOSPITAL & RESEARCH CENTRE UNDER DEPARTMENT OF HEALTH RESEARCH, MINISTRY OF HEALTH & FAMILY WELFARE GOVERNMENT OF INDIA

Office of the Deputy Director of Horticulture(ZP) Ramanagara District. Tender Notification No. SADH/SS/R/Suptd/06/ Date:

TENDER DOCUMENT. Sub: Tender for Supply, Installation & Commissioning of Air Purifiers. Tender No. : Purchase: (AP) Date: 04/02/2016 PART A

Subject: Inviting Tender / Quotation for Printing of University Annual Report (Hindi Version)

Bangalore International Airport Limited REQUEST FOR QUOTATION (RFQ) FOR. SITC of Standalone Fire Alarm for exit doors at BIAL project office

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

for selection of Architect for above mentioned work. The scope of the work of the Architect shall be as under:

COUNCIL OF SCIENTIFIC & INUDSTIRAL RESEARCH. NEW DELHI. NOTICE INVITING TENDER

SIDDHA REGIONAL RESEARCH INSTITUTE KUYAVARPALAYAM, PUDUCHERRY TENDER NOTICE No. 02 /2017

List of Financial Regulations

N.I.T. for disposal of unserviceable E-waste

ZONAL OFFICE GHAZIABAD ZONE QUOTATION FORM FOR

TENDER DOCUMENT FOR SUPPLY OF WOODEN FURNITURE

FACT RCF BUILDING PRODUCTS LTD (A Joint Venture of FACT & RCF, Both Government of India Enterprises)

Bihar Renewable Energy Development Agency. Expression of Interest (EOI)

TENDER CONDITIONS FOR SUBMISSION OF TECHNICAL BID & PRICE BID

NOTICE OF INVITATION TO TENDER

Scanned by CamScanner

REQUEST FOR PROPOSAL

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

Government of Karnataka (Department of Horticulture)

RCB/BBB/04-02/04/NIT/04/ Dated: NOTICE INVITING TENDER

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO. - NERO/CON/ASSAM-NHIDCLI/321

RASHTRIYA SANSKRITI MAHOTSAV The National Cultural Festival of India 2015

Bangalore International Airport Limited INFORMATION DOCUMENT

REQUEST FOR PROPOSAL

CONTRACT DOCUMENTS FOR THE WORK

NOTICE INVITING TENDERS

Expression of Interest

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

TENDER FOR INSPECTION AND RADIOGRAPHIC TESTING OF WELDING JOINTS

TENDER. NATIONAL JUTE BOARD (NJB) TNSCB Complex, Pillaiyar Koil Thottam, New No. 130 (Old No.212), R.K.Mutt Road, Mylapore, Chennai

File No.: 104/3/Dusting, Clean, Pest/2007/Gen. Date: 10/05/2007. Subject: Tender for Dusting, Cleaning & Pest control for the Years 2007, 2008 & 2009.

Document B101 TM. Standard Form of Agreement Between Owner and Architect

South Bengal State Transport Corporation (A Government of West Bengal Undertaking )

Webel INVITAITON FOR EXPRESSION OF INTEREST (EOI) FOR SUPPLY OF CONTRACTUAL MANPOWER FOR DEPLOYMENT TO DIFFERENT GOVT. DEPARTMENT ACROSS WEST BENGAL

~!~/ 1V1AN~&ER (C&C) Balrner Lawrle & Co Ltd. Logistic Services Division TENDER FOR HIRING OF FORKLIFT/CRANE. 32~33 Kushal Bazar,Nehru Place

Signature of Architect Page 1 of 6

DELHI METRO RAIL CORPORATION LIMITED KOCHI METRO RAIL PROJECT

Bharat Heavy Electricals Limited (A Govt.of India Undertaking) Tiruchirappalli , India HRM CANTEENS

Only Feasibility Study has been completed as of now. The selected Consultant has to prepare the DPR.

NOTICE INVITING TENDER (NIT) (e-tender)

REQUEST FOR PROPOSAL

EXHIBIT 6 Preconstruction Work

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

POLICY ON UNISA PUBLIC TENDERS Overview

Document B101 TM. Standard Form of Agreement Between Owner and Architect

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Jhabua Power Ltd. NOTICE INVITING BIDS

STATE BANK INSTITUTE OF RURAL DEVELOPMENT LIMGAMPALLY, HYDERABAD

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

TENDER DOCUMENT FOR HPL INTERNAL AUDITOR

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT CONSULTANT SELECTION PROCEDURES FOR ENGINEERING AND DESIGN RELATED SERVICES

AGREEMENT FOR ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

SCOPE OF WORK FOR PROFESSIONAL SERVICES: HET POSTHUYS ELECTRICAL UPGRADE

Transcription:

CONSULATE GENERAL OF INDIA SAN FRANCISCO RFP for hiring of an Architectural Consultant for providing professional services including Architectural, Conservations, Engineering, Interior design and Project Management for Extension, Renovation & Interiors of GOI owned old property in San Francisco, USA 'The Consul General of India (CGI), Francisco, USA, invites Comprehensive proposals from the Competent and Qualified (as per the conditions of eligibility mentioned in this RFP) Architectural firms for Extension, Renovation and Interior designing of an old property of the CGI, San Francisco located at 5, Wood Street, San Francisco, CA 94118, on a plot of 5900 Sqft. (approx). The proposal should contain a Vision statement and rationale for Interiors renovation & retrofitting in the existing building, space planning for the office as mentioned in this RFP. The proposal may be elaborated through some visual sketches, plans, elevations & sections and if required, should also cater to Conservations issues as well as structural retrofitting & feasibility aspects of the design with all necessary compliance of local regulations / statutory authorities.' The property is owned, managed and maintained by Consulate of India, San Francisco Built around 1913, this building has covered area of 11,000 sqft. (approximately) in four floors including a basement. The building was in good use until 1950's. It was remodelled in 1974 and no major work has been done since then in the building. It has old classic facade having some sophisticated detailing and woodwork befitting the design vocabulary of buildings built in early 20 th century. The proposals should be in two parts: (i) the Technical Proposal, which should contain a proposal and other documents required as per the terms & conditions of this RFP; and (ii) the Fee Proposal (in a sealed envelop), which should be as per the format given at S. No. 4 in this RFP. Please note that the fee proposal must quote a price for each stage, as broadly described below in this RFP. The amount must be expressed in US dollars, and not in terms of percentage of project cost. The applicants may have to generate CAD files of the drawings of the existing building and therefore, if desired, shall be permitted access in the building for physical inspection of the existing building. 1.0 Condition of Eligibility Architects / Architectural Firms fulfilling the following conditions and submitting the relevant documentary proof, may only apply; i. Proposer must be an established Architect / Architectural firm, registered with local authorities/professional bodies, who are authorized for taking up such consultancy works i.e. Expansion, Renovations, Conservations & Interior designing in old / historical buildings. i. Proposer must have experience in having successfully executed Interior designing projects comprising of Expansion, Repair/Renovation work of at least one

contract worth USD 3 million or two contracts worth USD 1.8 million each or three contracts worth 1.2 million each, in the last three years prior to December, 2016, including putting together and coordinating a multi-disciplinary project team. The works in the executed contract should include, but not be limited to disciplines: like Architectural, Interiors. structural, MEP, fire suppression, AV, networking / communications, security, fabrications, historic preservation / restoration. i. The Proposer should show relevant experience in dealing with: (i) Adaptive reuse of historic buildings (ii) Working on institutional projects (iii) Design of building exteriors (iv) Design of interiors (v) Masonry restoration (vi) Meeting tight schedules and budgets (vi) Experience in successfully managing the Local approvals / regulatory process for projects located in Historic Districts. Proof of meeting tight time schedules and budgets would need to be furnished for at least two projects executed in the last 5 years. ii. Having minimum turnover of USD 5 million in consultancy/engineering services in each of the last three years ending in 2016. This should be supported by audited balance sheets and profit and loss accounts duly certified by a Chartered Accountant, as submitted by the Proposer. iii. The Proposer should have sufficient number of Technical and Administrative Employees for rendering the design and consultancy services. The Proposer should submit a list of employees with details of their technical qualification and experience stating clearly how they would be involved in this project. iv. Additional information pertaining to association arrangement, if required, with other technical firms/professionals, commitment regarding adherence to professional Code of Ethics and proposed work schedule for the project shall be supplied along with the application. 2.0 Scope of Work Govt. of India has already drawn-up a Concept Plan / Design out-lining floorwise requirements for this project which is as under; i. One floor of building to be dedicated entirely to commemorate the Gadaris in the form of Museum, Library and a sculpture. ii. A floor for residence of Caretaker and custodian who would be an employee of CGI, San Francisco. iii. Meeting rooms for activities pertaining to Indian Community and celebration of Gaddar Movement. Ground Floor - Museum First Floor - Library, Meeting Rooms Second Floor - Residence for Care-taker However, CGI may, in consultation the Proposer add/delete/alter these requirements before finalization of the Design for submission to the local authorities and tendering. The Proposer shall need to take-up the project from the Detailed Design stage till the completion stage. Copy of the Concept design shall be provided to each applicant. A tentative Scope of Work for the proposer

starting from Design Development Stages till the Completion Stages has been drawn as mentioned below. The Proposer may, if need be, re-define the scope of work to bring it in conformity with the local regulations, in order to see that the project is designed and executed without any hindrance from the detained designing stages and competed in all respect. Design Development Stage i. Topographic Survey of existing conditions a) Prepare and submit Scope of services for commissioning Topographical survey of exiting conditions for finalizing the Design Development of the project. The cost of this survey shall be borne by CGI, San Francisco / Govt. of India. i. Design Development (DD) / City Planning Entitlement a) Review the Concept Design and if required, may suggests modifications in order to meet the space requirements of the as projected by CGI / meeting local regulation framework. b) Preparation of Detailed Design (DD) Documentations in a suitable format based on review comments of the City Planning and CGI, San Francisco; or both, or as otherwise required for Planning Entitlement of the Project. c) The DD documents shall include all interiors and exterior design parameters of the project. d) The Planning review process may involve several progress review meetings with the City as well as with neighbourhood commission and / or home-owners / tenants and with CGI, San Francisco. e) Submittal of DD documents to the City for formal approval from City Planning Authorities. f) Obtaining Approval and Entitlement of the Project to proceed for next stage. iii. Civil, Structural and MEP systems design a) Provide Consultancy Services / prepare and submit design / drawings for MEP services during DD and shall prepare systems design documents and narratives as part of the DD submittal. iii. Construction Documents (CDs) a) Preparation of the Construction Documents (CDs) following the approval of the DD submitted by City Planning and the Owner. b) The CD's shall include A/E drawings and specifications in accordance with the scope of design services and as required for obtaining a building permit issued by the San Francisco Department of Building Inspection (DB) and for Bidding of the Construction Contract. c) Submittal of CD's for building permit application & Tendering works.

iii. Estimation of Construction Costs a) Preparation of Costs estimates BOQ etc. for Financial approval as well as for inviting financial bids as part of Tendering. Bidding & Construction Administration / Construction Management Stage: i. Bidding a) Preparation of documentations for inviting bids and Facilitating CGI, San Francisco for Inviting Bids on the basis of Single stage -Two Envelop System through Post's website, Central Public Procurements Portal (CPP Portal) of Govt. of India. a) Evaluate Technical bids received from the General Contractors for execution and submit recommendations for acceptance / approval of the CGI, San Francisco for Award of Contract for Construction. i. Construction Administration (CA) a) Issues set of Good for Construction (GFC) drawings to the Contractor after issue of award letter by the CGI, for starting the execution of the project. b) Processing requests for information (RF's) from the Contractor and issuing design and clarification sketches as needed, c) Review and approval of shop drawings and submittals of products and materials from the Contractor. d) Periodic observation of the progress of construction and conformance with design intent. e) Periodic on-site meetings with the Contractor. f) Building permit revisions if needed for changes during the course of construction. g) Punch lists of Substantial and Final Completion. i. Construction Management (CM) Services a) Daily on-site management of the construction schedule. b) Daily observation and quantification of the work. c) QA/CC of shop drawing and product and materials submittals for conformance with the CD'. d) QA/CC of the work for conformance with the CD'. e) Review and approval of Certificates for payment (by the Owner) from the Contractor. f) Review and approval of Contractor prepared As-Built drawings 3.0 Stages of Consultancy Work

i. Stage 1 Detailed Design & Statutory Approval The Successful Consultant whose proposal is selected through the selection process by the Consulate shall satisfy all the feasibility requirements of the design. This shall include review of the Concept Design provided by the Consulate, taking approval of the local authorities for the said concept design including approval of Historic preservation authorities for conservation of the existing building or its facade and finalize a comprehensive Interior design proposal in consultation with the CGI and prepare set of drawings explaining the design proposal keeping in mind the office space requirements as defined in the RFP, being old heritage building, and prepare preliminary design / drawings including cost estimates. ii. iii. Stage 2 - Statutory Approval & Bidding Documentations The Consultant shall seek and obtain all statutory approvals required to be obtained for commencement to agreed proposal of Extension, Renovation & Interiors works. The Consultant shall make all/any modifications in the drawings and plans as per statutory requirements without affecting the office space requirements. The Consultant may also see that the utility of the building is not compromised in any way while responding to the applicable regulations. Stage 3 - Construction & Construction management After completion of Stage 2, CGI shall invite quotations for carrying out the renovations finalized during completion of work at stage-2. This will be done through an open tender. The Consultant shall be involved in technical drafting of the construction document and technical evaluation of the quotations received. After award of the contract by CGI, the Consultant shall be responsible for overseeing the project as per agreed upon scope and approved design of renovation, structural retrofitting and interior design works. 4.0 Payment Modalities While the Offer of Fee is to be provided as a three-staged figure, the actual payment of fees shall be arranged to be made as per a schedule of agreedupon project milestones in more than three phases. The fee being quoted for each of these stages should include all the necessary services of different consultants including, but not limited to, Structural Engineer/Mechanical Engineer/Electrical Engineer/Life & fire Safety Officers etc., that Consultant will require for completion of the project. The Offer of Fee should be made in the following format: Table -1 Stages of Work & Fee quoted for each stage (to be submitted in a separated sealed envelop) Project Stage Proposed Fee (In US dollars) Stage 1...(36%) Stage 2...(20%

Stage 3...(44%) Total...(100%) The payment to the Architect-consultant on the Consultancy Fee shall be made as per the following stage-wise schedule of payment after the approval of work at each stage by the Competent authority. Table 2 Payment Schedule S. No. Services Description at each stage Fee paid at each stage (in%) A) Pre-construction Stages 1 Draft Design 8% 2 Basic Design 12% 3 Detailed Design / Construction Permit 16% 4 Project Detailing 16% 5 Assistance With Awarding Contracts (act) 4% TOTAL (paid till Pre-construction stages) 56% Remarks B) Assistance During Practical Completion 1 On certified completion of 25% of work 9% 2 On certified completion of 50% of work 9% 3 On certified completion of 75% of work 9% 4 On certified completion of 100% of work (with finalisation of all accounts, complete drawings and obtaining complete certifications from local bodies etc.) 10% 5 Assistance for reception of works 7% TOTAL (during Construction Stages) 44% As per prevailing US laws, 7% (B-5) above of the fee shall be held back on completion of the project as Performance Security. Of this 7%, 50% shall be released after one month of completion of project and remaining 50% after one year of completion of the project. Each phase will only start after the approval for the preceding phase is issued by the Mission. 5.0 Additions and Alterations i. CGI shall have the right to request changes, additions modifications or deletions in the design and drawing of any part of the work and to request additional work in connection therewith and the Consultant shall comply with such request. ii. The Consultant shall not make any material deviations / additions or omissions from the work shown and described in the Contract document except for structural safety and emergencies, without obtaining the consent of the Consulate.

6.0 Time Schedule The work shall be carried out by the Consultant with due expedition and in accordance with the time schedule. The time schedule so agreed upon shall be observed by the Consultant and shall be deemed to be the essence of the contract on the part of the Consultant. 7.0 Compensation for Delay/Liquidated Damages In the event of failure of the Consultant to complete the assigned work within the stipulated time period and in case the work is delayed and the delay is attributed to the Consultant, the Consultant will pay to the employer the delay damage @ 0.5 percent of the consultancy fees of work for delay per week subject to maximum of 10 percent of the total consultancy charges. 8.0 Abandonment of Work If the Consultant abandons the work for any reasons whatsoever or becomes incapacitated from acting as Consultant, the Consulate may make full use of all or any of the drawings prepared by the Consultant. The Consultant shall be credited with all fees and expenses logically and reasonably payable up to the date of abandonment. In case of wilful abandonment of the project by the Consultant, the Consulate shall have the right to withhold all consultancy and management fees and claim damage flowing from such abandonment equitably assessed by the Consulate. 9.0 Suspension The Consulate may suspend all or part of the services by giving a notice to Consultant and consultant shall immediately make arrangement to stop the services and shall not make any further expenditure from his end. On suspension of the Consultant s appointment, the Consultant shall be entitled to fees for all completed stages of work at that time. On the resumption of suspended service within six months, previous payments shall be regarded solely as payments on account towards the fees. 10.0 Termination If the Consultant is without good reasons, not discharging his obligation, the Consulate may inform the Consultant by notice, stating the grounds for the notice. If a satisfactory response is not received within 21 days, the Consulate may by a further notice, terminate the agreement provided that further notice is given within 35 days of the Consulate s formal notice. In the event of termination of the agreement by the Consulate the Consultant shall have no claim to compensation for any loss sustained by reasons entered into any engagement or made any advance on account or with a view to perform the consultancy work. The Consultant shall not be entitled to be paid any sum for any work thereof or actually performed under this agreement unless or until the Consulate is satisfied with the performance of such work and the value payable in respect thereof and the Consultant shall only be entitled to be paid the value so certified

by the Consulate. 11.0 Arbitration If any dispute, difference or question at any time arises between the Consulate and the Consultant in respect of the agreement signed which cannot be settled mutually or in case of termination as described in clause 12, shall be referred to arbitration. The arbitration proceedings will be conducted in accordance with and be subject to the UNCITRAL (United Nations commission on International Trade Laws) Arbitration Rules, as amended from time to time and the decision of the arbitrators as mentioned above shall be final and binding on the parties. The Arbitration will have its sittings at New York, USA. 12.0 Remedies The Consultant shall agree to redesign at his cost any portion of his engineering and design work, which due to his failure to use a reasonable degree of design skill proves defective within one year from the date of start of regular use of the portion of the work so affected. The Consulate shall grant right to access to the Consultant to those portions of the work claimed be defective, for inspection. 13.0 Procurement Process and Time Line The following would be the time line for appointment of the Consultant: i. To draw up designs, site visit to the property would be held on March 16, 2017, where a pre-bid conference will also be held. ii. Last date for receipt of Proposer s questions would be March 21, 2017 (5 days from the date of site visit) (answers to the questions will be posted on the website of the Consulate) iii. Deadline for submission of bid (i.e. RFP closing date): March 31 (2 weeks from the date of site visit) (1500 hrs) iv. Opening of technical bid: March 31 (same date as in c) 1600 hrs) 14.0 Selection Criteria The selection process of the consultant would be based on weighted-average criteria of both the technical and financial bids in the ratio of 75:25. The Technical evaluation will be based on: i. Design and space utilization conforming to the indicated requirements: 40 marks ii. Economy of concept design: 20 marks iii. Experience in handling projects of this nature as brought out in para 1.0 (b) and (c) above: 20 marks

iv. Previous experience of renovation & retrofitting in Heritage Buildings for foreign entities/governments: 20 marks 15.0 Submission Procedure All bids are to be accompanied by a refundable Earnest Money Deposit of USD 1000 payable through a check drawn in favour of the Consulate of India, San Francisco. This would be refunded within 5 days of the opening of the financial bids. The bids (technical and financial bids) in separate envelopes should be addressed and submitted to the Deputy Consul General, Consulate General of India, San Francisco, USA before the deadline. For clarifications, if any, please contact: Mr. Rohit Rathish Deputy Consul General Consulate General of India, San Francisco, USA Phone No:+650 457 9480 Email: dcg@cgisf.org