Procurement News Inner Page Slide

Procurement News

Procurement News

Procurement News

1.Advert for Money Policy v1.0_LC approved Click here to download

2.RFP for submission of quote for supply of Network Switches at DC Site of SBI UK Ltd by reputed IT Hardware suppliers - extended upto 11.08.2025 Click here to download

3.RFP - Advert for General Insurance Intermediary Click here to download

4.RFP for submission of quote for supply of Network Devices at DR Site of SBI UK Ltd by reputed IT Hardware suppliers Click here to download

 

4.RFP for submission of quote for supply of IT Hardware by reputed IT Hardware suppliers

SBIUK Ltd invites quotations from qualified vendors to provide quotations for the procurement of IT Hardware for its SBI UK Ltd Office and new DR Site at Finchley. The detailed specification and quantities of the hardware devices and Licenses are mentioned below:

Sno

Description

Quantity

1

HPE DL380 Gen11, 2 x 12 Core CPU, 256GB Memory, 2x 480GB SSD

4

2

HPE MSA 2060 with 32TB storage

2

3

Server Licensing – Hygiea Host Servers – Windows Server 2025 Standard 16 Core License Pack

4

4

HPE 8 Bay Tape Library

1

5

LTO 8 Tapes

16

6

LTO Tape Labels

1 Pack

7

Veeam Data Platform Essentials Universal Subscription License. 5 Instances

1

8

Server Licensing – New DR Host Servers – Windows Server 2025 Standard 8 Core License Pack

2

 

All the hardware equipment and licenses should be supplied to State Bank of India office at below address:

State Bank of India, Systems Department, 3rd Floor 15-17 King Street London EC2V 8EA

  1. The supplier should be reputed and have Minimum 5 years of relevant experience in this field.
  2. The Service Provider should comply to all the extant guidelines and regulations set by Government of UK, FCA and PRA but not limited to:
    • a) GDPR guidelines of UK
    • b) UK Bribery Act 2010, UK Anti-Slavery Act 2015
  3. Bidders should submit the registration form along with the quotation which is available to download in the RFP notification or can find as annexure on next page. Bank may ask for the necessary evidence/certificate for the responses submitted as and when needed by the Bank for Audit and Regulatory compliance purpose.
  4. Supplier should provide the Quote in a sealed envelope mentioning “Private and Confidential” by post on below address:

Head Systems, State Bank of India Systems Department 3rd Floor 15-17 King Street London EC2V 8EA

Any other form of submission other than the one mentioned above will disqualify the vendor.

  1. The last date of submission of quote is 5:00PM 15th April 2025. Tentative timeline for evaluation and communication to the selected bidder will be 2 weeks from the last date of submission.
  2. Any query related to the RFP, please send the query to Mr. Mohsin Mohammed, email: m.mohammed.sbiuk@statebank.com and Gnana Raj Kishore N, email: systems2.sbiuk@statebank.com.
  3. SBI UK Ltd has the right to change its requirement any time during the validity of the RFP and the same will be updated on the website.
  4. The contract will be awarded to lowest bidder, subject to technical feasibility and Terms and Conditions.

Terms and Conditions:

This invitation to tender contains instructions on the tendering process and sets out the Bank’s requirements, which you should address in your offer.

By participating in this tender, you are accepting to be bound by the instructions as set out in this invitation. Please read this document carefully as failure to comply with the instructions may invalidate your offer.

This invitation and any of the information presented in it does not constitute a contractual offer or invitation on the part of the Bank to enter into a contract or any other arrangements relating to the requested services.

The information in this invitation is provided by the Bank. It does not purport to be comprehensive and has not been independently verified. While it has been prepared in good faith, no representation, warranty, assurance or undertaking (express or implied) is or will be made, and no responsibility or liability is or will be accepted by the Bank or any of its subsidiaries or by any of their respective officers, employees or agents in relation to the adequacy, accuracy, completeness or reasonableness of this invitation, or of any other information (whether written or oral), notice or document supplied or otherwise made available to the tenderers or their advisers in connection with the contract and the requested services. All and any such responsibility and liability is expressly disclaimed. The recipient acknowledges and agrees that no person has, nor is held out as having, any authority to give any statement, warranty, representation, assurance or undertaking on behalf of the Bank in connection with the contract.

This invitation does not exclude any liability for, or remedy in respect of, fraudulent misrepresentation.

The Bank will not in any circumstances be liable for any tender costs, expenditure, work, or effort incurred by a tenderer in carrying out enquiries in relation to, proceeding with, or participating in, this procurement, including if the procurement process is terminated or amended by the Bank.

The Bank reserves the right to:

  • (a) Waive or change the requirements of this invitation from time to time without giving tenderers prior (or any) notice.
  • (b) Seek clarification or documents in respect of a tenderer’s submission.
  • (c) Disqualify any tenderer that does not submit a compliant tender in accordance with the instructions in this invitation
  • (d) Disqualify any tenderer that is guilty of serious misrepresentation in relation to its tender, expression of interest or the tender process.
  • (e) Withdraw this invitation at any time, or to re-invite tenders on the same or any alternative basis; and
  • (f) Choose not to award any contract as a result of the current procurement process.

This invitation:

  • (a) Asks tenderers to submit their offers in accordance with the instructions set out in the remainder of this invitation.
  • (b) Provides tenderers with sufficient information to enable them to provide a compliant offer.
  • (c) Sets out the evaluation criteria that will be used to evaluate the offers; and
  • (d) Explain the administrative arrangements for the receipt of offers.

Where any tenderers or potential offerors request any clarifications or submit any questions regarding the scope of the works, the terms of this invitation or any other matters arising from this document, the Bank will endeavor to respond to all reasonable clarifications and questions within a reasonable time, with due regard to the Bank’s internal deadlines and timetable for the procurement process and the completion of the works.

The Bank reserves the right (but shall not be obliged) to seek clarification of any aspect of a tenderer’s offer during the evaluation phase. Tenderers are asked to respond to these requests promptly and to avoid vague or ambiguous answers.

Additionally, the Bank reserves the right not to open or consider any tender received after the deadline for submission. The Bank may, however, in its own absolute discretion extend the deadline and in these circumstances the Bank will notify all tenderers of any such change.

The award of a contract will be subject to the formal approval process of the Bank. No contract will be awarded or entered into until all necessary approvals are obtained.

All terms and conditions of this invitation to offer/tender and of any eventual contract or other contractual arrangements made hereunder are governed by the laws of England and Wales. The Bank and any tenderers or other parties to this invitation or any subsequent contractual arrangements submit irrevocably to the exclusive jurisdiction of the courts of England and Wales to settle any disputes which may arise..

Annexure

New Vendor Registration Form

                              Vendor Registration Form (New Vendors only)

Company Details

Legal Entity Name:

 

Address:

 

City:

 

Post Code:

 

Company Registration Number

 

 

Bank Name:

 

Account details

 

Sort Code:

 

 

Name:

 

Designation:

 

 

Type of Procurement:

 

Description of goods/ services:

 

Scan copy of documents required:

 

Details to be filled by SBI

Name of the procurement department

IT Systems

Has the vendor onboarded with due approval

Yes

Are the services provided classified as Outsourcing?

Outsourcing

Manager’s Sign-off

Yes

Date:

 

Documents/ Confirmation Required

List of scan copy of Mandatory Documents Required for Vendor addition

Certificate of Incorporation

 

Memorandum of Association

 

Confirmation on Relevant Legislation

Anti- slavery and Human Trafficking

 

Anti-bribery and Corruption

 

Data Protection in place

 

Business Continuity Plan in place

 

Service Level Agreements

 

 

 

RFP for submission of quote for supply of Network Devices at DR Site by reputed IT Hardware suppliers

 

SBIUK Ltd invites quotations from qualified vendors to provide quotations for the procurement of Network Devices for its new DR Site at Finchley. The detailed specification and quantities of the hardware/Network devices is as below:

Part Number

Smart Account Mandatory

Description

Service Duration (Months)

Qty

C8200-1N-4T

---

Cisco Catalyst C8200-1N-4T Router

---

2

CON-SNTP-C82001N4

Yes

SNTC-24X7X4 Cisco Catalyst C8200

84

2

MEM-C8200-8GB

---

Cisco Catalyst 8200 Edge 8GB memory

---

2

M2USB-16G

---

Cisco Catalyst 8000 Edge M.2 USB 16GB

---

2

C-RFID-1R

---

Cisco Catalyst 8000 Edge RFID - 1RU

---

2

C8200-RM-19-1R

---

Cisco Catalyst 8200 Rack mount kit - 19" 1R

---

2

NETWORK-PNP-LIC

---

Network Plug-n-Play Connect for zero-touch device deployment

---

2

C-NIM-2T

---

2-port 100Mbps/1Gbps dual-mode RJ45/SFP NIM with WAN MACSec

---

2

SC8KBEUK9-176

---

UNIVERSAL

---

2

PWR-CC1-150WAC

---

Cisco C8200 1RU AC 150W Power supply

---

2

CAB-BD

---

AC Power Cord (BD)

---

4

CAB-CONSOLE-USB

-

Console Cable 6ft with USB Type A and mini-B

---

1

SFP-GE-S

---

SFP-GE-S 1000BASE-SX SFP

 

8

SFP-10G-SR

---

10GBASE-SR SFP Module

---

4

DNA-P-T2-A-7Y

Yes

Cisco DNA Advantage On-Prem Lic 7Y - upto 1G (Aggr, 2G)

84

2

SVS-PDNA-ADV

---

Embedded Support for SW - Tiered  DNA Advantage On-Prem

---

2

DSTACK-T2-A

Yes

Cisco DNA Advantage Stack - upto 1G (Aggr, 2G)

84

2

NWSTACK-T2-A

---

Cisco Network Advantage Stack - upto 1G (Aggr, 2G)

---

2

SDWAN-UMB-ADV

---

Cisco Umbrella for DNA Advantage

---

2

DNAC-ONPREM-PF

---

Cisco DNA Center On Prem Deployment Option for WAN

---

2

 

Part Number

Smart Account Mandatory

Description

Service Duration (Months)

Qty

C9300-48T-A

-

Catalyst 9300 48-port data only, Network Advantage

---

2

CON-SNTP-C93004TA

-

SNTC-24X7X4 Catalyst 9300 48-port data only, Network

84

2

C9300-NW-A-48

Yes

C9300 Network Advantage, 48-port license

---

2

SC9300UK9-175

-

Cisco Catalyst 9300 XE 17.5 UNIVERSAL

---

2

PWR-C1-350WAC-P

-

350W AC 80+ platinum Config 1 Power Supply

---

2

PWR-C1-350WAC-P/2

-

350W AC 80+ platinum Config 1 Secondary Power Supply

---

2

CAB-C15-CBN-BD

-

AC Power Cord, Type C15 Cable, BD

---

4

C9300-SSD-NONE

-

No. SSD Card Selected

---

2

CAB-CONSOLE-USB

-

Console Cable 6ft with USB Type A and mini-B

---

1

SFP-GE-S

---

SFP-GE-S 1000BASE-SX SFP

 

12

SFP-10G-SR

---

10GBASE-SR SFP Module

---

6

STACK-T1-50CM

-

50CM Type 1 Stacking Cable

---

2

C9300-SPWR-NONE

-

No Stack Power Cable Selected

---

2

TE-C9K-SW

-

TE agent for IOSXE on C9K

---

2

C9300-DNA-A-48

Yes

C9300 DNA Advantage, 48-Port Term Licenses

---

2

C9300-DNA-A-48-7Y

-

C9300 DNA Advantage, 48-Port, 7 Year Term License

84

2

C1-ADD-OPTOUT

-

Cisco DNA Premier Add-On Session Opt Out (No Fulfillment)

---

2

PI-LFAS-T

Yes

Prime Infrastructure Lifecycle & Assurance Term - Smart Lic

---

2

PI-LFAS-AP-T-7Y

-

PI Dev Lic for Lifecycle & Assurance Term 7Y

84

2

D-DNAS-EXT-S-T

Yes

Cisco DNA Spaces Extend Term License for Catalyst Switches

---

2

D-DNAS-EXT-S-7Y

-

Cisco DNA Spaces Extend for Catalyst Switching - 7Year

84

2

TE-EMBEDDED-T

Yes

Cisco ThousandEyes Enterprise Agent IBN Embedded

---

2

TE-EMBEDDED-T-7Y

-

ThousandEyes - Enterprise Agents

84

2

C9300-NM-8X

-

Catalyst 9300 8 x 10GE Network Module

---

2

NETWORK-PNP-LIC

Yes

Network Plug-n-Play Connect for zero-touch device deployment

---

2

STACK-T1-3M=

-

3M Type 1 Stacking Cable

---

2

 

 

Part Number

Description

Service Duration (Months)

Qty

 

FortiGate 100F Base Appliance

FG-100F

FortiGate-100F 22 x GE RJ45 ports (including 2 x WAN ports, 1 x DMZ port, 1 x MGMT port, 2 x HA ports, 16 x switch ports with 4 SFP port shared media), 4 SFP ports, 2x 10G SFP+ FortiLinks, dual power supplies redundancy.

---

2

FG-100F-BDL-950-60

FortiGate 100F FG-100F Hardware plus 5 Year 24*7 FortiCare and FortiGuard Unified (UTP) Protection (FG-100F & FC-10-F100F-950-02-60)

Yes

2

 

All the hardware equipment should be supplied to State Bank of India office at below address:

State Bank of India, Systems Department, 3rd Floor 15-17 King Street London EC2V 8EA

  1. The supplier should be reputed and have Minimum 5 years of relevant experience in this field.
  2. The Service Provider should comply to all the extant guidelines and regulations set by Government of UK, FCA and PRA but not limited to:
    • a) GDPR guidelines of UK
    • b) UK Bribery Act 2010, UK Anti-Slavery Act 2015
  3. Bidders should submit the registration form along with the quotation which is available to download in the RFP notification or can find as annexure on next page. Bank may ask for the necessary evidence/certificate for the responses submitted as and when needed by the Bank for Audit and Regulatory compliance purpose.
  4. Supplier should provide the Quote in a sealed envelope mentioning “Private and Confidential” by post on below address:

Head Systems, State Bank of India Systems Department 3rd Floor 15-17 King Street London EC2V 8EA

Any other form of submission other than the one mentioned above will disqualify the vendor.

  1. The last date of submission of quote is 5:00PM 15th April 2025. Tentative timeline for evaluation and communication to the selected bidder will be 2 weeks from the last date of submission.
  2. Any query related to the RFP, please send the query to Mr. Mohsin Mohammed, email: m.mohammed.sbiuk@statebank.com and Gnana Raj Kishore N, email: systems2.sbiuk@statebank.com.
  3. SBI UK Ltd has the right to change its requirement any time during the validity of the RFP and the same will be updated on the website.
  4. The contract will be awarded to lowest bidder, subject to technical feasibility and Terms and Conditions.

Terms and Conditions:

This invitation to tender contains instructions on the tendering process and sets out the Bank’s requirements, which you should address in your offer.

By participating in this tender, you are accepting to be bound by the instructions as set out in this invitation. Please read this document carefully as failure to comply with the instructions may invalidate your offer.

This invitation and any of the information presented in it does not constitute a contractual offer or invitation on the part of the Bank to enter a contract or any other arrangements relating to the requested services.

The information in this invitation is provided by the Bank. It does not purport to be comprehensive and has not been independently verified. While it has been prepared in good faith, no representation, warranty, assurance or undertaking (express or implied) is or will be made, and no responsibility or liability is or will be accepted by the Bank or any of its subsidiaries or by any of their respective officers, employees or agents in relation to the adequacy, accuracy, completeness or reasonableness of this invitation, or of any other information (whether written or oral), notice or document supplied or otherwise made available to the tenderers or their advisers in connection with the contract and the requested services. All and any such responsibility and liability is expressly disclaimed. The recipient acknowledges and agrees that no person has, nor is held out as having, any authority to give any statement, warranty, representation, assurance or undertaking on behalf of the Bank in connection with the contract.

This invitation does not exclude any liability for, or remedy in respect of, fraudulent misrepresentation.

The Bank will not in any circumstances be liable for any tender costs, expenditure, work, or effort incurred by a tenderer in carrying out enquiries in relation to, proceeding with, or participating in, this procurement, including if the procurement process is terminated or amended by the Bank.

The Bank reserves the right to:

  • (a) Waive or change the requirements of this invitation from time to time without giving tenderers prior (or any) notice.
  • (b) Seek clarification or documents in respect of a tenderer’s submission.
  • (c) Disqualify any tenderer that does not submit a compliant tender in accordance with the instructions in this invitation.
  • (d) Disqualify any tenderer that is guilty of serious misrepresentation in relation to its tender, expression of interest or the tender process.
  • (e) Withdraw this invitation at any time, or to re-invite tenders on the same or any alternative basis; and
  • (f) Choose not to award any contract because of the current procurement process.

This invitation:

  • (a) Asks tenderers to submit their offers in accordance with the instructions set out in the remainder of this invitation.
  • (b) Provides tenderers with sufficient information to enable them to provide a compliant offer.
  • (c) Sets out the evaluation criteria that will be used to evaluate the offers, and
  • (d) Explain the administrative arrangements for the receipt of offers.

Where any tenderers or potential offerors request any clarifications or submit any questions regarding the scope of the works, the terms of this invitation or any other matters arising from this document, the Bank will endeavour to respond to all reasonable clarifications and questions within a reasonable time, with due regard to the Bank’s internal deadlines and timetable for the procurement process and the completion of the works.

The Bank reserves the right (but shall not be obliged) to seek clarification of any aspect of a tenderer’s offer during the evaluation phase. Tenderers are asked to respond to these requests promptly and to avoid vague or ambiguous answers.

Additionally, the Bank reserves the right not to open or consider any tender received after the deadline for submission. The Bank may, however, in its own absolute discretion extend the deadline and in these circumstances the Bank will notify all tenderers of any such change.

The award of a contract will be subject to the formal approval process of the Bank. No contract will be awarded or entered until all necessary approvals are obtained.

All terms and conditions of this invitation to offer/tender and of any eventual contract or other contractual arrangements made hereunder are governed by the laws of England and Wales. The Bank and any tenderers or other parties to this invitation or any subsequent contractual arrangements submit irrevocably to the exclusive jurisdiction of the courts of England and Wales to settle any disputes which may arise.

Annexure

New Vendor Registration Form

                              Vendor Registration Form (New Vendors only)

Company Details

Legal Entity Name:

 

Address:

 

City:

 

Post Code:

 

Company Registration Number

 

 

Bank Name:

 

Account details

 

Sort Code:

 

 

Name:

 

Designation:

 

 

Type of Procurement:

 

Description of goods/ services:

 

Scan copy of documents required:

 

Details to be filled by SBI

Name of the procurement department

IT Systems

Has the vendor onboarded with due approval

Yes

Are the services provided classified as Outsourcing?

Outsourcing

Manager’s Sign-off

Yes

Date:

 

Documents/ Confirmation Required

List of scan copy of Mandatory Documents Required for Vendor addition

Certificate of Incorporation

 

Memorandum of Association

 

Confirmation on Relevant Legislation

Anti- slavery and Human Trafficking

 

Anti-bribery and Corruption

 

Data Protection in place

 

Business Continuity Plan in place

 

Service Level Agreements

 

 

 

3. RFP: INVITATION TO TENDER LETTER FURNITURE SECOND FLOOR

STATE BANK OF INDIA (UK) Limited

Supply and Installation of New Office Furniture at 2nd floor, 2nd floor Hygeia House Harrow HA1 1BE

Furniture Tender Invitation

 

The State Bank of India (UK) Limited wishes to Refit and fit out the 2nd Floor of Hygeia House. Therefore, you are invited to submit a Furniture Tender for this floor to form a refreshed State Bank of India (UK) Limited Office work space.

Location – 2nd floor, Hygeia House, Harrow HA1 1AE

To comply with the Bank’s internal Corporate Governance, the Project must be competitively tendered, with the bids being returned directly to the Bank in sealed envelopes and opened in a formal committee meeting.

Please note that the Bank will not consider any Tender submitted via email. Such Tenders will be regarded as void and automatically disqualified. 

 

TENDER ARRANGEMENTS:

  1. Tender Period – Issue of documents on 15/05/2025  with returns by 29/05/2025 Thursday, 5pm, the chosen Furniture supplier will then be initially appointed by a Letter of Intent 
  2. Tender Format– Sealed envelope ONLY – To contain a) Pricing Schedule document hard copy,i.e. as issued Scope of Works document fully priced b) Signed Form of Tender

 DO NOT SEND ANY TENDER INFORMATION BY EMAIL.

 Tenders will be evaluated based on the ‘Code of Procedures for Single Stage Selective Tendering 1996’ Section 6, Alternative 2.

Tenders must be submitted directly to the Client and should bear no marking, which indicates that you have sent the tender package. The tender return address is:  

 FAO: Head of General Banking & Administration

             State Bank of India

             4th Floor

             15 King Street

            London

             EC2V 8EA

  FIRM PRICE TENDER – Assumptions, Budgets, Prime Costs, Provisional Sums and Contingency Sums

  The furniture supplier is to use the available documentation and instructions to produce a firm price, allow for necessary costs to ensure compliance with the concept design intent (look, feel, materials) and allow sufficient labour and materials to fully deliver the project at the appropriate cost.

  1. It is understood that some assumptions will need to be made by the Furniture supplier, and some budget costing will need to be included.
  2. Therefore, the tender price must not include Furniture suppliers identified Provisional Sums or Provisional Cost Sums; these are to be replaced with the Furniture suppliers own budget figure for the item that shall be treated as a firm price.
  3. Where specific products are selected, suppliers named within the enclosed documents, the Furniture supplier must use these suppliers when pricing and carrying out the works.

  PROJECT:

  The project will be let on a JCT Design & Build 2016 contract with amendments.

  1. Payment terms will be 50% on placing of order and 50% on completion , certified by the appointed Project Manager (TBC) with Invoice payments made by The State Bank of India (UK) Limited no later than seven days from invoice submission – retention will be 5% reducing to 2.5% at the end of the project until 12 months defects are completed.
  2. Following tender submissions, The State Bank of India (UK) Limited shall analyse the commercial figures together with the Furniture suppliers information and issue a report post approval.
  3. The State Bank of India (UK) Limited will interview the chosen Furniture supplier immediately; depending upon availability; this may be carried out as a video link on Teams / Zoom. Letter of Intent will be quickly afterwards to enable the Contractor to make an on-site start with a limited the lead-in period (as short as possible).
  4. The Furniture supplier is to determine the project's actual duration; SBI UK wishes; to complete the project asap and be fully operational 1 week from the date of completion of Fit out.

  Please acknowledge receipt of this letter and enclosures and confirm that you can submit a bona-fide Tender in accordance herewith for the project and that you can comply with the programme requirements.

  1. Tender Invitation. Click here to dowload form.
  2. Outline Programme – to be detailed by contractor.
  3. Pricing Scope of Works.
  4. Landlord Cat A as built Architectural Layout Drawing and typical details & Mechanical & Electrical Drawings (outline Principals) all Mechanical, plumbing and Electrical works to be Designed by the contractor.
  5. Hygeia House Drawings 2nd Floor.
  6. Notes to Tenderer.
  7. Form of Tender. Click here to download form.
  8. Landlords Requirements – Fit out guide.

To download/view all above contents, please click here.

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact via email Premises.facilities.sbiuk@statebank.com.

 

Yours faithfully

   Joydeep Das

Head, General Banking & Administration

State Bank of India (UK) Limited

 

4. RFP: INVITATION TO TENDER LETTER FIT OUT SECOND FLOOR.

 

STATE BANK OF INDIA (UK) Limited

2nd FLOOR FIT OUT HYGEIA HOUSE HARROW HA1 1BE

Main Contractors Tender Invitation

The State Bank of India (UK) Limited wishes to Refit and fit out the 2nd Floor of Hygeia. Therefore, you are invited to submit a Main Contractors Tender for the strip out, refurbishment and fit out of this floor to form a refreshed SBI UK Ltd Office work space.

Location – 2nd floor, Hygeia House, Harrow HA1 1BE

To comply with the Bank’s internal Corporate Governance, the Project must be competitively tendered, with the bids being returned directly to the Bank in sealed envelopes and opened in a formal committee meeting.

Please note that the Bank will not consider any Tender submitted via email. Such Tenders will be regarded as void and automatically disqualified.

TENDER ARRANGEMENTS:

  1. Tender Period – Issue of documents on Date 15/05/2025 with returns by

 29/05/2025 Thursday, 5pm. The chosen contractor will then be initially appointed by a Letter of Intent

  1. Tender Format (Part A)– Sealed envelope ONLY marked Part A – To contain a) Phasing Plan and Bar Chart Programme b) Contractors Design Proposals c) HVAC, Plumbing, Power, Containment & Lighting Design Proposals d) Project delivery structure
  2. Tender Format (Part B) – Sealed envelope ONLY marked Part B – To contain a) Pricing Schedule document hard copy, ,i.e. as issued Scope of Works document fully priced b) Signed Form of Tender

DO NOT SEND ANY TENDER INFORMATION BY EMAIL

Tenders will be evaluated based on the ‘Code of Procedures for Single Stage Selective Tendering 1996’ Section 6, Alternative 2.

Tenders must be submitted directly to the Client and should bear no marking, which indicates that you have sent the tender package. The tender return address is:

FAO: Head of General Banking &    Administration

State Bank of India

4th Floor

15 King Street London

EC2V 8EA

Please note the Client's specific requirements for tender returns; these will be opened in two parts and should be submitted in two separate envelopes marked 'Part A' and 'Part B'. Part A must only contain the technical elements of the tender as scheduled in the preliminaries, with Part B containing only the commercial figures for the project.

 

FIRM PRICE TENDER – Assumptions, Budgets, Prime Costs, Provisional Sums and Contingency Sums

  1. The contractor is to use the available documentation and instructions to produce a firm price, allow for necessary costs to ensure compliance with the concept design intent (look, feel, materials) and allow sufficient labour and materials to fully build the project at the appropriate cost.
  2. It is understood that some assumptions will need to be made by the Contractor, and some budget costing will need to be included.
  3. The contractor will also need to allow for fabrication design and drawings of bespoke items either internally or as part of a sub-contracted element.
  4. Therefore, the tender price must not include CONTRACTORS identified Provisional Sums or Provisional Cost Sums; these are to be replaced with the contractor’s own budget figure for the item that shall be treated as a firm price.
  5. Where specific products are selected, suppliers or sub-contractors named within the enclosed documents, the contractor must use these suppliers when pricing and carrying out the works.

PROJECT:

  1. The project will be let on a JCT Design & Build 2016 contract with amendments.
  2. Payment terms will be on fortnightly valuation, certified by the appointed Project (TBC) Manager with Invoice payments made by State Bank of India (UK) Limited no later than seven days from invoice submission – retention will be 5% reducing to 2.5% at the end of the project until 12 months defects are completed.
  3. Following tender submissions, State Bank of India (UK) Limited shall analyse the commercial figures together with the contractor’s design proposals and issue a report post internal approval.
  4. State Bank of India (UK) Limited will interview the chosen Contractor immediately; depending upon availability; this may be carried out as a video link on Teams / Zoom. Letter of Intent will be quickly afterwards to enable the Contractor to make an on-site start with a limited the lead-in period (as short as possible).
  5. The contractor is to determine the project's actual duration; State Bank of India (UK) Limited wishes; to complete the project asap and be fully operational from 5 weeks from the date of commencement.

Please acknowledge receipt of this letter and enclosures and confirm that you can submit          a bona-fide Tender in accordance herewith for the project and that you can comply with the programme requirements.

  1. Tender Invitation
  2. Outline Programme – to be detailed by contractor
  3. Pricing Scope of Works
  4. 3D Visuals 2nd Floor Hygeia House Harrow
  5. Landlord Cat A as built Architectural Layout Drawing and typical details & Mechanical & Electrical Drawings (outline Principals) all Mechanical, plumbing and Electrical works to be Designed by the contractor.
  6. Hygeia House Drawings 2nd Floor.
  7. Notes to Tenderer.
  8. Form of Tender.
  9. Landlords Requirements – Fit out guide

To download/view all above contents, please click here

 

Should you have any queries or require further information regarding the technical aspects of the projects or this tender, please contact via email Premises.facilities.sbiuk@statebank.com

  Yours faithfully

Joydeep Das

Head, General Banking & Administration State Bank of India (UK) Limited

 

 

SUB Services Free money transfer to India

Remittance to India

contacus

More about money transfers

SUB Services Talk to us, we can help

Talk to us, we can help

contacus

Invest or refinance a buy to let mortgage

SUB Services How to open an account with the State Bank of India UK Ltd

How to open an account with SBI UK Ltd

contacus

Learn More