pre-bid queries and replies technologies on design built
Post on 05-Nov-2021
3 Views
Preview:
TRANSCRIPT
Page 1 of 42
PRE-BID QUERIES AND REPLIES
NAME OF WORK: Empanelment of Agency /Firm for Construction of Housing / Building using Alternate / Rapid construction
Technologies on Design Built bases for Affordable Housing Project in the State of Maharashtra.
Tender Notice No and Date: 01/20-21, date 13/03/2021 Date of Pre-Bid: - 19/03/2021
Time: 15:00 Hrs
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
1. SPECTRUM
INFRASTRUCTUR
ES
Clause-1/
Page no. 5
Agency/Firm’s eligibility
criteria: Reputed
experienced, technically and
financially sound
companies/firms,
contractors/developers/build
er for Construction of
Houses/Building, who will
submit the following
documents, shall be eligible
to apply. No Joint Ventures
are allowed to participate.
Due, to last year’s
Covid-19 situation
many firms/ agencies
are facing problem of
turn over drop down,
i.e. FY 2019-20 Turn
over drop down. Hence,
we request you to allow
Joint Ventures for this
tender. It helps you to
participate more firms
for empanelment in
your organization.
Joint Venture up to maximum
Two (2) members is allowed.
Related Joint Venture
provisions are incorporated in
Revised EoI attached herewith.
2 (1). RELCON
INFRAPROJECTS
LTD.
Please clarify if the
Housing Project will be
all over Maharashtra or
Mumbai Region.
Housing projects will be all
over Maharashtra.
2(2) What will be the
Security Deposit
criteria and its mode of
payment?
This is being EoI only for
empanelment of construction
agencies/firms only Tender Fee
in form of DD has been sought
as per Detailed Tender Notice at
Page 2 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
page no. 1 of Revised EoI.
Also, as this is EoI for
empanelment of construction
agencies/firms, question of
security deposit does not arise
hence no any kind of security
deposit has been sought through
this EoI.
2(3) Does escalation/Price
variation clause be
applicable
This is being EoI for
empanelment of construction
agencies/firms, question of
escalation / price variation
clause does not arise.
2(4) As per List of Documents
required to be submitted,
“Average Annual Turnover
related to Building Projects
of a Construction
Agency/Developer/Builder
for last three financial years
(2017-18,18-19,19-2020)
This statement shall be duly
certified by the Chartered
Accountant.
We request you to
consider Average
Annual Turnover for
last Five years (2015-
16,16-17,17-18,18-
19,19-2020)
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
2(5) As per Expression of
Interest, Agency/Firm’s
Eligibility Criteria point no
03 says ‘’The EOI of
Agency /Firm who have
been debarred from
undertaking any work or
This clause has been revised
and reworded and incorporated
in Revised EoI. However,
condition of submission of
affidavit to this effect on Stamp
Paper of Rs. 500/- duly
Page 3 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
blacklisted by any
organization /Agency/Firm
in India or abroad as on the
date of submission of EOI,
shall be summarily rejected.
An affidavit of on Rs.500/-
Stamp paper duly notarised
shall be submitted by the
bidder that the company is
not blacklisted from the any
organization or any other
Agency/Firm.
notarised remains the same.
2(6) We request you to
extend the tender
submission date by
further 15 days as the
time provided is not
sufficient.
Last Date of submission has
been extended to 07.04.2021.
For revised EoI Schedule,
please refer Page no. 1 of
Revised EoI.
3 (1) Man
Infraconstruction
Limited
Page
no.05
Point
no.01
Agency /Firm’s Eligibility
Criteria
No joint venture are allowed
to participate
We request client to
allow joint venture of at
least 2 companies.
Please refer Clarification at Sr.
no. 1 of this replies to pre-bid
queries.
3 (2) Page
no.01
Last date of online
submission of EOI
29/03/2021 up to 3.00 PM
We request client to at
least give 10 days
extension
Please refer Clarification at Sr.
no. 2 (6) of these replies to pre-
bid queries.
3 (3) Page
no.01
Pre-Bid Conference
19/03/2021 at 3.00 P.M At
MHDC Mumbai, Office.
We request client to
make available an
option to attend the pre-
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 4 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
bid conference online
via video conferencing
due to the COVID-19
pandemic.
4(1) BLG Construction
Services (P) Ltd
Page
no.01
Rs.23,600/-No-Refundable
(Inclusive of GST)
Tender fee should be
exempted for MSME
registered firms.
Exemption for tender fee based
on MSME certificate is
available only for
manufacturing and / or supply
items, and this exemption is not
available for works. Hence, EoI
Condition will prevail.
4 (2) Page
no.05
Point no 1
Reputed, experienced,
technically & financially
sound companies /Firms,
contractors /developers
/builders for construction of
houses /Buildings, who will
be submit following
documents, shall be eligible
to apply.No joint venture
are allowed to participate.
Joint Venture between
at least 3 parties should
be allowed.
Please refer Clarification at Sr.
no. 1 of this replies to pre-bid
queries.
4 (3) Page
No.05,
Point
1,Sub
point ii
Agency /Firm should be
Financially sound to execute
& complete the project with
the minimum average
construction turnover during
last Three (3) financial years
of Rs 75 Cr.
Minimum Average
Construction turnover
should be Rs. 50 Cr.
during last Three
financial years.
This clause has been revised
and reworded and incorporated
in Revised EoI. Now as per
Revised EoI minimum average
construction turnover during
last Three (3) financial years of
Rs 55 Cr.
Page 5 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
4(4) Page
no.07
Point 5
The MHDC shall invite
financial bid on project to
project basis from the
empanelled Agency /Firm
during the validity of their
empanelment. (365 days
from date of publication of
Empanelment list)
Validity of
Empanelment should be
at least for 3 years
As of now decision of the
validity of empanelment is for
365 days from the date of issue
of Empanelment letter.
However, this decision may be
revisited during the
empanelment period. Hence as
of now EoI condition will
prevail.
4(5) Page
No.08
Table 2
General List of Minimum
Construction equipment
required for category 4
is not given.
This clause has been revised
and reworded and incorporated
in Revised EoI.
4(6) Page No.6,
Point 1,
Sub point
vi
The approved alternate
/rapid construction
innovative
technology/system must
have been used at least once
in residential project in
India. The Agency /Firm
shall have to submit
completion certificate of at
least of one building in
India given by client. The
Agency /Firm should have
completed at least 55,000
sqm of Built up area in
India.
Conventional building
should be allowed with
50,000sqm of
completed Built up
area.
This clause is applicable only
for approved alternate / rapid
construction innovative
technology/ system, if agency
/firm has experience of the
same.
However, for Conventional
technology also the agency
/firm must have completed
building projects of BUA as
stipulated in Sr. no 4 of Table -
4 of Revised EoI, during last 7
years. Please refer Clause B.1.
vi. of Revised EoI.
4(7) Page Reputed, experienced,
technically & financially
Joint Venture between
at least 3 parties should
Please refer Clarification at Sr.
no. 1 of this replies to pre-bid
Page 6 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
no.05
Point no 1
sound companies /Firms,
contractors /developers
/builders for construction of
houses /Buildings, who will
be submit following
documents, shall be eligible
to apply. No joint venture
are allowed to participate.
be allowed. queries.
5(1) SHARDA
Construction &
Corporation Pvt.
Ltd.
Hard Copy submission
of Demand Draft and
Tender Documents
should be within 72
Hours after bid due
date.
These EoI conditions will
prevail.
Please refer Revised EoI pg.
no. 2, Note sr. no. 2, 6 and 9.
5(2) Labor Lenience’s Will
be Submitted After
Tender Allowed.
Please refer Revised EoI
Clause A.7 pg. no. 3 which is
same as that of floated EoI and
which is self-explanatory and
this will prevail.
5(3) As per Criteria the
minimum BUA Built
Up Area should be
20,000 Sqm
This clause has been revised
and reworded and incorporated
in Revised EoI. Please refer
Table -1 of Revised EoI for the
minimum criteria for
Empanelment of Agency / Firm.
5(4) Technology approved
to be used in
construction shall be
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 7 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
certified by PWD.
5 (5) Additional experience
with BUA not less 2000
Sqm
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
5(6) Form -B should be
signed by bidder &
confirmation should be
taken from department
after submission.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
5 (7) Please Allowed Joint
Venture
Please refer Clarification at Sr.
no. 1 of this replies to pre-bid
queries.
6(1)
(i)
B. G. SHIRKE
CONSTRUCTION
TECHNOLOGY
PVT. LTD.
Para No.
1,
Page -1
Maharashtra Housing
Development Corporation
Limited
(MHDC) invites Expression
of Interest (EoI) from
reputed,
experienced, Technically &
Financially Sound
Companies/
Firms/ Contractors /
Developers / Builders
(hereafter called
Agency /Firm)
We have noted that
Builders / Developers
are also eligible to
apply for this EOI in
this context we wish to
bring to your
notice the following:
• Most of the Builders /
developers get their
projects
executed through
subcontracting or on
back-to-back
basis.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Cl. No. 1, Reputed, experienced,
Page 8 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Page -5 technically and financially
sound
companies / firms,
contractors / developers /
builders for
Construction of Houses /
Buildings, who will be
submit
following documents, shall
be eligible to apply.
• They do not have their
own resources in
manpower,
machinery, technology
etc.
• Builder / Developer’s
Turnover is generated
through
sale of properties / flats
and hence not a true
indication of purely
cost of construction as
in
contracting business.
• Even the start &
completion dates as
well as BUA of
project too will be in
dispute in absence of
project
specific LOI/ WO/
completion certificate
and can be
ascertained only from
commencement and
occupancy certificate
Table - 5,
Sr.
No. 5 &
Sr. A,
3 on Page
No.13
Average Annual Turnover
related to Building Projects
of a
construction agency /
Developer / Builder for the
last three
consecutive financial years
(2017-18, 2018-19, 2019-
20).
This statement shall be duly
certified by Chartered
Accountant.
Page 9 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
issued by statutory
authorities.
In view of above we
request you to either
disallow
participation of
Builders / Developers
or make suitable
provisions in the EOI
documents to ensure
that agencies
with genuine first-hand
experience and having
the necessary
manpower and
machinery resources are
shortlisted.
Therefore, Builders /
Developers / Agencies
claiming
experience of Non-
Govt. project must be
insisted to submit
Commencement
Certificate, Occupancy
Certificate, layouts
Page 10 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
etc sanctioned by
statutory authorities in
support of Start
date, Completion date
and BUA.
Cl. No. 1)
iii)
page 5
Agency /Firm should be
well experienced having
successfully completed
building works as a prime
contractor as per criteria
mentioned in Table – 1.
As per standard practice
for shortlisting of
agencies for an
EPC project, the
following works are not
considered as eligible
experience:
• works executed on
BOT/ PPP basis.
• works executed for
their own group
company /
subsidiary / sister
concerns
• work executed on
back-to-back basis
through another
contractor
Therefore, it is
presumed that such
works shall not be
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 11 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
considered for
qualification for this
EOI. Please confirm.
6(2)
(i)
Para No.
1,
Page -1
Cl. No. 1,
Page No. 3
Maharashtra Housing
Development Corporation
Limited
(MHDC) invites Expression
of Interest (EoI) from
reputed,
experienced, Technically &
Financially Sound
Companies/
Firms/ Contractors /
Developers / Builders
(hereafter called
Agency /Firm) for
empanelment for
construction of
houses/buildings ranging
from single storied to multi
storied
using Conventional or
Alternative / Innovative /
Rapid
construction technologies on
Design and Built basis. ….
As per the EOI
Document the works
are to be executed on
‘Design Built Basis’.
Also, the clause rightly
mentions that the
Agency should have
experience of design
and construction.
However, it is noticed
that nowhere in the
document,
parameters in respect of
‘Design and Build’
expertise of the
applicant are spelt out.
It is desirable that the
requirements
towards ‘Design Team’
of agency and ‘Design-
Build’
experience is specified
in the eligibility criteria
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 12 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Interested Agency / Firm
having experience of design
and
construction using
Conventional / approved
alternate / rapid
construction technology/ies
shall upload their
Expression of
Interest.
and marking
system.
In view of above the
definition of ‘Eligible
works’ stated vide
Cl. No. iii on page 5-6
and eligibility
conditions pertaining to
experience in
residential Building
projects using
Alternative
/Innovative/Rapid
construction
technologies stated vide
Cl.
No. vi on page 6, Sr.
No 4, 5.a. & 5.b. on
page 10-11 of
Table 4 & Sr. No. 2, 3,
4 & 6 on page 12-13 of
Table -5 may
be suitably modified to
include experience of
“Design and
construction” as
Page 13 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
essential instead of just
“Construction” for
evaluation.
The relevant clauses to
be modified are given
below:
6(2)
(ii)
Cl. No. iii
on
page 5-6
(*Eligible works means
“Construction of RCC
buildings /
buildings with approved
BMTPC technology of
minimum
G.F./Still+2 floors and
above. RCC buildings
include
residential buildings or
business buildings or office
buildings
or educational building or
institutional buildings”).
(*Eligible works means
“Design & Construction
of RCC
buildings / buildings
with approved BMTPC
technology of
minimum G.F./Still+2
floors and above. RCC
buildings
include residential
buildings or business
buildings or office
buildings or educational
building or institutional
buildings”).
The approved alternate
/ rapid construction
innovative
technology/system must
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 14 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Cl. No. vi
on
page 6,
The approved alternate /
rapid construction
innovative
technology/system must
have been used at least once
in
residential project in India.
The Agency /Firm shall
have to
submit completion
certificate of at least of one
building in
India given by client. The
Agency /Firm should have
completed at least 55,000
Sqm of built up area in
India.
have been used at least
once in
residential project in
India. The Agency
/Firm shall have to
submit completion
certificate of at least of
one building
executed on Design and
Build basis in India
given by client.
The Agency /Firm
should have completed
at least 55,000
Sqm of built-up area in
India.
6(2)
(iii)
Sr. No 4,
5.a.
& 5.b. on
page
10-11 of
Table
4. Experience in Building
works Annual average BUA
using
approved
Conventional/alternate /
rapid construction
Technology building works
4. Experience in
Building works Annual
average BUA using
approved
Conventional/alternate /
rapid construction
Technology building
Clause 4 of Table no. 4 of
floated EoI has been revised
and reworded and incorporated
in Revised EoI at Clause no. 4
of Table -4. However, Clauses
5.a. & 5.b. of floated EoI are
not altered and those are
incorporated in the Revised EoI
Page 15 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
4
completed during last seven
(7) years (Individual agency
/ firm) (Minimum 55,000
Sq.m.)
5. Additional experience in
Building works
a. Building project with
BUA not less than 20,000
sqm. at a
single location using
Conventional / approved
Alternative
Technology (Less than
20,000 Sqm. at a single
location
shall not be considered for
marking system in Table –
5)
completed during last seven
(7) years
b. Experience of completed
construction of one building
of
height 21 m. above GL or
more using Conventional/
works on Design and
Build basis
completed during last
seven (7) years
(Individual agency /
firm) (Minimum 55,000
Sq.m.)
5. Additional
experience in Building
works
a. Building project
executed on Design and
Build basis with
BUA not less than
20,000 sqm. at a single
location using
Conventional /
approved Alternative
Technology (Less
than 20,000 Sqm. at a
single location shall not
be
considered for marking
system in Table – 5)
completed
during last seven (7)
at 5.a & 5.b of Table -4.
Page 16 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
the
approved Alternative
Technology during last
seven (7)
years
years
b. Experience of
completed design &
construction of one
building of height 21 m.
above GL or more
using
Conventional/ the
approved Alternative
Technology
during last seven (7)
years
6(2)
(iv)
Sr. No. 2,
3, 4
& 6 on
page
12-13 of
Table
-5
2. Experience of the Firm in
last 7 years, one or more
completed residential
projects using Conventional
Method
/ approved Alternate / Rapid
construction technology
(Agency should have
completed at least one
project in
India to qualify). (minimum
BUA 20,000 Sqm)
3. Experience of the Firm
having annual average BUA
2. Experience of the
Firm in last 7 years, one
or more
completed residential
projects using
Conventional Method
/ approved Alternate /
Rapid construction
technology
executed on Design and
Build basis (Agency
should have
completed at least one
project in India on
Please refer Clarification at Sr.
no. 6 (2) (iii) of these replies to
pre-bid queries.
Page 17 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
using
Conventional Method /
approved Alternate / Rapid
construction technology
building works completed
during
last seven (7) years.
4. Experience of the Firm of
a completed building project
with
BUA not less than 55,000
sqm at a single location
using
the Conventional Method /
approved Alternate / Rapid
construction technology
completed during last seven
(7)
years.
6. Experience in
Construction using one (1)
or more
Conventional Method /
approved technologies
during last
Design and
Build basis to qualify).
(minimum BUA 20,000
Sqm)
3. Experience of the
Firm having annual
average BUA using
Conventional Method /
approved Alternate /
Rapid
construction technology
building works on
Design and Build basis
completed during last
seven (7) years.
4. Experience of the
Firm of a completed
building project on
Design and Build basis
with BUA not less than
55,000
sqm at a single location
using the Conventional
Method /
approved Alternate /
Rapid construction
Page 18 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
seven (7) years technology
completed during last
seven (7) years.
6. Experience in
Construction using one
(1) or more
Conventional Method /
approved technologies
on Design
and Build basis during
last seven (7) years
6 (3) Cl. No.
17,
Page No. 4
The bidding capacity of the
empanelled Agency / Firm
should
be equal to or more than the
estimated cost of the work
for
which the tender may be
invited in future.
We presume that Bid
Capacity calculation is
not required to
be submitted along with
EOI. Please confirm.
And if at all the
calculation is required
to be submitted please
specify “N” i.e.,
Number of years
prescribed for
completion of work for
which
criteria has been
invited.
Clause no. A.17 at pg. no. 4 of
floated EoI is self-explanatory,
and this is also incorporated in
the Revised EoI as it is at
Clause no. A.17.
Biding capacity is required to
be provided work wise for the
tenders to be floated in future
based on estimated cost put to
tender for those particular
tenders, and obviously it will be
different for different tenders
and value of N will be different
for different tenders based on
stipulated work completion
period for the that particular
work to be floated in future
Page 19 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
among empanelled
agencies/firms.
6(4) Table – 5,
Sr.
No. 5 Page
No.13
Sr. No. A)
3.
Page
No.13
Table – 1 /
8
Table – 4,
Sr.
No. 2 on
Page
No.10
Average Annual Turnover
related to Building Projects
of a
construction agency/
Developer/ Builder for the
last three
consecutive financial years
(2017-18, 2018-19, 2019-
20).
This statement shall be duly
certified by Chartered
Accountant.
Average Turnover in last 3
years (In Rs. Cr.)
Average Turn Over for the
last Three financial years as
per
audited balance sheet
certified by C.A and be at
least
Minimum Rs.75 Cr
We presume that
Average Annual
Turnover from
construction of
Building Projects will
only be considered as
defined in Marking
System at Sr. No.5 on
Page No. 13 and
Sr. No. A) 3. on Page
No. 13 of List of
Documents required
to be submitted, please
confirm.
Please refer Clarification at Sr.
no. 4 (3) of this replies to pre-
bid queries.
Average annual turnover from
construction of building
projects will be considered only
as defined in Marking System at
Table – 5, and as mentioned
under the List of Documents
required to be submitted at A. 3
or Revised EoI.
Page 20 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Cl. No. 1
(ii),
Page No. 5
Agency / Firm should be
Financially Sound to
execute &
complete the project with
minimum average
construction
turnover during last Three
(3) financial years of Rs. 75
Cr
6(5) Cl. No. 1
(iii),
Page No. 5
&
6
The value of executed work
shall be brought to the
current
costing level by enhancing
the actual value of work at
simple
rate of 7% per annum,
calculated from the date of
completion
to the last date of the month
prior to the date of EoI.
As the minimum
eligibility stipulated in
the EOI documents is
based on BUA and not
the “value of executed
work” as such
enhancement of actual
value of work done will
not arise
hence we request you to
review and delete this
clause.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
6(6) Cl. No. 1
(iii),
Page No. 5
&
……..
(*Eligible works means
“Construction of RCC
buildings /
We presume that both
“RCC buildings” or any
other
“buildings” should have
Clause no. 1 (iii), page no. 5 &
6 of floated EoI is self-
explanatory and it will prevail.
RCC buildings/ buildings with
BMTPC approved technologies
Page 21 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
6 buildings with approved
BMTPC technology of
minimum
G.F./Still+2 floors and
above. RCC buildings
include
residential buildings or
business buildings or office
buildings
or educational building or
institutional buildings”).
been executed with one
of the
technologies approved
by BMTPC for it to be
considered as
eligible experience for
evaluation of Marks
and classification
under a category.
will be considered for eligible
works for evaluation of marks
and classification under a
category.
6(7) Cl. No. 1
(iv),
Page No. 6
Form – D,
Note, Page
No. 21
Agency/Firm should have
minimum construction
equipment’s
as per Table – 2 & shall
appear in the balance sheet.
If
agency has hired the
equipment’s then attached
copy of rent
agreement.
Plant and Machinery.
Note: The proof of
ownership of machinery
We would like to bring
to your kind notice that
the list / details
of individual
construction equipment
do not appear in the
Balance Sheets of a
‘Ltd’ or ‘Pvt. Ltd’
company instead only
the total cost of Plant &
Machinery owned by
the agency is
mentioned in the
Balance Sheet.
We therefore request
Following two equipment are
added in Form D of floated EoI
(Referred as Form E in Revised
EoI) in addition to existing
requirement as mentioned,
1. Transit concrete mixture
2. Centring
Bidder can add on the
machineries in addition to
mentioned in Form D (Form E
of Revised EoI).
Bidders must submit signed and
with seal an undertaking for the
same on their letterhead for
evaluation. Condition as
mentioned in the Note of Form
Page 22 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
should be
submitted & should be in
Balance sheet. If Machinery
is
rented then copy of rent
agreement is submitted.
you to review and
delete this clause.
We presume that
submission of the
Purchase Invoices /
RTO
documents of Plant &
machinery owned by
the company is
sufficient to meet the
stipulated condition.
If Agreement of rented
machinery is submitted,
it should be
supported by invoice of
machinery in the name
of Hiring
Agency.
D (Form E of Revised EoI).
for proof of ownership of
machinery/ rent agreement copy
is deleted.
6 (8) Cl. No. 1
(vii),
Page No. 6
Technology / System
approved to be used in
construction
shall be certified for
Performance Criteria by any
of the
following: (The certificate
must have approval for
In order to ascertain
whether the eligible
projects have been
executed using
Alternative / Innovative
/ Rapid construction
technologies, applicants
should submit a
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 23 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
number of
storeys for which it is
suitable)
a) BMTPC (under its
Performance Appraisal
Certification
Scheme)
b) CBRI, Roorkee
c) SERC, Chennai
d) Any IIT’s
e) Any NIT’s
certificate from any
of these institutions
confirming use of
approved technology /
system including
conformance of
structural designs to
relevant International /
Indian standard for each
project
submitted for meeting
eligibility requirement.
6 (9)
(i)
Table – 1,
Page No. 8
Minimum Criteria for
Category wise empanelment
of Agency
/ Firm:
Crite
ria
Ca
teg
or
y 1
C
at
eg
or
y
2
Ca
teg
or
y 3
C
at
eg
or
y
4
We presume that the
“Experience of
Construction (BUA)”
means “Annual average
BUA using approved
alternate /
rapid construction
Technology building
works completed during
last Seven (7) years”.
Please confirm.
This clause has been revised
and reworded and incorporated
in Revised EoI. Please refer
Table -1 of Revised EoI for the
minimum criteria for
Empanelment of Agency / Firm.
6 (9)
(ii)
Since the experience to
qualify under category
3 & 4 is
This Table- 1 has been revised
and incorporated as Table -1 in
Revised EoI.
Page 24 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Aver
age
Turn
over
in
last 3
years
(In
Rs.
Cr.)
Ab
ov
e
40
0
2
0
0
+
to
4
0
0
75
+
to
20
0
M
in
i
m
u
m
75
Expe
rienc
e of
Cons
tructi
on
(BU
A)
Ab
ov
e
4,0
0,0
00
sq.
m
1,
6
0,
0
0
0
+
to
4,
0
0,
0
0
0
sq
.
m
.
55,
00
0 +
to
1,6
0,0
00
sq.
m.
M
in
i
m
u
m
55
,0
00
S
q.
m
specified as 55,000+ to
1,60,000 sqm &
minimum 55,000
Sqm respectively, an
applicant having
experience of
exactly 55,000 Sqm
will only get qualified
under Category
4, while an applicant
whose experience is a
fraction more
than 55,000 Sqm will
get qualified in
Category 4, whereas
applicant whose
experience is a fraction
less than 55,000
Sqm will get
disqualified. In view of
above the qualifying
range of experience for
category 3 & 4 needs to
reviewed
& revised. The range of
Average Turnovers for
Page 25 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
qualification under
Category 3 & 4 may
also be revised
accordingly,
6 (9)
(iii)
Further we request you
to confirm/ specify the
Category
wise range of Bidding
limits or the Quantum
of work in
terms of estimated cost
of a Project or BUA for
which a
qualified bidder will be
allowed/ eligible to
participate
/submit their financial
bid.
Please refer Clause no. B.5 of
Revised EoI. Bidding criteria
for future works to be floated
among empanelled Agencies /
Firms by MHDC is specified in
the said clause.
6
(10)
Table – 2,
Page No.8
List of Minimum
Construction Equipment’s /
Machinery
required to be made
available with Agency/Firm.
Requirement for
Category – 4 is missing.
Request you to
provide the same.
Please refer clarification at 6 (7)
of this pre-bid replies and
queries.
6
(11)
(i)
Table – 3,
Page No.9
List of Minimum Technical
Staff required with Agency /
Firm.
Kindly specify the
category wise
requirement of
Requirement of the Technical
Staff mentioned in Table 3 is
the minimum requirement for
Page 26 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Technical
Staff on the similar line
as given for Equipment
/ Machinery
on page no. 8.
Further please specify
the supporting
documents to be
attached in respect of
the Technical Staff
submitted using Form
“F”
all categories, which may vary
as per actual project cost / scope
for tenders to be floated amount
among empanelled agencies/
firms as mentioned in Table 3
itself. Hence at this stage this
EoI condition will prevail.
Same is kept unchanged in
Table – 3 of Revised EoI.
6
(11)
(ii)
Cl. No. B,
3, 7,
Page No.
14
Form “F”,
Page No.
23
Detailed organizational
structure including technical
manpower. (Form C & F).
and availability of sufficient
manpower required for
execution of project using
alternate /
rapid construction
technology (attach details)
(Form ‘F’)
FORM ‘F’: Particulars of
KEY PERSONNEL
(including
particulars of
Directors/Partners/Key
Management Personnel of
the Firm.
Table – 3 with signature of
authorized representative of
construction Agency/Firm with
Seal is sufficient as the
supporting document. Same is
applicable for Form E of
Revised EoI.
Page 27 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
6
(12)
Table -4,
Sr.
No.1, Page
No.10
Table -5,
Sr.
No. 1,
Page
No.12
Age of
individual/partnership
agency / Firm (Minimum
criteria
3 Years)
The age of the Firm
preceding the EoI Due Date
having experience in
providing technical
Construction
services
a) If Age more than Five (5)
years
b) If Age between three (3+)
years to Five (5) years
c) If Age minimum three (3)
years
Considering the
specialised nature of
work involving use of
Alternative / Innovative
/ Rapid construction
technologies on
Design and Build basis
and qualifying criteria
stipulating
experience in eligible
projects completed
during last 7 years,
the minimum age of
individual/ partnership
agency / Firm
specified as only 3
years appears
inadequate and
unjustified/
inconsistent, we
therefore request you to
increase the
minimum age to at least
7 or 10 years for
obtaining 12 marks
and the subsequent age
requirement for higher
EoI Condition will prevail
which remains unchanged in
Revised EoI. Some of the
agencies /firms may have the
required consolidated work
experience within last one or
two or three years also, as such
minimum age of the individual /
firm / agency and experience
sough during last seven years is
ton contradictory.
Page 28 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
marks may
be increased
accordingly.
6
(13)
Table -4,
Sr.
No.2, Page
No.10
Cl. No. A,
2,
Page
No.13
Audited balance sheet duly
certified by Registered C.A.
for
last three Financial years.
Audited balance sheet of
last three financial years
(2017-18,
2018-19, 2019-20)
We presume that in this
case Registered C.A.
means
Statutory Auditor who
is conversant with the
day-to-day
business and financial
data of the firm.
Therefore, please
confirm whether all the
financial
Details/Statements
should
be certified by Statutory
Auditors only as per
standard
practice followed by
various government
clients.
Registered C.A. means C.A. as
defined Chartered Accountants
Act of GoI.
6(14)
(i)
Table -4,
Sr.
No.4, Page
Documents Required:
1. Experience Certificate for
the approved technology
Any
In case of Government
works the Occupancy
Certificate /
Building Completion
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 29 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
No.10 Foreign work Experience
Certificate must be duly
certified
by nearest Indian Mission)
(Form A-1, A-2 a & A-2 b)
2. For the works executed in
India attached
a. For Government Works
completion certificate /
layout / drawings showing
BUA.
b. For Private works client’s
successful completion
certificate / layout /
drawings showing BUA
along with
copy of agreement.
Certificate, layout is
issued in the name
of Client and not the in
the name of Contractor.
Also, the
Govt. Clients do not
share the copies of OC /
CC / layouts
approved by Statutory
Authority with the
contractor. Hence,
we request you to delete
the requirement, if the
applicant
submits completion
certificate from
Government Client
6
(14)
(ii)
Table -4,
Sr.
No.5 (a),
Page
No.10
Documents Required:
Experience Certificate for
the approved technology
(Any Foreign work
Experience Certificate must
be duly certified by
nearest Indian Mission)
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
6 Table -4, Documents Required: For Government works
Page 30 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
(14)
(iii)
Sr.
No.5 (b),
Page
No.11
1. Occupancy Certificate/
Building Completion
Certificate
from competent authority
(Urban Local Body or any
other
authorized authority like
MMRDA, / SRA/ CIDCO/
NIT/
MHADA etc.) (Any Foreign
work Experience Certificate
for the approved technology
Any Foreign work
Experience Certificate must
be duly certified by nearest
Indian Mission)
Completion certificate must be
issued by an officer not below
the rank of Executive Engineer.
For Private works submission
of commencement and
occupancy certificate,
sanctioned layouts issued by
Statutory Authority duly
attested and supported by
certificate from the project
Architect for establishing the
Building Height, BUA of the
Project along with approved
layout/drawings are must.
6
(14)
(iv)
2. Copy of Layout approved
in the name of applicant /
firm by
Local Authority showing
height of the building
In case of Government works if
copies of OC/CC/ Layouts
approved by statutory authority
are not available then
completion certificate from the
government client mentioning
all those required details like
completion date, work
completion value, building
height, BUA etc. must be
mentioned in the set completion
certificate / certificates issued
Page 31 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
by Government client.
6
(15)
Form B
page
19
Performance report of
works referred to in for “A-
1, A-2 a &
2b”
We request you to add
the following
particulars to this
format
for evaluation of
applicants’ compliance
with respect to EOI
requirements.
• Built-up area,
• Alternative /
Innovative / Rapid
construction
technologies
used
• Whether project is
executed on Design and
Build basis
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
6
(16)
Appendix
– I,
Page No.
24 to 25
Power of Attorney for
Signing of Application
We request you to
accept General Power
of Attorney already
issued in favour of the
Authorized Signatory
which is on similar line
given in the EOI
documents.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 32 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
6
(17)
Appendix
– II,
Page No.
26 to
28
Power of Attorney for Lead
Member of Firm
Cl. No. 1, Page No. 5 &
Table – 4, Sr. No.3,
Page No. 10
states that No Joint
Venture are allowed to
participate. As
Joint Venture is not
allowed, we therefore
request you to
review and delete this
requirement.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
6
(18)
Para No.
1,
Page -1
Cl. No. 1,
Page -5
Maharashtra Housing
Development Corporation
Limited
(MHDC) invites Expression
of Interest (EoI) from
reputed,
experienced, Technically &
Financially Sound
Companies/
Firms/ Contractors /
Developers / Builders
Reputed, experienced,
technically and financially
sound
Since the EOI is invited
only from Financially
sound
companies, we presume
that the following
parameters shall
also be applied for
determining an
applicant’s eligibility:
• The applicant should
not have incurred any
loss (profit
after tax should be
positive) during last
three consecutive
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 33 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Cl. No. 1,
(ii),
Page -5
companies / firms,
contractors / developers /
builders for
Construction of Houses /
Buildings, who will be
submit
following documents, shall
be eligible to apply.
Agency /Firm should be
Financially Sound to
execute &
complete the project with
minimum average
construction
turnover during last Three
(3) financial years of Rs. 75
Cr.
Financial years ending
31st March 2020 duly
audited and
certified by the
Chartered Accountant.
• The applicant should
submit Solvency
Certificate of 40%
of minimum Turnover
specified for the
respective Category
not older than 6 months
from the EOI
submission date:
Cat
ego
ry
1
Cat
ego
ry
2
Cat
ego
ry
3
Cat
ego
ry
3 Rs.
160
Cr.
Rs.
80
Cr.
Rs.
30
Cr.
Rs.
30
Cr.
The applicant should
not have corporate debt
restructuring
in process and / or no
Page 34 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
unresolved debt
restructuring issues
with the Banks /
Institutions as of One
month before the
last date of submission
of EOI or financial bid.
7 (1) NEW
CONSOLIDATED
CONSTRUCTION
CO. LTD
Pg. No.
10 of 28
Table -4
Sr. No.4
Additional
experience
in
Building
works,
Experience in Building
works Annual average BUA
using approved
Conventional/alternate /
rapid construction
Technology building works
completed during last seven
(7) years (Individual agency
/firm) (Minimum 55, 000
Sq.m)
1.Eprince Certificate for the
approved technology Any
Foreign work Experience
Certificate must be duly
certified by nearest Indian
Mission) (Form A-1, A-2a
& A-2b).
2. For the works executed in
India attached
a. For Government Works
completion certificate
Please elaborate this
condition of submission
of documents.
Generally, experience
certificate received
from client, does not
mention in detail
technology used, BUA
constructed but
information available in
work order copy, so
requested MHDC to
kindly accept order or
agreement copy for
supporting the clause
desire.
Please refer modified Sr. no. 4
of Table no. 4 of Revised EoI,
which is clarified at
clarification Sr. 6 (2) (iii) of this
reply to Prebid queries.
For the completion certificate
wherein details of technology
used, BUA constructed are not
mentioned then work order and
agreement copy mentioned in of
details of technology used and
mentioned in BUA to be
achieved / completed along
with variation order issued if
any and with completion
certificate must be submitted.
Separate certificate for BUA
achieved / completed and
technology used must be
obtained (if completion
certificate does not mention the
same) from the officer of the
Page 35 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
/layout/ drawings showing
BUA.
b. For Private works client’s
successful completion
certificate /layout/ drawings
showing BUA along with
copy of agreement.
rank as mentioned below.
For Government works
Completion certificate must be
issued by an officer not below
the rank of Executive Engineer.
For Private works submission
of commencement and
occupancy certificate,
sanctioned layouts issued by
Statutory Authority duly
attested and supported by
certificate from the project
Architect for establishing the
Building Height, BUA of the
Project along with approved
layout/drawings are must.
7 (2) Pg. No.
10 of 28
Table -4
Sr. No.4
Additional
experience
in
Building
works
Building project with BUA
not less than 20,000 sq. m.
at a single location using
Conventional/Approved
Technology (less than
20,000 Sqm. at a single
location shall not be
considered for marking
system in Table 5)
completed in the last 7
years,
Experience certificate for
the Conventional/Approved
Generally, experience
certificate received
from client, does not
mention in detail
technology used, BUA
constructed but
information available in
work order copy, so
request MHDC to
kindly accept order or
agreement copy for
supporting the clause
desire.
Please refer clarification at Sr.
no. 7(1)
Page 36 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
alternate technology (any
foreign work experience
certificate must be duly
certified by nearest Indian
mission.
7 (3) Pg. No. 11
of 28,
Table -4,
Sr. No. 5
Additional
experience
in
Building
Works
Experience of completed
construction of one building
of height 21 m. above GL or
more using Conventional/
the approved Alternative
Technology during last
seven (7) years
1) occupancy certificate /
Building completion
certificate from competent
authority (urban local body
or any other authority like
MMRDA /SRA /
CIDCO/NIT/MHADA etc.)
(Any foreign work
experience certificate for the
conventional / approved
Alternative Technology
must be duly certified by
nearest Indian mission), if
any.
2) Copy of layout approved
in the name of applicant /
2) Copy of layout
approved in the name of
applicant / firm/ client
by local Authority
showing height of the
building.
For Public Limited companies
building Completion certificates
must be issued by the officer of
the rank not below the
equivalent rant of Excitative
Engineer in Government
Department.
As far as Private works are
concerned, please refer
clarification at 7 (1).
Page 37 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
firm/ client by local
Authority showing height of
the building.
8(1) Rachna Infra
/Realty /Design
Firm/Agency: Single
entity or Joint Venture
of Firms/agencies
Please refer Clarification at Sr.
no. 1 of this replies to pre-bid
queries.
8(2) Turnover: Kindly revise
it to annual turnover Rs.
50 Cr any one year
among last 5 years
Table -1 has been revised for
turnover criteria and experience
of construction (BUA) in
Revised EoI.
8(3) Experience of
Construction: Technical
minimum 25000 Sqm
Built-up Area by
single entity or by Joint
Venture.
Please refer Clarification at Sr.
no. 8 (2) of this reply to pre-bid
queries.
9 (1) Ganga Construction
Co.
Hard Copy submission
of demand draft and
tender document should
be within 72 hours of
due date.
Please refer Clarification at Sr.
no. 5(1) of this replies to pre-
bid queries.
9 (2) Labour lenience’s will
be submitted after
Tender allowed.
Please refer Clarification at Sr.
no. 5(2) of this replies to pre-
bid queries.
9 (3) As per criteria,
minimum BUA should
be 20,000 Sqm.
Please refer Clarification at Sr.
no. 5(3) of this replies to pre-
bid queries.
Page 38 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
9 (4) Technology approved
to be used in
Construction shall be
certified by PWD also.
Please refer Clarification at Sr.
no. 5(4) of this replies to pre-
bid queries.
9 (5) For fair and more
competitive bidding
please consider our
above points and
request you to reduce
eligibility criteria or
allow Joint Venture so
that we can bid for your
upcoming projects.
Please refer Clarification at Sr.
no. 5(7) of this replies to pre-
bid queries.
10
(1)
AE Infraprojects
Pvt. Ltd.
Please Allow Joint
Venture.
Please refer Clarification at Sr.
no. 1 of this replies to pre-bid
queries.
10
(2)
Please clarify the
selected plots are
vacant or not.
This being EoI for
empanelment of agencies/firms
this question does not arise.
10
(3)
Sample drawing &
estimate of tender.
This being EoI for
empanelment of agencies/firms
this question does not arise.
10
(4)
Please provide area
wise estimates (EWS &
LIG norms Details for
MHDC)
This being EoI for
empanelment of agencies/firms
this question does not arise.
10 No. of floors for EWS This being EoI for
empanelment of agencies/firms
Page 39 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
(5) & LIG Building. this question does not arise.
10
(6)
If the estimated cost of
building project is less
that 50 cr. then the
criterial can be changed
by 75 cr.
Revised EoI condition will
prevail.
10
(7)
Similarly if area of the
any building project is
less than 20000 sqm
then the criteria can be
changed by 55000 sqm.
Revised EoI condition will
prevail.
10
(8)
Soil bearing capacity
(S.B.C) test done by
MHDC or not?
This being EoI for
empanelment of agencies/firms
this question does not arise.
10
(9)
RCC design for EWS &
LIG made by the
MHDC or Construction
agency.
This being EoI for
empanelment of agencies/firms
this question does not arise.
11
(1)
BPG Developers P-6 Approved alternate /rapid
construction innovative
technology /system
Agency should complete at
least complete one such
project
Whether Aluminum
formwork (Mivan
Technology) comes
under rapid technology
-please clarify.
Please refer Clause 1. vii at
page no. 6 of floated EoI, which
is self-explanatory. Aluminium
formwork (Mivan Technology)
comes under rapid technology.
And this provision is kept as it
is in Revised EoI.
11
(2)
Page -8 &
21
In Table -2 (p-6)
Transit mixture &
This discrepancy has been
removed. For this please refer
Page 40 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Centering required is
but in Form D (p-21) it
is missing & In table -2
there is no requirement
of Road Paver but in
Form D it is there.
Please Clarify.
Revised Form D (Annexure II)
of this pre-bid queries
clarifications.
11
(3)
9-9 Minimum Staff List
As per list minimum
technical staff list is
given but in Forms no
such format for
submission. Please give
format.
Please refer Form -D of
Revised EoI.
12
(1)
M/s. Shri Satya
Saibaba
Constructions
The Bidders should
have a Registration of
Contractship from
Govt. Of Maharashtra.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
12
(2)
The current year 2020-
21 (Financial) also
should consider in the
Bids…
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
12
(3)
The Financial Capacity
of Bidders the updating
factor for per year
should be consider 10%
per annum...
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 41 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
12
(4)
The Technical staff on
site should be Adequate
as per requirement, not
as per Table No-3 in
EOI
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
12
(5)
Total BUA in last 7
years should be 20,000
sqm instead of 55,000
sqm
Please refer Clarification at Sr.
no. 5 (3) of these replies to pre-
bid queries.
12
(6)
Additional experience
with BUA not less than
5000 sqm should be
considered…
Please refer Clarification at Sr.
no. 5 (3) of these replies to pre-
bid queries.
12
(7)
Building projects height
minimum 10 meter
should be consider
instead of 21 meter
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
12
(8)
Minimum Criteria for
category wise
empanelment of
Agency should be
Relaxed…
Please refer Table -1 of Revised
EoI.
12
(9)
It is requested you to
please also consider
PEB structure in BUA..
Please refer clause B.1 (vii)
which is self-explanatory.
12
(10)
As per page no-6 para
(vii) system approval
has been mentioned,
Instead of any Govt.
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Page 42 of 42
Sr.
No. Name of Agency Reference Condition
Clarification
requested
Clarification / Reply by
Department Remarks
Building work should
be considered
12
(11)
Recently in all tenders
of Maharashtra & NH,
PWD the criteria for
similar type of
eligibility of work is
20% of the Tender
(Bid) Area..
Please refer Clause B.5.a. for
criteria for similar types of
works for tenders to be floated
among empanelled contractors
by MHDC in future. And please
refer Sr. no. 4 of Table 4 and
Table 1 for minimum criteria
for similar nature of works for
empanelment of agency / firm
through this EoI.
12
(12)
Page no-13 of EOI, List
of documents para-3
Instead of Building
Projects of Construction
agency for Average
Annual Turnover
Related should
considered for all types
of Civil Engineering
works should be
considered
EoI Condition will prevail. And
same is kept as it is in Revised
EoI.
Note: Revised EoI incorporating all aforesaid changes/ modifications is attached herewith.
Page 1 of 38
Reference: Replies / Clarifications to Pre-Bid Queries with respect to Pre-Bid Meeting
held on 19.03.2021 at MHDC, Mumbai.
Revised EoI Maharashtra Housing Development Corporation Limited (MHDC)
3rd Floor Room No.32, Sakhar Bhavan, Ramnath Goenka Marg, Nariman Point,
Mumbai 400 021
Tel.: 022-4044 1000; Website: www.mahahousing.mahaonline.gov.in
Notice for Invitation of Expression of Interest for Empanelment of
Construction Agency /Firm
Detailed EOI Notice Maharashtra Housing Development Corporation Limited (MHDC) invites
Expression of Interest (EoI) from reputed, experienced, Technically & Financially
Sound Companies/ Firms/ Contractors / Developers / Builders, Joint Venture (JV)
(hereafter called Agency /Firm) for empanelment for construction of houses/buildings
ranging from single storied to multi storied using Conventional or Alternative /
Innovative / Rapid construction technologies on Design and Built basis. Financial bid
shall be invited only from Empaneled Agency /Firm from project to project basis as
decided by the MHDC. Interested Agency /Firm having experience of design and
construction using Conventional, approved alternate / rapid construction technology /
technologies shall upload their Expression of Interest. The EoI shall be opened online
by the MHDC/ in the presence of Interested Agency /Firm.
The details of Criteria for selection along with instructions to the Agency /Firm
can be downloaded from the website – https://mahatenders.gov.in &
www.mahahousing.mahaonline.gov.in
The MHDC reserves the right to accept or reject any or all the EoI without
assigning any reason thereof.
Section Technical
Tender Notice No. & Date 01/20-21, date 13/03/2021
Subject
Empanelment of Agency /Firm for Construction of
Housing Building using Conventional, Approved
Alternate / Rapid construction Technologies on
Design Built bases for Affordable Housing Project in
the
State of Maharashtra.
Downloading of blank Tender from Website 13/03/2021, 11.00 AM
Till 07/04/2021 up to 03.00 PM
Pre -Bid Conference
19/03/2021 at 03.00 PM
At MHDC Mumbai, Office (Pre-Bid queries shall reach this office on or before
18.03.2021 till 03:00 PM on
mhdc.mahahousing@maharashtra.gov.in )
Revised Last date of Online submission of
EoI 07/04/2021 up to 03.00 PM
Opening of EoI 07/04/2021 at 04.00 PM (if possible)
Blank Tender Fees to be paid in DD Form
before the date of opening of tenders
Rs. 23,600/- Non-Refundable
(Inclusive of GST)
Website for Downloading & Uploading https://mahatenders.gov.in
Page 2 of 38
Note:
1. Blank tender fee is Non-refundable & shall be in the form of Demand Draft of
Nationalised/Scheduled/Private Bank payable at Mumbai. The DD shall be in
favour of ‘Maharashtra Housing Development Corporation Limited’ & be given
to the Account Department of MHDC before last date of online submission of
EoI.
2. Scanned copy of DD submitted to MHDC office shall also be uploaded during
while online submission of EoI.
3. Only online EoI submitted on website https://mahatenders.gov.in will be opened.
4. Validity of EoI – 180 days from date of opening of EoI.
5. Place of Submission of EoI – Online & One Sealed Hard Copy.
6. Sealed Hard Copy must be submitted to MHDC Office on or before the last date
of submission of tender.
7. Sealed Hard Copy will be opened only after Online opening of Bids.
8. In case if the bidder has submitted only hard copy then his / her tender will not be
opened.
9. In case of bidder who has not submitted original DD to MHDC office on or before
the last date of online submission of EoI his / her tender will not be opened.
10. EoI will be opened at MHDC Office Address mentioned above.
11. The detailed tender notice is also available on MHDC Web site for reference.
Managing Director &
Chief Executive Officer
(MHDC)
Page 3 of 38
EXPRESSION OF INTEREST
A) GENERAL INFORMATION TO AGENCY / FIRM
1. Interested Agency / Firm having experience of design and construction using
conventional approved alternate / rapid construction technology/technologies shall
upload their Expression of Interest.
2. The detailed EoI notice along with General Information to Agency /Firm is also
available on MHDC website for reference.
3. The cost of EOI document will not be refunded under any circumstances.
4. The EOI offer shall be valid for 180 days from the date of its Opening.
5. EOI without requisite fees and not fulfilling all or any of the conditions or submitted
incomplete in any respect are liable to be rejected.
6. The Agency /Firm or one of its authorized representatives, having proper authority
on letter head of the Agency /Firm, will be allowed to remain present while opening
the EoI.
7. i) Labour law to be complied by the Agency /Firm. The Agency /Firm shall have a
valid license under the Contract Labour (R&A) Act, 1970 and the Contract
Labour (Regulation and Abolition) Central Rules 1971, before the commencement
of the work, and continue to have a valid license until the completion of the work.
The Agency /Firm shall also abide by the provisions of the Child Labour
(Prohibition and Regulation) Act 1986.
ii) The Agency /Firm shall also comply with the provisions of the building and other
construction workers (Regulation of Employment & conditions of Service) Act,
1996 and the building and other construction workers Welfare cess Act 1996.
iii) The Agency /Firm shall ensure the registrations of all eligible Construction
Workers (inclusive of those of sub-contractors and petty contractors) with
Construction Workers Welfare Board.
Page 4 of 38
8. All the pages of the EoI submitted must be numbered and signed by the authorised
signatory.
9. Canvassing in connection with the EoI be strictly prohibited and such canvassed
EoI submitted by the Agency /Firm are liable to be rejected.
10. The Agency /Firm shall keep necessary books of accounts and other documents
for the purpose of the condition as may be necessary and shall allow inspection of
the same by a duly authorized representative of the MHDC and further shall
furnish such other information / document to the MHDC.
11. The Agency /Firm shall submit only one EoI in his name, either individually or in
Joint Venture.
12. The MHDC reserves the right to reject or accept any or all EoI at any stage
without assigning any reason whatsoever.
13. Conditional EoI shall not be accepted and will be rejected summarily.
14. In case of any dispute or queries in EoI, decision of MD & CEO of MHDC shall
be final & binding.
15. The Agency /Firm are required to submit all the necessary documents as
mentioned in EoI along with Agency /Firm Profile etc. All the documents
required to be submitted in EoI should be in English language only. If same are
not available in English, then the concerned Agency /Firm will be required to get
such documents translated in English and get them legally authenticated, before
submitting.
16. The Evaluation of the Agency / Firm will be on the basis of its eligibility criteria.
17. The bidding capacity of the empanelled Agency /Firm should be equal to or more
than the estimated cost of the work for which the tender may be invited in future.
The bidding capacity shall be worked out by the following formula:
Page 5 of 38
Bidding Capacity = [AxNx2] – B, Where
A= Maximum value of construction works executed in any one year during the last
five years taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of work for which criteria has been
invited.
B= Value of existing commitments and on-going works and LoI issued to be
completed during the period of completion of work for which criteria have been
invited.
18. In case of the Bidder is a Joint Venture (JV), it shall comply with following
additional requirements.
a. Number of members in a Joint Venture shall not exceed 2 (Two).
b. Only one JV is allowed for any individual or partnership agency or Firm. In
this case, each individual or partnership agency /Firm of JV shall submit all
the documents regarding the technical & financial eligibility (Form A to G).
c. In case the individual or partnership agency /Firm is JV, the members of the
JV shall furnish a Notarised Power of Attorney on Rs.500/- Stamp Paper
designating one of the members with his attested signature, as per the JV
agreement, as their Lead Member. The lead member shall be fully responsible
for the satisfactory performance of the JV. Scan copy of legal JV agreement
shall be uploaded along with EoI documents.
d. If individual or partnership agency /Firm JV Agreement is under process of
execution at the time of submission of EoI then unregistered copy of the JV
Agreement should be submitted along with information mentioned above,
duly registered as per law within one month of date of submission of EoI then
only it will be considered for evaluation. All form must bear the signature of
authorised persons of the firm / company / contractor / developer / builder.
Page 6 of 38
e. The companies, firms, contractors / developers/ builders, JV must be legally
entitled for carrying out construction of building works.
f. Members of the Firm / JV shall nominate 1 (one) member as the lead member
(the “Lead Member”), who shall have an equity share holding of at least 26%
(twenty-six per cent) of the paid up and subscribed equity of the Firm / JV.
The nomination (s) shall be supported by a Power of Attorney, as per the
format at Appendix-II, signed by all the other members of the Firm / JV;
g. The Application should include a brief description of the roles and
responsibilities of individual members, particularly with reference to
financial, technical and O&M obligations.
19. a. An individual Applicant cannot, at the same time, be a member of a JV
applying for pre-qualification. Further, a member for a particular Firm / JV
cannot be member of any other Applicant Firm / JV applying for pre-
qualification.
b. Members of the/ Firm / JV shall enter into a binding Joint Bidding Agreement,
substantially in the form specified at Appendix-III (the “Jt. Bidding
Agreement”), for the purpose of making the Application and submitting a Bid in
the event of being short-listed. The Jt. Bidding Agreement, to be submitted
along with the Application, shall, inter alia:
• Convey the intent to form an JV with shareholding/ownership equity
commitment (s) in accordance with this EoI,
• Clearly outline the approved roles and responsibilities, if any, of each member;
• Commit the minimum equity stake to be held by each member;
• Commit that each of the members, whose financial capacity and technical
threshold capability experience will be evaluated for the purposes of this EoI,
shall subscribe to 26% (twenty six per cent) or more of the paid up and
Page 7 of 38
subscribed equity of the JV and shall further commit that each such member
shall, for a period of 2 (two) years form the date of commercial operation of the
Project, hold equity share capital not less than: 26% (twenty six per cent) of the
subscribed and paid up equity share capital of the JV.
c. Except as provided under this EoI and the Bidding Documents, there shall not be
any amendment to the Jt. Bidding Agreement without the prior written consent
of the Authority.
B) Agency / Firm’s Eligibility Criteria
1. Reputed, experienced, technically and financially sound companies / firms,
contractors / developers / builders for Construction of Houses / Buildings, who
will be submit following documents, shall be eligible to apply.
i) Registered Agency /Firm having valid statutory GST registration No, PAN No.,
PF license, Labour license etc.
ii) Agency /Firm should be Financially Sound to execute & complete the project with
minimum average construction turnover during last Three (3) financial years of
Rs. 55 Cr.
iii) Agency /Firm should be well experienced having successfully completed building
works as a prime contractor as per criteria mentioned in Table – 1. The work
experience certificates for eligible works * completed during the time period of
Seven (7) years shall be submitted.
(*Eligible works means “Construction of RCC buildings / buildings with approved
BMTPC technology of minimum G.F./Still+2 floors and above. RCC buildings include
residential buildings or business buildings or office buildings or educational building or
institutional buildings”).
iv) Agency/Firm should have minimum construction equipment’s as per Table – 2 &
shall appear in the balance sheet. Agency / Firm must submit signed and with seal
an undertaking for the same on their letterhead.
v) Agency/Firm should have minimum technical staff for execution as per Table – 3.
Page 8 of 38
vi) The approved alternate / rapid construction innovative technology/system must
have been used at least once in residential project in India. The Agency /Firm
shall have to submit completion certificate of at least of one building in India
given by client. The Agency /Firm should have completed building projects of
BUA as stipulated in Sr. no. 4 of Table -4 during last 7 years.
vii) Technology / System approved to be used in construction shall be certified for
Performance Criteria by any of the following: (The certificate must have
approval for number of storeys for which it is suitable)
a. BMTPC (under its Performance Appraisal Certification Scheme)
b. CBRI, Roorkee
c. SERC, Chennai
d. Any IIT’s
e. Any NIT’s
2. Past work carried out by the Agency /Firm in capacity of Project Management
Consultant or other role not directly involved in construction shall not be
considered in eligibility evaluation.
3. The Agency/Firm shall be disqualified if:
a. The Agency/Firm or any of its constituents has been blacklisted/ banned
business dealings
i. For all Government Departments by Ministry of Housing and Urban
Affairs, Government of India or
ii. By Housing Department, Government of Maharashtra.
iii. By Maharashtra Housing Development Corporation Limited.
at any time till finalization of bids, except in cases where such blacklisting
/ banning has been withdrawn by Competent Authority or has ceased on
Page 9 of 38
the deadline for submission of the bids, for which satisfactory evidence is
to be produced.
b. Any previous contract of the agency / firm or any of its constituents has been
terminated for agency’s / firm’s failure by any organization under Housing
Department of Government of Maharashtra at any time starting from 2 years
before the deadline for submission of bids and upto one day before the date of
opening of price bids;
Provided, however, there is no stay order or declaration by any Court against
such termination of the Contract by any organization under Housing
Department of Government of Maharashtra or such termination of the
Contract has not been revoked by any organization under Housing
Department of Government of Maharashtra.
c. The agency /firm or any its partners has suffered bankruptcy / in solvency or
it is in the process of winding -up or there is a case of insolvency pending
before any Court on the deadline of submission of application.
(The Agency /Firm should submit an affidavit on Rs. 500/- Stamp Paper duly
notarised to this effect shall be submitted by the bidder that the agency / firm is
not blacklisted by the Government / Departments / Organization as mentioned
above.)
4. If any information furnished by the Agency /Firm is found incorrect, false,
misleading or with malafide intension at a later stage, he shall be liable to be
debarred from further bidding and taking works in MHDC. The MHDC reserves
the right to verify the contents / particulars furnished by the Agency / Firm
independently including inspection of work completed by Agency /Firm.
5. The MHDC shall invite financial bid on project-to-project basis from the
empanelled Agency /Firm during the validity of their empanelment (365 days
Page 10 of 38
from date of publication of Empanelment list) by setting out following technical
criteria based on the Estimated cost put to tender each work tenders to be floated
among the empanelled Agencies / Firms.
a. Experience Criteria: Experience of having successfully completed works
during the last 7 years ending previous day of last date of submission of tenders
Three similar completed works, each costing not less than the amount equal to
40% of the estimated cost put to tender
OR
Two similar completed works, each costing not less than the amount equal to
60% of the estimated cost put to tender
OR
One similar completed works, each costing not less than the amount equal to
80% of the estimated cost put to tender
(Note: The value of executed work shall be brought to the current costing level
by enhancing the actual value of work at simple rate of 7% per annum,
calculated from the date of completion to the last date of the month prior to the
date of Tender.)
b. Turnover: Average annual financial turnover on construction works should be
at least 50% of the estimated cost put to tender during the immediate last three
consecutive financial years.
c. Solvency Certificate: Solvency of the amount equal to 40% of the Estimated
Cost put to tender (ECPT).
d. Profit /loss: The bidder should not have incurred any loss (profit after tax
should be positive) in more that two years during available last five
consecutive balance sheet, duly audited and certified by the Chartered
Accountant.
e. Bidding Capacity as mentioned at Para A. 17 of this EoI.
6. The evaluation of EoI will be made as per the Table-4 and documents submitted
with the EOI.
Page 11 of 38
7. The evaluation of EoI will be done on marking system based on qualifying
information submitted by the bidder (Table – 5). The minimum qualifying
criteria for empanelment will be having 60 Marks out of 100 Marks.
8. All the bidders to this EoI will be empanelled subject to the fulfilment of
minimum qualifying criteria of achieving 60 Marks out of 100 Marks as per
evaluation criteria as stipulated in Table -5.
9. Agency /Firm would be liable for disqualification, not satisfying above
requirements, and has:
i. Made misleading or false representation or deliberately suppressed the
information in the forms, statement and enclosures required in the eligibility
criteria document.
ii. Record of poor performance such as abandoning work, not properly completing
the contract, or financial failures / weaknesses etc.
Page 12 of 38
Table – 1
Minimum Criteria for Empanelment of Agency / Firm
Criteria Value
Average Turnover in
last 3 years (In Rs. Cr.) Minimum 55 Cr.
Experience of
Construction (BUA)
a. One completed work of Minimum 35, 000 Sq.m BUA
or
b. Two completed works each having Minimum 25,500 Sq.m BUA.
or
c. Three completed works each having Minimum 17,000 Sq.m BUA.
(As stipulated in Sr. no. 4 of Table -4)
Table – 2
List of Minimum Construction Equipment’s / Machinery required to be made
available with Agency/Firm. (which may vary as per actual project cost / scope)
Sr.
No. Name of Equipment
Minimum Quantity
in Nos.
1 Concrete Mixer (1 bag of cement) 1
2 Transit Concrete Mixer 1
3 Concrete Batching Plant 30 cum/hr-1
4 Concrete Pumping Machinery 1
5 JCB 1
6 Excavator 1
8 Water Pumps 1
9 Crane 1
10 Needle Vibrator 3
11 Surface Vibrator 3
12 Steel Bar Bending & Cutting Machine 1
13 Compactor 1
14 Roller 1
15 Water Tanker 1
16 Centering 2000 sqm
Note-Signature of Authorized representative of construction Agency/Firm with seal
Page 13 of 38
Table – 3
List of Minimum Technical Staff with Agency/Firm
(which may vary as per actual project cost / scope)
Sr. No. Designation Nos.
1 General Manager (Projects) 1
2 Project Manager 1
3 Assistant Project Manager 2
4 Senior Engineer 6
5 Senior Engineer (QA & QC) 2
6 Senior Engineer (Planning & Billing) 2
8 Junior Engineer 12
9 Junior Engineer (QA & QC) 2
10 Junior Engineer (Planning & Billing) 2
11 Safety Officer 2
12 Safety Assistant 4
13 Store In-charge 2
14 Store Assistant 4
15 Foreman 12
16 Supervisor 15
17 Supervisor (QA & QC) 2
18 Supervisor (Safety) 2
19 Supervisor (Store) 2
Note-Signature of Authorized representative of construction Agency/Firm with
seal
Page 14 of 38
Table – 4
Format for submission of information (To be uploaded by bidder)
Sr.
No. Item Criteria Documents Required
1. Age of individual/partnership agency
/Firm (Minimum criteria 3 Years) ---- Years
i) Certificate of Registration of
Company/ Firm.
ii) Certificate of Registration/
empanelment with Central/ State
Agency /Firm/ PSUs, if any.
iii) Organizational structure including
Key technical manpower. (Form “C
& F”)
iv) Litigation Details (Form “E”)
2.
Average Turn Over for the last Three
financial years as per audited balance
sheet certified by C.A and be at least
Minimum Rs.55 Cr.
Rs.----
Crore
Audited balance sheet duly certified by
Registered C.A. for last three Financial
years Certificate.
3. Requirement for only Indian Agency /Firm (Individual/Partnership/ Public Limited
Company/ Private Limited Company) No Joint Venture are allowed to participate.
a. PAN Card
To be
attached
PAN Card Copy
b. G.S.T. Registration Certificate G.S.T. Registration Certificate Copy
c. Employee Provident Fund
Registration
Employee Provident Fund Registration
Certificate Copy
d. Professional Tax Registration
Certificate
Professional Tax Registration
Certificate, Valid License under
Contract Labor (R&A) Act,1970 Copy
4.
Experience in Building works in
BUA using approved
Conventional/alternate / rapid
construction Technology building
works completed during last seven
(7) years (Individual agency /firm)
shall be
a. One completed work of Minimum
35, 000 Sq.m BUA
or
b. Two completed works each
having Minimum 25,500 Sq.m
BUA.
or
c. Three completed works each
having Minimum 17,000 Sq.m
BUA
---------
Sqm.
1. Experience Certificate for the
approved technology Any Foreign
work Experience Certificate must
be duly certified by nearest Indian
Mission) (Form A-1, A-2, A- 2 and
A-3)
2. For the works executed in India
attached
a. For Government Works
completion certificate / layout /
drawings showing BUA.
b. For Private works clients
successful completion certificate /
layout / drawings showing BUA
along with copy of agreement.
5. Additional experience in Building works
a.
Building project with BUA not less
than 20,000 sqm. at a single location
using Conventional / approved
Alternative Technology (Less than
20,000 Sqm. at a single location shall
not be considered for marking system
in Table – 5) completed during last
---------
Sqm.
Experience Certificate for the
Conventional/ approved Alternative
Technology (Any Foreign work
Experience Certificate must be duly
certified by nearest Indian Mission)
Page 15 of 38
seven (7) years
b.
Experience of completed
construction of one building of
height 21 m. above GL or more using
Conventional/ the approved
Alternative Technology during last
seven (7) years
----------
m.
1. Occupancy Certificate/ Building
Completion Certificate from
competent authority (Urban Local
Body or any other authority like
MMRDA, / SRA/ CIDCO/ NIT/
MHADA etc.) (Any Foreign work
Experience Certificate for the
Conventional/ approved Alternative
Technology must be duly certified
by nearest Indian Mission), if any
2. Copy of Layout approved in the
name of applicant / firm / client by
Local Authority showing height of
the building.
Page 16 of 38
Table – 5
Marking System
Sr.
No. Description Marks
Marks
Obtained
1
The age of the Firm preceding the EoI Due Date
having experience in providing technical
Construction services.
Maximum
20 marks
(To be
filled by
Technical
Committee,
MHDC)
a) If Age more than Five (5) years 20
b) If Age between three (3+) years to Five (5) years 16
c) If Age minimum three (3) years 12
2
Experience of the Firm in last 7 years, one or more
completed residential projects using Conventional
Method / approved Alternate / Rapid construction
technology (Agency should have completed at least
one project in India to qualify). (minimum BUA
20,000 Sqm)
Maximum
15marks
a) Above Four (4) or More Projects 15
b) Three (3) Projects 13
c) Two (2) Projects 11
d) One (1) Projects 09
3
Experience of the Firm having annual average BUA
using Conventional Method / approved Alternate /
Rapid construction technology building works
completed during last seven (7) years.
Maximum
20 marks
a) More than 4,00,000 (+) Sqm sanctioned BUA 20
b) Between 1,50,000 (+) Sqm and less than 4,00,000
Sqm sanctioned BUA 16
c) Between 35,000 (+) Sqm and less than 1,50,000
Sqm sanctioned BUA 12
4
Experience of the Firm of a completed building
project with BUA not less than 35,000 sqm at a
single location using the Conventional Method /
approved Alternate / Rapid construction technology
completed during last seven (7) years.
Maximum
10 marks
in addition
to (3) above
a) More than 75,000 Sqm sanctioned BUA 10
b) More than 60,000 Sqm and up to 75,000 Sqm
sanctioned BUA 08
c) Between 35,000 Sqm to 60,000 Sqm sanctioned
BUA 06
Page 17 of 38
5
Average Annual Turnover related to Building
Projects of a construction agency/ Developer/
Builder for the last three consecutive financial years
(2017-18, 2018-19, 2019-20) with minimum average
annual turnover of Rs. 75 crores of the aforesaid
last 3 years.
(This statement shall be duly certified by Chartered
Accountant)
Maximum
20 marks
a) Above 400 Cr 20
b) Above 300 Cr and up to 400 Cr 17
c) Above 100 Cr and up to 300 Cr 15
d) 55 Cr and above up to 100 Cr 12
6
Experience in Construction using one (1) or more
Conventional Method / approved technologies
during last seven (7) years
Maximum
10 Marks
Building Projects of height at least 21 m 10
Building Projects of height from 9 m to less than 21 m 06
7 Additional marks only for use of Approved
Alternate/ Rapid construction technology 5 Marks
TOTAL 100 Marks
List of Documents required to be submitted along with,
A) Agency / Firm Profile
1. The Scanned copy of Demand Draft of EoI fee of Nationalised Bank.
2. Audited balance sheet of last three financial years (2017-18, 2018-19, 2019-20).
3. Average Annual Turnover related to Building Projects of a construction agency/
Developer/ Builder for the last three consecutive financial years (2017-18, 2018-
19, 2019-20). This statement shall be duly certified by Chartered Accountant.
4. Income tax return of last three financial years (2017-18, 2018-19, 2019-20).
5. Copy of certificate of valid registration of Company/Firm.
6. Copy of GST registration; PAN No., etc. as applicable.
7. Copy of PF registration certificate.
8. Copy of valid license under Contract Labour (R&A) Act 1970.
Page 18 of 38
9. An Affidavit on Rs. 500 Stamp Paper pertaining to Blacklisting as mentioned in
the Clause B.3 of this EoI.
B) Technical
1. Certificate of work experience as mentioned in Eligibility Criteria (A-1, A-2, A-3)
2. Performance Report (Form B).
3. Detailed organizational structure including technical manpower. (Form C & D).
4. Details of construction Plants, equipment etc. available with the Agency /Firm.
(Form E).
5. Litigation Details (Form F).
6. Details of construction of dwelling units in India/abroad including number of
houses, carpet area, Agency /Firm for which it has been done (attach Certificate
from Department / Agency /Firm/Client).
7. Availability of sufficient manpower required for execution of project using
alternate / rapid construction technology (attach details) (Form ‘D’)
Page 19 of 38
LETTER OF TRANSMITTAL (On letter head of Agency /Firm)
Date:
From:
_____________________________
_____________________________
_____________________________
(Name of Agency /Firm)
To,
Managing Director & Chief Executive Officer
Maharashtra Housing Development Corporation
3rd Floor, Sakhar Bhavan, Ramnath Goenka Marg,
Nariman Point, Mumbai 400 021.
Subject: Submission of Expression of Interest for Empanelment
Construction Agency /Firm.
Sir,
Having examined the details given in EoI for the above work, we hereby submit
the EoI and relevant documents.
1. I / we hereby certify that all the statements made and information supplied in the
EoI and accompanying statements are true and correct.
2. I / we have furnished all information and details necessary for EoI and have no
further pertinent information to supply.
3. I / we submit the requisite certified solvency certificate and authorize the MHDC to
approach the Bank issuing the solvency certificate to confirm the correctness
thereof. I/ we also authorize MHDC to approach individual employers, firms and
corporation to verify our competency and general reputation.
4. I /we hereby certify that our company/firm has not been debarred/ blacklisted from
undertaking any work by any Agency /Firm/organization in India or abroad.
Certificate From:
Enclosures: Signature of applicant (s)
SEAL
Page 20 of 38
FORM ‘A- 1’
DETAILS OF ALL CONVENTIONAL WORKS COMPLETED IN INDIA DURING THE LAST SEVEN (7) CONSECUTIVE PREVIOUS
YEARS
SI.
No.
Name of
work/
Project
&
Location
No. of
Stories /
Height
of
Building
in M.
Owner or
sponsoring
Organization
(Client)
Cost
of
works
as per
tender
in
Crores
Date of
commencement
as per contract
Actual
cost of
work
completed
Stipulated
date of
completion
Actual
date of
completion
Constructed
Built up
Area in Sq.
M.
Litigation
/
arbitration
pending /
in
progress
with
Details *
Name &
address /
ID/
telephone
of officer
to whom
reference
may be
made
Remarks
1 2 3 4 5 6 7 8 9 10 11 12 13
Signature of Authorised Representative of Construction Agency /Firm with Seal
* Indicate gross amount claimed and amount awarded by the Arbitrator separately.
Page 21 of 38
FORM ‘A- 2’
DETAILS OF ALL WORKS COMPLETED IN INDIA WITH ALTERNATE / RAPID CONSTRUCTION TECHNOLOGY DURING THE LAST
SEVEN (7) CONSECUTIVE PREVIOUS YEARS
SI.
No.
Name of
work/ Project
& Location
i/c number
of stories
and height of
building
Owner or
sponsoring
Organization
(Client)
Cost
of
works
In Cr.
Date of
commencement
as per contract
Stipulated
date of
completion
Actual
date of
completion
Built
up
area
in
sq. m
No. of
Houses
Litigation /
arbitration
pending / in
progress with
Details *
Name & address
/ Email ID/
telephone of
officer
to whom
reference
may be made
Remarks
(Mention
emerging
technology
used in
construction)
1 2 3 4 5 6 7 8 9 10 11 12
Signature of Authorised Representative of Construction Agency /Firm with Seal
* Indicate gross amount claimed and amount awarded by the Arbitrator separately.
Page 22 of 38
FORM ‘A- 3’
DETAILS OF ALL WORKS COMPLETED IN ABROAD WITH ALTERNATE / RAPID CONSTRUCTION TECHNOLOGY DURING THE
LAST SEVEN (7) CONSECUTIVE PREVIOUS YEARS
SI.
No.
Name of
work/ Project
& Location
i/c number
of stories
and height of
building
Owner or
sponsoring
Organization
(Client)
Cost of
works
In Cr.
Date of
commencement
as per contract
Stipulated
date of
completion
Actual
date of
completion
Built up
area in
sq. m
No. of
Houses
Litigation /
arbitration
pending / in
progress with
Details *
Name & address
/ Email ID/
telephone of
officer
to whom
reference
may be made
Remarks
(Mention
emerging
technology
used in
construction)
1 2 3 4 5 6 7 8 9 10 11 12
Signature of Authorised Representative of Construction Agency /Firm with Seal
* Indicate gross amount claimed and amount awarded by the Arbitrator separately
Page 23 of 38
FORM ‘B’
PERFORMANCE REPORT OF WORKS REFERRED TO IN FOR “A-1, A-2, A-3”
(Format for information to be printed on Landscape)
1. Sr. No.
2. Name of work / Projects and Location
3. For Building works:- Height of building in mtr. & numbers of floor
4. Agreement No.
5. Client name:
6. Amount of Work:
7. Date of Starting of project:
8. Stipulated date of completion:
9. Actual date of completion:
10. Completion cost:
11. Justification for Delay, if any:
12. Amount of compensation
a. Levied for delayed completion, if any
b. Amount of reduced rate items, if any
13. Litigation tendency:
14. Feedback from client:
i. Quality of work Very good Good Fair Poor
ii. Finance Soundness Very Good Good Fair Poor
iii. Technical Proficiency Very Good Good Fair Poor
iv. Resourcefulness Very good Good Fair Poor
v. General behaviour Very good Good Fair Poor
Third party feedback, if any:
Signature & Stamp of applicant
Signature & Stamp of client with address & contact details
Page 24 of 38
FORM ‘C’
DETAILS OF ORGANIZATIONAL STRUCTURE
1. Name & address of the applicant
2. Telephone No. /Telex No./ Fax No.
3.
Legal Status of the applicant (attach copies of original
document defining the legal status(s)
(a) An individual
(b) A proprietary firm
(c) A firm in partnership
(d) A limited company or corporation
(e) Joint Venture (JV)
4.
Particulars of Registration / Empanelment with various
Government bodies (attach attested photocopy).
(a) Registration number
(b) Organization / place of Registration
i)
ii)
iii)
5. Name and titles of Director & Officer with designation to be
concerned with this work.
6. Designation of individual authorized to act for the
organization.
7.
Was the applicant ever required to suspend construction for a
period of more than six months continuously after you
commenced the construction? If so give the name of the
project and reason of suspension of work.
8.
Has the applicant or any constituent partner in case of
partnership firm ever abandoned the warded work before its
completion? If so, give name of the project and reason for
abandonment.
9.
Has the applicant or any partnership firm, ever been debarred /
black listed for tendering in any organization at any time? If so
give details.
10.
Has the applicant or any constituent partner in case of
partnership firm ever been convicted by court of law? If so,
give details
11. In which field of Civil Engineering construction you claim
specialization and interest.
12. Any other information considered necessary but not included
above.
13. List of the key technical Persons with qualification, experience
& Continuous period with Agency / Firm.
Authorized Signature of Applicant with Seal
Page 25 of 38
FORM ‘D’
Particulars of KEY PERSONNEL (including particulars of Directors/Partners/Key
Management Personnel of the Agency/ Firm / JV )
Sr.
No.
Designation of Key
Personnel Name
Educational
Qualification
Length of
Professional
Experience
No. of Years
Working
with this
firm No.
of Years
No. of
Eligible
Assignments
(1) (2) (3) (4) (5) (6) (7)
Authorized Signature of Applicant with Seal
Page 26 of 38
FORM ‘E’
DETAILS OF CONSTRUCTION PLANT & EQUIPMENT AVAILABLE WITH THE AGENCY /FIRM
SI.
No. Name of equipment / company Nos.
Capacity
& type. Age Condition
Ownership status Current
location Remarks Presently
owned Leased
To be
purchased 1 Concrete Mixer (1 bag of cement)
2 Transit Concrete Mixer
3 Concrete Batching Plant
4 Concrete Pumping Machinery
5 JCB
6 Excavator
8 Water Pumps
9 Crane
10 Needle Vibrator
11 Surface Vibrator
12 Steel Bar Bending & Cutting Machine
13 Compactor
14 Roller
15 Water Tanker
16 Centering
Authorized Signature of Applicant with Seal
Page 27 of 38
FORM ‘F’
LITIGATION DETAILS
Name of applicant / or parties:
Applicant should provide information on any History of litigation or arbitration
resulting from contracts executed in last three years or currently under execution:
Sr.
No. Year
Award for / against
applicant
Name of client, cause of
litigation &
matter of dispute
Disputed Amount
in INR.
1 2 3 4 5
Authorized Signature of Applicant with Seal
NOTE:
1. The above information shall be supported with necessary documents otherwise the same
shall be treated as null & void.
2. If the information to be furnished in this schedule will not be given & come to the notice
subsequently will result in disqualification of Agency /Firm.
Page 28 of 38
Page 1
APPENDIX I
(Power of Attorney for Signing of Application)
Know all men by these presents, We………………………………………. (name of the
firm and address of the registered office) do hereby irrevocably constitute, nominate,
appoint and authorise Mr/ Ms (name)………………………………………………….
son/daughter/wife of ………………………………………….. and presently residing at
…………………… who is presently employed with us/ the Lead Member of our Firm /
JV and holding the position of ………………………………… as our true and lawful
attorney (hereinafter referred to as the "Attorney") to do in our name and on our behalf, all
such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our application for pre-qualification and submission of
…………………………required by ---------------------------------------------------- the
"Authority") including but not limited to signing and submission of all applications, bids
and other documents and writings, participate in Pre Applications and other conferences
and providing information/ responses to the Authority, representing us in all matters
before the Authority, signing and execution of all contracts including the Concession
Agreement and undertakings consequent to acceptance of our bid, and generally dealing
with the Authority in all matters in connection with or relating to or arising out of our bid
for the said Project and/ or upon award thereof to us and/or till the entering into of the
Concession Agreement with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and
shall always be deemed to have been done by us.
IN WITNESS WHEREOF WE,………………………...THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS…………
DAY OF………...
For…………………….
(Signature, name, designation and address)
Page 29 of 38
Appendix I
Page 2
Witnesses:
1.
(Notarised)
2.
Accepted
(Signature)
(Name, Title and Address of the Attorney)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants (s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.
Wherever required, the Applicant should submit for verification the extract of the charter
documents and documents such as a board or shareholders' resolution/ power of attorney
in favour of the person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Applicant.
For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of
Attorney is being issued. However, the Power of Attorney provided by Applicants from
countries that have signed the Hague Legislation Convention 1961 are not required to be
legalised by the Indian Embassy if it carries a conforming Apostille certificate.
Page 30 of 38
APPENDIX II
Page 1
( Power of Attorney for Lead Member of Firm / JV )
Whereas Maharashtra Housing Development Corporation Limited, Mumbai (the
"Authority") has invited applications from interested parties for Empanelment of
Agency /Firm for Construction of Housing / Building using Conventional/ Alternate /
rapid construction Technologies on Design Built bases for Affordable Housing Project
in the State of Maharashtra.
………………………………... and ………………………… (collectively the
“Firm”/ “JV”) being Members of the Firm / JV are interested in bidding for the Project
in accordance with the terms and conditions of the Request for Qualification document
(EoI) and other connected documents in respect of the Affordable Housing Project,
and
Whereas, it is necessary for the Members of the Firm / JV to designate one of them as
the Lead Member with all necessary power and authority to do for and on behalf of the
Firm / JV, all acts, deeds and things as may be necessary in connection with the Firm /
JV bid for the Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
we, …………………….. having our registered office at………….. M/S. …………
………………….. having our registered office at……………M/S. ………………..
having our registered office at …………………… and ……………………………
having our registered office at …………………... (hereinafter collectively referred to
as the "Principals") do hereby irrevocably designate, nominate, constitute, appoint and
authorise M/S ………………………….. having its registered office at
………………..being one of the Members of the Firm / JV , as the Lead Member and
true and lawful attorney of the Firm / JV (hereinafter referred to as the "Attorney'). We
hereby irrevocably authorise the Attorney (with power to sub delegate) to conduct all
business for and on behalf of the Firm / JV and any one of us during the bidding
process and, in the event the Firm / JV is awarded the concession/contract, during the
execution of the Project and in this regard, to do on our behalf and on behalf of the
Firm / JV, all or any of such acts, deeds or things as are necessary or required or
incidental to the pre-qualification of the Firm / JV and
Page 31 of 38
Page 2
Appendix II
submission of its bid for the Project, including but not limited to signing and
submission of all applications, bids and other documents and writings, participate in
bidders and other conferences, respond to queries, submit information/ documents, sign
and execute contracts and undertakings consequent to acceptance of the bid of the Firm
/ JV and generally to represent the Firm / JV in all its dealings with the Authority, and/
or any other Government Agency /Firm or any person, in all matters in connection with
or relating to or arising out of the Firm / JV 's bid for the Project and/ or upon award
thereof till the Concession Agreement is entered into with the Authority.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and
shall always be deemed to have been done by us / Firm / JV.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE
EXECUTED THIS POWER OF ATTORNEY ON THIS …………………DAY
OF…………2 ………..
For…………
(Signature)
……………
(Name & Title)
For……….
(Signature)
………….
(Name & Title)
For………..
(Signature)
…………..
(Name & Title)
Page 32 of 38
Page 3
Appendix II
Witnesses:
1.
2.
……………………………………………..
(Executants)
(To be executed by all the Members of the Firm / JV )
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants (s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.
• Also, wherever required, the Applicant should submit for verification the extract of
the charter documents and documents such as a board or shareholders' resolution/
power of attorney in favour of the person executing this Power of Attorney for the
delegation of power hereunder on behalf of the Applicant.
• For a Power of Attorney executed and issued overseas, the document will also have
to be legalised by the Indian Embassy and notarised in the jurisdiction where the
Power of Attorney is being issued. However, the Power of Attorney provided by
Applicants from countries that have signed the Hague Legislation Convention 1961
are not required to be legalised by the Indian Embassy if it carries a conforming
Apostille certificate.
Page 33 of 38
Page 1
Appendix III
JOINT BIDDING AGREEMENT
(To be executed on Stamp paper of appropriate value)
THIS JOINT BIDDING AGREEMENT is entered into on this the ……………day of .....
...........20 ...
AMONGST
1. {……….. Limited, a company incorporated under the Companies Act, 1956} and
having its registered office at (hereinafter referred to as the "First Part" which
expression shall, unless repugnant to the context include its successors and
permitted assigns).
AND
2. {………. Limited, a company incorporated under the Companies Act, 1956} and
having its registered office at (hereinafter referred to as the "Second Part" which
expression shall, unless repugnant to the context include its successors and
permitted assigns)
AND
3. ------------Limited, a company incorporated under the Companies Act, 1956 and
having its registered office at (hereinafter referred to as the "Third Part" which
expression shall, unless repugnant to the context include its successors and
permitted assigns)} *
The above-mentioned parties of the FIRST, SECOND, and THIRD PART
are collectively referred to as the "Parties" and each is individually referred to as a
"Party'
WHEREAS,
(A) Maharashtra Housing Development Corporation, represented by its Executive
Engineer (hereinafter referred to as the "Engineer In Charge")
*The number of Parties will be shown here, as applicable, subject however to a
maximum of 3 (Three) shall, unless repugnant to the context or meaning thereof,
include its administrators, successors and assigns) has invited applications (the
Applications") by its Expression of interest No………… dated………. (The “EoI")
for pre-qualification and short listing of bidders for…………………………….. on
Design, Build, Finance, Operate and Transfer (the "DBFOT") basis.
Page 34 of 38
Appendix III
Page 2
( B ) The Parties are interested in jointly bidding for the Project as members of a Firm /
JV and in accordance with the terms and conditions of the EoI document and
other bid documents in respect of the Project, and
(C) It is a necessary condition under the EoI document that the members of the Firm /
JV shall enter into a Joint Bidding Agreement and furnish a copy thereof with the
Application.
NOW IT IS HEREBY AGREED as follows:
1. Definitions and Interpretations
In this Agreement, the capitalised terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the EoI.
2. Firm / JV
2.1 The Parties do hereby irrevocably constitute a Firm / JV (the "Firm / JV ") for the
purposes of jointly participating in the Bidding Process for the Project.
2.2 The Parties hereby undertake to participate in the Bidding Process only through this
Firm / JV and not individually and/ or through any other Firm / JV constituted for
this Project, either directly or indirectly or through any of their Associates.
3. Covenants
The Parties hereby undertake that in the event the Firm / JV is declared the selected
Bidder and awarded the Project, it shall incorporate a special purpose vehicle (the
"SPV") under the Indian Companies Act 1956 for entering into a Concession
Agreement with the Authority and for performing all its obligations as the
Concessionaire in terms of the Concession Agreement for the Project.
4. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described
below:
• Party of the First Part: - shall be the Lead member of the Firm / JV and shall have
the power of attorney from all Parties for conducting all business for and on behalf of
the Firm / JV during the Bidding Process and until the
Appendix III
Page 3
Page 35 of 38
Appointed Date under the Concession Agreement when all the obligations of the
SPV shall become effective;
• Party of the Second Part :- shall be {the Technical Member, Operation and
Maintenance Member , Other Member of the Firm / JV ;
• Party of the Third Part :- shall be the Financial Member of the Firm / JV }
5. Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the Project and in accordance with the terms of
the EoI and the Concession Agreement, till such time as the Financial Close for the
Project is achieved under and in accordance with the Concession Agreement.
6. Shareholding in the SPV
6.1 The Parties agree that the proportion of shareholding among the Parties in the SPV
shall be as follows:
First Party:
Second Party:
Third Party:
6.2 The Parties undertake that a minimum of 26% (twenty six per cent) of the subscribed
and paid up equity share capital of the SPV shall, at all times till the second
anniversary of the date of commercial operation of the Project, be held by the Parties
of the First, {Second and Third) Part whose experience and net worth have been
reckoned for the purposes of qualification and shortlisting of Applicants for the
Project in terms of the EoI.
6.3 The Parties undertake that each of the Parties specified in Clause 6.2 above shall, at
all times between the commercial operation date of the Project and the second
anniversary thereof, hold subscribed and paid up equity share capital of SPV
equivalent to at least 5% (five per cent) of the Total Project Cost.
6.4 The Parties undertake that they shall collectively hold at least 51% (fifty one per
cent) of the subscribed and paid up equity share capital of the SPV at all times until
the second anniversary of the commercial operation date of the Project.
6.5 The Parties undertake that they shall comply with all equity lock-in requirements set
forth in the Concession Agreement.
Appendix III
Page 4
Page 36 of 38
6.6 The Parties undertake that the O&M Member shall subscribe and hold at least 10%
(ten per cent) of the subscribed and paid up equity shares in the SPV2 in terms ofthe
Concession Agreement.) 1
7. Representation of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
a) Such Party is duly organised, validly existing and in good standing under the laws of
its incorporation and has all requisite power and authority to enter into this
Agreement;
b) The execution, delivery and performance by such Party of this Agreement has been
authorised by all necessary and appropriate corporate or governmental action and a
copy of the extract of the charter documents and board resolution/ power of attorney
in favour of the person executing this Agreement for the delegation of power and
authority to execute this Agreement on behalf of the Firm / JV Member is annexed to
this Agreement, and will not, to the best of its knowledge:
i. Require any consent or approval not already obtained;
ii. Violate any Applicable Law presently in effect and having applicability to it;
iii. Violate the memorandum and articles of association, by-laws or other applicable
organisational documents thereof;
iv. violate any clearance, permit, concession, grant, license or other governmental
authorisation, approval, judgement, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such
Party or any of its properties or assets are bound or that is otherwise applicable to
such Party; or
v. create or impose any liens, mortgages, pledges, claims, security interests, charges or
Encumbrances or obligations to create a lien, charge, pledge, security interest,
encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business of such Party so as
to prevent such Party from fulfilling its obligations under this Agreement;
Page 37 of 38
Appendix III
Page 5
c) This Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and Add further conditions relating to the O&M
Member, if any.
d) There is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such
Party in the fulfilment of its obligations under this Agreement.
8. Termination
This Agreement shall be effective from the date hereof and shall continue in full
force and effect until the Financial Close of the Project is achieved under and in
accordance with the Concession Agreement, in case the Project is awarded to the
Firm / JV . However, in case the Firm / JV is either not pre-qualified for the Project
or does not get selected for award of the Project, the Agreement will stand
terminated in case the Applicant is not pre-qualified or upon return of the Bid
Security by the Authority to the Bidder, as the case may be.
9. Miscellaneous
9.1 This Joint Bidding Agreement shall be governed by laws of {India}.
9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of the Authority.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND
DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.
SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED
For and on behalf of
LEAD MEMBER by: Second Part
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
SIGNED, SEALED AND DELIVERED
Page 38 of 38
Appendix III
Page 6
For and on behalf of
Third Part
(Signature)
(Name)
(Designation)
(Address)
In the presence of:
1. 2.
Notes:
1. The mode of the execution of the Joint Bidding Agreement should be in accordance
with the procedure, if any, laid down by the Applicable Law and the charter
documents of the executants (s) and when it is so required, the same should be
under common seal affixed in accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter
documents and documents such as resolution / power of attorney in favour of the
person executing this Agreement for the delegation of power and authority to
execute this Agreement on behalf of the Firm / JV Member.
3. For a Joint Bidding Agreement executed and issued overseas, the document shall
be legalised by the Indian Embassy and notarized in the jurisdiction where the
Power of Attorney has been executed.
top related