delhi public school studio/ dps rk puram 2 notice inviting tender (n.i.t.) 1. sealed item rate...

24
AND Studio/ DPS RK Puram 1 PRESS NOTICE Delhi Public School, Sec-XII, R.K. Puram, New Delhi-110022 Phone: 011-49115500, 26166793, 26171267 E-Mail: [email protected] TENDER NOTICE Sealed item rate tenders are invited by the Principal, Delhi Public School, R.K. Puram, New Delhi on behalf of The Delhi Public School Society, New Delhi in two envelope system from eligible contractors for the following work: Name of Work: Construction of New School Building i/c All Civil, Electrical, Plumbing works etc. Phase- I, Blocks A & B at Delhi Public School, RK Puram, Sector-12, New Delhi-110022 Estimated cost: Rs. 82.94 Crore Earnest Money: Rs 93 Lakh; Tender sale upto: 3.00 PM on 17.05.2017 Website www.dpsrkp.net may be referred for Eligibility Criteria, Financial Turnover, Detailed Terms & Conditions for issue of Tender documents. Principal

Upload: trinhdat

Post on 18-May-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

AND Studio/ DPS RK Puram 1

PRESS NOTICE

Delhi Public School,

Sec-XII, R.K. Puram, New Delhi-110022

Phone: 011-49115500, 26166793, 26171267 E-Mail: [email protected]

TENDER NOTICE

Sealed item rate tenders are invited by the Principal, Delhi Public School, R.K. Puram, New Delhi on behalf of The Delhi Public School Society, New Delhi in two envelope system from eligible contractors for the following work:

Name of Work: Construction of New School Building i/c All Civil, Electrical, Plumbing works etc. Phase- I, Blocks A & B at Delhi Public School, RK Puram, Sector-12, New Delhi-110022

Estimated cost: Rs. 82.94 Crore Earnest Money: Rs 93 Lakh;

Tender sale upto: 3.00 PM on 17.05.2017

Website www.dpsrkp.net may be referred for Eligibility Criteria, Financial Turnover, Detailed Terms & Conditions for issue of Tender documents.

Principal

AND Studio/ DPS RK Puram 2

NOTICE INVITING TENDER (N.I.T.)

1. Sealed item rate tenders are invited by the Principal, Delhi Public School, R.K. Puram, New Delhi on behalf of The Delhi Public School Society, New Delhi from the eligible contractors in two sealed envelope [Tender Document-I (Eligibility) in one envelope containing an additional envelope for earnest money and Tender Document-II (Financial) in second envelope] system fulfilling pre-qualifying criteria as contained in the tender documents for the under mentioned work:

Name of Work: Construction of New School Building i/c All Civil, Electrical, Plumbing works etc. Phase- I, Blocks A & B at Delhi Public School, RK Puram, Sector-12, New Delhi-110022 having :- Estimated costs : Civil works Rs. 68.18 Crore Electrical works Rs. 7.81 Crores Plumbing works Rs. 4.75 Crore Lift works Rs. 2.20 Crore Total Rs. 82.94 Crore Earnest Money: Rs. 93 Lakh Time Allowed: Block A - 13 months + Block B -15 months =Total 28 months

Cost of Tender: Rs 5000/- (Non-refundable) Tender Sale: On any working day upto ………………… between 11:00AM and 3:00PM. Tenders can be had on proof of registration on with following:

i. Works Contract Cell of Sales Tax Deptt

ii. Employees‘ State Insurance Corporation

iii. Provident Fund Organization

iv. Income Tax Department

Address for Tender Sale, Receipt & Opening: Engineering Division, The Delhi Public School Society, F-Block, East of Kailash, New Delhi-110065

Pre-Bid Meeting: 24.05.2017 at 2.30 PM Venue: Office of The Principal, Delhi Public School, Sector-XII, R.K. Puram New Delhi-110022 Sale of Tender upto: 3.00 PM on 17.05.2017 Receipt of Tender: upto 3.00PM on 01.06.2017 Opening of tender: At 3.30 PM on 01.06.2017 (Document-I)

2. Initial criteria for eligibility: - Contractors who fulfill the following requirements shall be eligible to

apply. Joint ventures are acceptable.

a. The tenderer as on 31.05.2017 shall have to be:

i. In the business of construction as a contractor for last seven years or more.

ii. Registered as a construction firm with Contract Cell of Sales Tax Deptt (VAT Deptt), Employees State Insurance Organization (ESIC) as well as Regional Provident Fund Organization (RPFO) and Income tax department.

b. The tenderer should have satisfactorily completed works as mentioned below during the last seven years ending previous day of last date of submission of tenders. For this purpose cost of work shall mean gross value of the completed work including cost of material supplied by the client but excluding those supplied free of cost. This should be certified by the Chartered Accountant/ Owner of the work/ an officer not below the rank of Executive Engineer for Government works. i) Three similar works each costing not less than Rs. 33.20 Crore.

OR

AND Studio/ DPS RK Puram 3

ii) Two similar works each costing not less than Rs. 49.80 Crore.

OR

iii) One similar work costing not less than Rs. 66.40 Crore.

Similar works shall mean works of “Construction of RCC framed Educational/ Institutional/ Health care etc. building of more than four storeys with Basement”.

Similar work, if executed under joint venture by the applicant firm, for evaluating technical bid, the proportionate share as per ―Joint Venture Memorandum of Understanding (MoU)‖ ‗between the parties shall be considered. In such cases, the applicant firm to submit along with tender documents related to ‗Joint Venture MOU‘.

The value of executed work shall be brought to current costing level by enhancing the actual value

of work at simple rate of 7% per annum, calculated from the actual date of completion to the previous day of last date of receipt of Tender Document-I (i.e. Technical Bid) and Tender Document-II (i.e. Financial Bid)

At the time of submission of tender, the tenderer shall have also to submit an affidavit on non-

judicial stamp paper of Rs. 10/-as under:

“I/We undertake and confirm that eligible similar work (s) has/have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of owner/ employer, then I/we shall be debarred for tendering in The Delhi Public School Society contracts in future forever. Also, if such a violation comes to the notice of owner/ employer before the date start of work, the owner/employer shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. Also if such a violation comes to the notice after commencement of work, work done by the contractor shall not be paid.

I/We confirm that I/we am/are in construction business for more than 7 years as on previous day of

last date of submission of tenders.

c. The tenderer is to have an average annual financial turnover of Rs 30 Crores on construction works during the immediate last three consecutive years as shown in balance sheets duly audited & certified by Charted Accountant. Year in which no turnover is shown would also be considered for working out the average.

d. The tenderer should not have incurred any loss in any of last three years during available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant.

e. The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity= [AxNx2]-B

Where,

A=Maximum turnover in construction works executed in any one year during the last five years

taking into account the completed as well as works in progress. The value of completed work shall

be brought to current costing level by enhancing at a simple rate of 7% per annum.

N =Number of years prescribed for completion of work for which tenders has been invited.

B=Value of existing commitments and ongoing works to be completed during the period of

completion of work for which tenders have been invited.

AND Studio/ DPS RK Puram 4

The applicant shall submit the calculation sheet of bidding capacity as per above formula. f. The tenderer‘s performance for each of the qualifying work as at 2.b above completed in the last

seven years and those in hand should be certified by the owner/ client/ an officer not below the rank of Executive Engineer or equivalent in case of government work.

3. Evaluation criteria:

a. The details submitted by the tenderers will be evaluated in the following manner:

i. The initial minimum criteria prescribed in Para 2.a to 2.f above in respect of experience of similar class of works completed; bidding capacity and financial turnover, etc. will first be scrutinized and the tenderer‘s eligibility for the work be determined.

ii. Those tenderers only who qualify the initial criteria as set out in Para 2.a to 2.f above will be evaluated for following attributes by scoring method as specified in ―ANNEXURE –I‖ on the basis of certified details furnished by them.

(a)

Financial strength (Form ‗A‘)

:

Maximum 10marks

(b) ‗Experience‘ in similar nature of work during last seven years

(Form ‗C‘)

:

Maximum 10marks

(c)

‗Time Over Run‘ on qualifying similar works (Form C &‗E‘)– Time over run

:

Maximum 25marks

(d)

‗Quality‘ of qualifying similar completed works and works in progress (Form ‗C‘, 'D'& ‗E‘)-Quality

:

Maximum 30marks

(e)

‗Technical Personnel‘ and Establishment (Form ―F‖&‖G‖)

:

Maximum 10marks

(f)

Plant &Equipment (Form ―H‖)

:

Maximum 10marks

(g)

Desirable criteria

:

Maximum 5marks

Total

100marks

To become eligible for short listing, the tenderer must secure at least fifty percent marks in each

criteria except criteria at (g) above and sixty percent marks in aggregate. It is not necessary

that the bidder should essentially qualify the desirable criteria at (g).

The DPS Society, however, reserve the right to restrict the list of such qualified contractors to

any number deemed suitable by it.

iii. For criteria mentioned at (d) (i.e Performance on Works- Quality) above:

For qualifying similar completed Works:-The evaluation will be done as per certificate (Form ‘E‘)

submitted by the agencies in respect of completed similar works as per 2.b (Max. Marks 10 out

of total 30 marks).

For Works in Progress:- The 3rd party inspection committee to be appointed by The DPS Society and reserve the right to select the work for 3

rd party inspection as per details submitted by them in

Form ‘D‘(Max. Marks 20 out of total 30 marks).

The committee shall evaluate the selected work/ project as per criteria fixed by it and its decision shall be final in allocation of marks for each of the criteria.

b. Even though any tenderer may satisfy the above requirements, he would be liable to disqualification if

AND Studio/ DPS RK Puram 5

he has:

i. Made misleading or false representation or Deliberately suppressed the information in the forms, statements 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.

4. Financial information -Tenderer should furnish the following financial information: Annual financial statement for the last five years in (Form ―A‖)

5. Experience in works highlighting experience in similar works-

a. Tenderer should furnish the following:

i. List of all works of similar nature successfully completed during the last seven years in (Form ―C‖).

ii. List of the works under execution or just awarded in (Form ―D‖). Information in (Form ―D‖) should be complete. No work, which is under execution, should be left out

b. Particulars of completed works and performance of the tenderer duly authenticated/certified by an authorized officer not below the rank of Executive Engineer or equivalent should be furnished separately for each work completed or in progress in (Form ―E‖).

6. Organizational information

Tenderer is required to submit the information in respect of his organization in Forms ―F‖ &―G‖

7. Construction plant and equipment

Tenderer should furnish the list of construction plant and equipment including steel shuttering,

centering and scaffolding to be used in carrying out the work. (in Form ―H‖). Details of any other plant

& equipment required for the work not included in Form ―F" &"H‖ and available with the applicant may

also be indicated.

8. Affidavit on Non-Judicial Stamp Paper:

An affidavit on non-judicial stamp paper of Rs. 10/-(as per Form ―J‖)

9. Desirable Criteria -

i. Tenderer should furnish the information regarding experience of Completed Educational building

including development works in Form-K,

ii. Details of certificate in respect of ISO: 9001-2000,if any in Form-L,

10. The tenderer should submit the calculation of bidding capacity as per the formula given in para

1(f) of ―Information and Instruction for tenderer‖ section of the tender document.

11. Letter of transmittal-

The tenderer should submit the letter of transmittal attached with the document together with

Willingness Certificate as per ANNEXURE-II from eligible electrical contractor.

12. Opening of Price Bid-

After evaluation of applications, a list of eligible agencies found and considered fit by The DPS

Society will be prepared. There after the financial tenders of only the eligible tenderers shall be

opened at the notified time, date and place in the presence of the qualified tenderers or their

representatives. The tenders shall remain valid for 90 days from the date of opening of

AND Studio/ DPS RK Puram 6

eligibility/technical bids.

13. Award criteria -

a. The Owner/Employer reserves the right, without being liable for any damages or obligation to inform

the tenderer, to:

i. Amend the scope and value of contract to the tenderer.

ii. Reject any or all the applications without assigning any reason.

iii. Amend any criteria of prequalification even after the receipt of tender.

iv. Award the work without assigning any reason to any of the tenderer participated, whether lowest, highest, in-between or even not-participated in the tendering process.

b. Any effort on the part of the tenderer or his agent to exercise influence or to pressurize the tender accepting authority would result in rejection of his bid. Canvassing of any kind is prohibited.

AND Studio/ DPS RK Puram 7

FORMS SEEKING INFORMATION REGARDING ELIGIBILITY:

FORM „A‟

FINANCIAL INFORMATION

I. Financial Analysis–Details to be furnished duly supported by figures in balance sheet/ profit & loss account for the last five years as submitted by the applicant to the Income Tax Department (Copies to be attached) duly certified by the Chartered Accountant.

S.

No.

Description

Years

F.Y.

2011-12

F.Y.

1012-13

F.Y.

2013-14

F.Y.

2014-15

F.Y.

2015-16

(i)

Gross Annual turnover on

Construction Works

(ii)

Profit /Loss

II. Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant with Seal Dated Signature of Tenderer(s) with seal.

AND Studio/ DPS RK Puram 8

FORM “C”

DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE LAST SEVEN FINANCIAL YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS

S

. N

o.

Na

me o

f w

ork

/P

roje

ct a

nd L

ocation

O

wner

or

sp

onsoring o

rganiz

ation

C

om

ple

tion

Cost of w

ork

in R

upees in

Cro

res

D

ate

of

Com

mencem

ent

as p

er

con

tract

Stipula

ted d

ate

of

com

ple

tio

n

Actu

al D

ate

of

Com

ple

tion

N

o. o

f S

tore

ys (

Wh

eth

er

RC

C o

r lo

ad

bea

ring)

Levy o

f com

pe

nsa

tion f

or

dela

y, if a

ny.

Litig

ation

/arb

itra

tion

cases c

onclu

ded /

in

pro

gre

ss w

ith d

eta

ils*

N

am

e,

addre

ss w

ith m

obile

, te

leph

one

Num

ber

and E

-ma

il addre

ss o

f offic

er

to

whom

inqu

irie

s c

ou

ld b

e m

ade.

R

em

ark

s,

if a

ny

1 2 3 4 5 6 7 8 9 10 11 12

* Indicate gross amount claimed and amount awarded by the Arbitrator.

Dated Signature of Tenderer(s) with seal.

AND Studio/ DPS RK Puram 9

FORM “D”

PROJECTS UNDER EXECUTION OR AWARDED

S

. N

o.

Na

me o

f w

ork

/P

roje

ct a

nd L

ocation

O

wner

or

sp

on

soring o

rganiz

ation

Cost of w

ork

in R

upe

es in

cro

res

D

ate

of

Com

mencem

ent

as p

er

con

tract

Stipula

ted d

ate

of

com

ple

tio

n

Upto

date

perc

en

tag

e p

rogre

ss o

f w

ork

Scope o

f th

e w

ork

(P

hysic

al)

Physic

al P

rogre

ss o

f W

ork

S

low

Pro

gre

ss if a

ny, an

d r

easons t

here

of

N

am

e,

addre

ss w

ith m

obile

, te

leph

one

Num

ber

and E

-ma

il addre

ss o

f offic

er

to

whom

inqu

irie

s c

ou

ld b

e m

ade.

R

em

ark

s,

if a

ny

1

2

3

4

5

6

7

8

9

10

11

12

Certified that the above list of works is complete and no work has been left out and that the

information given is correct to my knowledge and belief.

Dated Signature of Tenderer(s) with seal.

AND Studio/ DPS RK Puram 10

FORM “E”

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS ―C‖ &"D'

1. Name of work/ project & location :

2. Agreement no. :

3. Estimated cost :

4. Tendered cost :

5. Date of start :

6. Date of completion

(i) Stipulated date of completion :

(ii) Actual date of completion :

7. Amount of compensation levied for delayed completion, if any :

8. Amount of reduced rate items, if any :

AND Studio/ DPS RK Puram 11

9. Performance Report :

(1) Quality of work :Outstanding/Very Good/Good/Fair/Poor*

(2) Financial soundness :Outstanding/Very Good/Good/Fair/Poor*

(3) Technical Proficiency :Outstanding/Very Good/Good/Fair/Poor*

(4) Resourcefulness :Outstanding/Very Good/Good/Fair/Poor*

(5) General Behavior :Outstanding/Very Good/Good/Fair/Poor*

Strikeout which is not applicable

Dated: Executive Engineer or Equivalent

AND Studio/ DPS RK Puram 12

FORM “F” STRUCTURE & ORGANISATION

1

Name & address of the tenderer

:

2

Telephone no./E-mail/ Telex no./Fax no.

:

3

Legal status of the tenderer (attach copies of original document defining the legal status):

:

An Individual/ A proprietary firm/ A firm in partnership/ A limited company or Corporation*

4 Particulars of registration with various Government Bodies

(attach certified photocopy)

:

Organization/Place of registration No a.

b.

c.

:

5 Names and titles of Directors & Officers with designation

relevant with this work.

:

6 Name & Designation of individual(s) authorized to act for

the or

:

7 Has the tenderer, or any constituent partner in case of

partnership firm, ever abandoned the awarded work before

its completion? If so give name of the project and reasons

for abandonment.

:

8 Has the tenderer, or any constituent partner in case of

partnership firm, ever been debarred/ blacklisted for

tendering in any organization at any time? If so, give

details

:

10 Has the tenderer, or any constituent partner in case of

partnership firm, ever been convicted by the court of law?

Ifso, give details.

:

11 Any other information considered necessary but not

included above.

:

Strikeout which is not applicable Dated Signature of Tenderer(s)with seal

AND Studio/ DPS RK Puram 13

FORM “G”

DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL INCLUDING THOSE TO BE EMPLOYED FOR THE WORK

S. No

Description

Total

number

Number

applicable for this

work

Name

Qualification

Professional experience

How these

would be

involved in this

work

Remark

1

2

3

4

5

6

7

8

9

Dated Signature of Tenderer(s) with seal

AND Studio/ DPS RK Puram 14

FORM “H” DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE

WORK

S. No.

Name of equipment

Nos. Capacity or Type

Age Conditio

n

Ownership status Current Location

Remarks

Owned

Leased Purchase

Earth Moving

1 Excavators

2 Power Shovel

3 Sprinkler bar mounted Water tanker

4 Earth compactor

5 Vibration Compactor

Hoisting & Lifting

1 Tower crane

2 Builders hoist

Concrete Work

1 Batch mix plant

2 Concrete pump

3 Transit mixer

4 Needle vibrator

5 Screed/Table vibrator

Building construction

1 Bar cutting

2 Bar bending

3 Steel scaffolding

4 Steel shuttering

5 Saw machine

6 Grinding/polishing machine

Transportation

1 Dumper/

2 Trucks

Road Work

1 Tandem roller/ Vibrator roller

2 Static roller

3 Slip Form

Electrical Work

1 Chase cutter

Power Equipment

1 Diesel Generators

AND Studio/ DPS RK Puram 15

FORM “J”

(Affidavit on non-judicial stamp paper of Rs. 10/-)

I/We undertake and confirm that eligible similar work(s) has /have not been got executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of Owner/ Employer, then I/we shall be debarred for tendering for works controlled by the Owner/ Employer in future forever. Also, if such a violation comes to the notice of Owner/ Employer, the Owner/ Employer shall be free to forfeit the entire amount of Earnest Money Deposit/ Performance Guarantee.

I/We confirm that I/we am/are in construction business for more than 7 years as on previous day of last date of submission of tenders.

Date:

Place:

Signature (s) of Tenderer(s) With Seal of Firm

AND Studio/ DPS RK Puram 16

FORM “K”

DETAILS OF COMPLETED EDUCATIONAL/ INSTITUTIONAL/ HEATHCARE ETC. BUILDING OF MORE THAN FOUR STOREYED AND MINIMUM TWO BASEMENT

Name of the firm / contractor………………………………….…………….

Sl. No.

Name of work/ project and location

Owner or sponsoring organization

Cost of work in crores

Date of commen-cement as per contract

Actual date of completion

Whether certificate issued from designated authority/ (copy of certificate to be attached)

Name and Address (Postal & E-mail)/ telephone number of officer to whom reference may be made

Remarks about specific features for educational institute.

1 2 3 4 5 6 7 8 9

Certified that the above list of works is complete and no work has been left out and that the information given is correct to my/ our knowledge and belief.

SIGNATURE OF BIDDER(S) WITH STAMP

AND Studio/ DPS RK Puram 17

FORM “L”

DETAILS OF CERTIFICATION OF ISO: 9001-2000

Name of the firm / contractor………………………………….…………….

I/ we hereby submit the above certification hereunder.

SIGNATURE OF BIDDER(S) WITH STAMP

AND Studio/ DPS RK Puram 18

FORM “M”

DELETED

AND Studio/ DPS RK Puram 19

ANNEXURE-I

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR PRE-ELIGIBILITY / QUALIFICATION

Sr. No. Attributes Max.

Mark

Evaluation criteria

(A) Financial strength (Form ‗A‘)

Average Annual Turnover

(10) (i) 60%marks for minimum eligibility criteria as defined in Para 2.c

(ii) 100%marks for twice the minimum eligibility criteria or more.

In between(i) & (ii)–on pro-rata basis

(B) Experience in completed similar nature

of work during last seven years

(Form ‗C‘)

(10) (i) 60% marks for minimum eligibility criteria

as defined in2.b

(ii) 100% marks for twice the minimum eligibility

In between (i) & (ii)– on pro-rata basis

(C) Performance on works(time over run)

(Form ‗E‘)----― For Completed Works‖

(25) If TOR (TOR=Actual time/Stipulated time)

Note: Marks for value in between the stages indicated above is to be determined by straight

line variation basis.

<=1.00 1.25 1.50 1.75 2.00 >2.00

(i) Without levy of compensation 25 20 15 12.5 10 0

(ii) With levy of compensation 25 12.5 0 -10 -15 -20

(iii) Levy of compensation not decided 25 12.5

8.0 -5 -10 -15

D) Performance on works(Quality) (Form

‗D‘ & Form ‗E‘)—

(30) Criteria as defined in 3.a.iii

(a) Evaluation as per Certificate ―Form-E‖

for completed qualifying works

10

(i) Outstanding 10

(ii) Very Good 8

(iii) Good 5

(iv) Fair 3

(v) Poor 0

AND Studio/ DPS RK Puram 20

Sr. No.

Attributes Max.

Marks Evaluation criteria

(b) Evaluation for works in progress (Form "D") (Refer Para 3.a.iii)

20 Evaluation will be done as per actual site visit by 3rd

party Inspection committee for anyone selected Work in Progress as per details given by each tenderer in

Form ―D‖.

(E) Personnel and Establishment (Form ‗F‘ & ‗G‘)

(10)

(i) Graduate Engineers

Max. 10 Marks

(i)1 mark for each having relevant experience>= 10 years

(ii)1/3 mark for each having exp. > = 5 years but< 10 years. (iii) 1/4 marks for each having exp. < 5 years.

(ii) Diploma holder Engineers

Max. 3 marks

(i) 1/4 mark for each having relevant experience>= 10 years

(ii) 1/3 mark for each having exp. > =5 Years but< 10 years. (iii) 1/4 marks for each having exp. < 5years.

(iii) Supervisors/Foremen

Max. 2 marks

(i) 1/4 mark for each having relevant experience>= 10 years

(ii) 1/3 mark for each having exp. > = 5 years but< 10years. (iii) 1/4 marks for each having exp. < 5 years.

(F) Plant & Equipment (Form ‗H‘) (10)

(i) Excavators (min12m3/hr) 1/6 mark for each upto Max. 1/2marks

(ii) Sprinkler bar mounted Water tankers

1/4 mark for each upto Max. 1/2marks

(iii) Earth compactors 1/20 mark for each upto Max. 1/2marks

(iv) Builders hoists 1/10 mark for each upto Max. 1/2marks

(v) Batch mix plants (min 20m3/hr) 1 mark for each uptoMax.2Marks

(vi) Concrete pumps 1/4 mark for each upto Max. 1/2marks

(vii) Transit mixers 1/8 mark for each upto Max. 1/2marks

(viii) Bar bending machines 1/4 mark for each upto Max. 1/2 marks

(ix) Steel scaffolding

1/4 mark for each 25000 cum upto Max.

1marks

(x) Steel shuttering 1/4mark for each 10000sqm up to Max.1 marks

(xi) Dumpers /Tippers 1/10 mark for each upto Max. 1/2marks

AND Studio/ DPS RK Puram 21

(xii) Tower cranes 1/4 mark for each upto Max. 1/2marks

(xiii) Screed/Table Vibrators 1/10 mark for each upto Max. 1/2 marks

(xiv) Needle Vibrators 1/20 mark for each upto Max. 1/2marks

(xv) Chase cutting machine

1/10 mark for each upto Max. 1/2marks

(G) Desirable criteria (5)

(i)

Execution of completed educational institute including development works.

3 (i) 0 for non-execution

(ii) 1/4 Mark for each work costing not less than Rs. 20 Crores but less than Rs 40 Cr

(iii) 1/2 Mark for each works >Rs.40 Crores but

<= Rs.60 Crores

(iv) 1 Mark for each work>Rs. 60 Crores.

(ii)

Firm/ tenderer having valid certification of

2 (i) 0 for no certification

(ii) 1 Mark for valid certification

AND Studio/ DPS RK Puram 22

CONTRACTORS MINIMUM SITE SUPERVISION STAFF ORGANISATION

The contractor shall depute below mentioned site supervisory staff after the award of the contract

on full time basis.

Refer clause No. 15 and 16 of General Conditions of Contract.

1. Project Manager (1No.)

Qualification and Experience

Bachelors Degree in Civil Engineering or Architecture. A minimum of 20 (twenty) years experience in building construction management and experience in similar projects. He should be aware of the Contractor‘s role, his contractual general obligations and be completely familiar with the construction network schedule techniques and its implementation.

2. Quality Control Engineer (1No.)

Qualification and Experience

A Qualified Bachelors Degree in Civil Engineering, Engineer with a minimum of 10 (Ten) years experience in quality control, procedures of submissions, testing, mock-ups and execution.

3. Billing Engineer (1No.)

Qualification and Experience A Qualified (At least having Diploma in Civil engineering) Civil engineer with having 10 years of experience in the execution of similar civil & structural works.

4. General Foreman ( As per requirement)

Qualification and Experience

A Qualified Foreman with at least 20 (twenty) years experience.

5. Supervisor ( As per requirement)

Qualification and Experience

A Qualified Supervisor with at least 5 (Five) years experience.

6. Safety Officer / Manager (On Site) (1 No.)

Qualification and Experience

Qualified safety officer with at least 10 (ten) years experience in similar projects of high safety requirements.

7. Sr. Site Engineer (1Nos.)

Qualification and Experience Bachelor‘s Degree in Civil Engineering with A minimum of 05 (Five) year‘s experience or Diploma with 10 (Ten) Year‘s experience in building construction.

AND Studio/ DPS RK Puram 23

8. Site Engineer (3Nos.)

Qualification and Experience Bachelor‘s Degree in Civil Engineering or Architecture. A minimum of 05 (Five) years experience in building construction.

Within 15 (fifteen) days from the date of signing the contract, the contractor shall submit the proof/

details of qualification and experience of his staff for the approval of the engineer. In the event the

contractor fails to submit or fails to obtain the approval for any member of the staff indicated above

or the staff or a member of the staff of the Contractor is unreasonably absent from site, there shall

be a penalty as decided by engineer.

I/We hereby understand that the Employer attaches great importance to the quality of the

Contractor‘s site Supervision staff. Curriculum Vitae of the above personnel will be submitted to the

Engineer for his approval or otherwise and his decision will be binding.

I/We hereby agree that the qualifications and experience of the above mentioned Site supervision

Staff will be complied in fulfillment of my/our Contractual Obligations. The above staff shall be

deployed on the work on full time basis.

SIGNATURE OF CONRTRACTOR‘S

REPRESENTATIVE WHO SIGNED

THE TENDER:

DATE: _________________

AND Studio/ DPS RK Puram 24

ANNEXURE-II

WILLINGNESS CERTIFICATE

FROM ELIGIBLE ASSOCIATE ELECTRICAL CONTRACTOR

Name of Work: Construction of New School Building i/c All Civil, Electrical, Plumbing works etc. Phase- 1, Blocks A & B at Delhi Public School, RK Puram, Sector-12, New Delhi-110022

I hereby give my willingness to work as electrical contractor for the component of Electrical Installations of the

above mentioned work.

I will execute the work as per specifications, conditions of the agreement and as per direction of the Engineer-

In-Charge.

Also I will employ full time technically qualified supervisor as required for the work. I will attend inspection of

officers of the department as and when required.

Note: The tenderer is advised to clearly indicate the applicable Component of Electrical work relevant to the

Associate agencies.

Date

Signature of Main contractor Signature of Associate Contractor address &

Registration Detail