government of gujarat roads & buliding department gandhinagar bid_revised_ 18.5.pdf ·...
TRANSCRIPT
GOVERNMENT OF GUJARAT ROADS & BULIDING DEPARTMENT
GANDHINAGAR
PQ BID ISSUE DATE
13-05-2013 to 03-06-2013 UP TO 16.00 Hrs.
PREBID MEETING
27-05-2013 AT 12.00 Hrs.
LAST DATE OF PQ BID SUBMISSION
03-06-2013 UP TO 17.00 Hrs.
DATE OF PQ BID OPENING 04-06-2013
AT 12.00 Hrs.
PRE-QUALIFICATION DOCUMENT FOR CONSTRUCTION OF PHASE-2B WORKS PERTAINING TO MAHATMA MANDIR CONVENTION CENTER
AT SECTOR 13-14-15, GANDHINAGAR (GUJARAT)
SUPERINTENDING ENGINEER Capital Project Circle Block No. 11/2
Dr. Jivaraj Maheta Bhavan Sector-10, Gandhinagar
Phone: -079- 232-54080/83 Website: www.rnb.nprocure.com
EXECUTIVE ENGINEER Capital Project Division No. 4
Patnagar Yojna Bhavan , Gandhinagar
Phone: 079- 232- 59251 Website: www.rnb.nprocure.com
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B - CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING,
LANDSCAPE, SITE DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT SECTOR 13-14-15, GANDHINAGAR (GUJARAT)
ROADS & BUILDING DEPARTMENT
CONTENTS
1. INVITATION FOR PRE-QUALIFICATION……………………………1 2. INSTRUCTIONS FOR PQ BID SUBMISSION…………………………3
3. FORMS……………………………………………………………………… 21
4. CHECK LIST FOR PQ BID SUBMISSION…………………………….36
5. ANNEXURE-3D VIEWS………………………………………………….40
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 1
1. INVITATION FOR PRE-QUALIFICATION 1.1 Government of Gujarat has implemented development of Mahatma Mandir Business &
Exhibition Center at Gandhinagar.
Mahatma Mandir draws inspiration from the life and philosophy of the Father of the Nation. It is planned as a state-of-the-art complex with various modern facilities for hosting events of national and international levels. Located on Central Vista, Gandhinagar, the complex is spread over 2, 00,000 sq. mtr. Area. Mahatma Mandir would also serve as an iconic tourist destination to connect future generation to inspiring life path of Mahatma Gandhiji.
The Mahatma Mandir Business & Exhibition Center is designed and being built to international standards, meeting specific needs of multifarious event. It features Double height atrium at the entrance, accommodating up to 15,000 people at a time, Multipurpose column free air-conditioned Main Convention Hall with seating of 5000 people and providing endless scope for flexible space management with movable partition walls and a multipurpose central stage, Multipurpose pre function area, Four seminar halls (three 600 and one 1000 capacity) with good acoustic and sound reinforcement facility, Seven hi-tech conference halls and a modern meeting room, State of the art facilities for instant plug in connect programme and building management services, 2 Exhibition Halls, Flexible multi usage exhibition floor area, Heavy duty flooring, Provision for hassle free people movement, adequate exits for safe evacuation, Service trench with basic infrastructure that enables quick stall set-up, Food courts, Photo Gallery, Lounge and office area.
1.2 Roads & Building Department, on behalf of Govt. of Gujarat, invites bids for Pre-qualification of EPC (Engineering, Procurement, Construction) agencies in accordance with the requirements specified in the Pre-qualification (PQ) document.
Now Government of Gujarat have planned to set up museum within the space created by existing salt mound by constructing interior independent building, A cable stayed bridge with wind turbine connecting Phase 1A, 1B structures to Salt Mound over KH road, independent service building to provide services to Phase 2 area, internal road, Court Yard, Land scaping for Phase-2A works including all necessary infra structure, Fire fighting system, HVAC, Electrical, ELV system, Projection system, Sound Management system and other related services at Mahatma Mandir project in sector 13,14,15 of Gandhinagar.
1.3 The project shall be funded by State Government Budget (R&B Department).
1.4 The Bidder shall furnish documentary evidence by way of copies of work order, proof of completion, and balance sheet or audited financial statements including Profit & Loss Account etc. along with the PQ Bid to establish Bidder's conformance to Pre-Qualification criteria. All supporting documents, pertaining to experience criteria submitted by foreign Bidder as evidence and/or documents pertaining to foreign work experience submitted by Indian Bidder as evidence there shall be certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy/High Commission in Bidder's country in hard copy.
1.5 Non-transferable Pre-Qualification document will be available from website13/5/2013 to 03/06/2013 up to 16.00 Hrs. The bidders has to down load tender from web site www.rnbnprocure.com only and shall pay pre-qualification document fee of ` 18,000/- [Rupees Eighteen thousand only] in form of DD/Pay order drawn on any Nationalized Indian Bank or private banks like IDBI, HDFC, ICICI and AXIS Bank at the time of submission of tender with hard copies of documents. DD shall be drawn in favour of the
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 2
Executive Engineer capital project division no. 4 payable at Gandhinagar. PQ Bid without payment for cost of PQ Document may not be entertained. Hard Copy of documents shall be submitted to
EXECUTIVE ENGINEER (E.E) Capital Project Division No. 4
2nd Floor, Patnagar Yojana Bhavan, Sector-16, Gandhinagar-382016.
Phone: 079- 232- 59198 Website: www.rnb.nprocure.com
1.6 PQ Bids duly filled with all information and supporting documents shall be submitted at Division office as address mentioned above latest by 17.00 Hrs. (IST) on 03/06/2013. Loose papers /Spiral bound shall not be accepted and outright rejected. Hard bound copy only shall be accepted. Bidders should ensure submission of complete information/documentation in the first instance itself. Pre-Qualification may be completed based on the details so furnished without seeking any subsequent additional information.
1.7 Down loading of PQ Document or/and submission of PQ Bids shall not be presumed as Pre-Qualification or entitle the agencies to participate in the main bidding process.
1.8 R&B Department shall allow Indian Central Government Public Sector Undertaking/ Enterprises as admissible under the existing policies of Government of India.
1.9 R&B Department takes no responsibility for delay, loss or non-receipt of PQ bid sent by RPAD/Speed post/Courier as indicated in tender. Hand Delivery is not accepted.
1.10 R&B Department reserves the right to reject any or all PQ Bids at their sole discretion without assigning any reason whatsoever.
1.11 Canvassing in any form by the Bidder or by any other Bidder on their behalf may lead to disqualification of their PQ Bid.
1.12 Clarifications, if any, can be obtained from the following persons.
Sr. No. Designation Address Phone 1. SUPERINTENDING
ENGINEER
Capital Project Circle Block No. 11/2
Dr. Jivaraj Maheta Bhavan Sector-10, Gandhinagar-
382010. Phone: -079- 232-54080/83
079- 232-54080/83
2. EXECUTIVE ENGINEER
Capital Project DivisionNo. 4 2nd Floor, Patnagar Yojana
Bhavan, Sector-16, Gandhinagar-382016.
Phone: 079- 232- 59198
079- 232- 59198
1.13 All Bidders participating as a firm will have to attach a valid Power of Attorney in the name of the person who signs the bid. Bidder will also nominate and authorize the person/s who will attend various meetings such as opening of PQ. Persons other than such nominated and authorized persons shall not be permitted to attend and participating tender events. MOU shall only be allowed as indicated in clause no. 2.6.1.1 (IV).
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 3
1.14 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by fax (hereinafter, the term "fax" is deemed to include electronic transmission such as facsimile, cable and telex) at the Owner’s address indicated in the Invitation for Bid or Electronic mail to [email protected] and [email protected] before 24/05/2013. The Employer will respond to any request for clarification which he receives prior to holding of Pre-Bid Meeting.
Pre-bid meeting shall be convened on 27/05/2013, 12:00 Hrs. in the office of Superintending Engineer, Capital Project Circle, Block no 11/2, Dr J.M.Bhavan, Sector no 10, Gandhinagar. It will be essential for the Bidders to attend the Pre-Bid Meeting so as to understand and clarify any issues related to PQ bid and related works.
The purpose of the meeting shall be to clarify issues and to answer questions on any matter that may have been raised by the prospective bidders in writing and received by the Employer’s office. No further queries shall be entertained after pre-bid meeting.
Any modification of the bid document, which may become necessary as a result of the pre-bid meeting, will be made by the Owner exclusively through the issue of an Addendum pursuant to relevant clause.
Non-attendance at the pre-bid meeting will not be a cause for disqualification of the bidder.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 4
2. INSTRUCTIONS FOR PQ BID SUBMISSION
CONTENTS
2.1 INTRODUCTION................................................................................................................. 5
2.2 DEFINITIONS....................................................................................................................... 6
2.3 PROJECT BRIEF & SCOPE OF WORK FOR PHASE 2B............................................ 7
2.4 TERMS AND CONDITIONS.............................................................................................. 11
2.5 PREPARATION / SUBMISSION OF PQ BIDS…............................................................ 12
2.6 ELIGIBILITY & PRE-QUALIFICATION CRITERIA................................................... 14
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 5
2.1 INTRODUCTION
2.1.1 SOURCE OF FUNDS
The project funding being done by the State Government (R&B Department).
2.1.2 PROJECT DESCRIPTION:
Government of Gujarat has implemented construction of is planning to set up Business Centre and Two Exhibition Centers having world class standards to meet the needs of conventions, seminars & exhibition - of both national and international standards - including Infrastructure, Electrical, Fire fighting system, HVAC, ELV, PHE, SMS, Projection System & other related services at Gandhinagar.
GUJARAT: The State of Gujarat is located on the West Coast of India. The state covers an area of 1,96,024 square kilometers. The work under this document comes under the Gandhi nagar District, Gujarat State. It is envisaged to carry out EPC contract for Phase 2B of the project for R&B department for mentioned scope of work. PROJECT CONCEPT THE MEMORIALS OF MAHATMA MANDIR
Salt Mound signifies Gandhi’s momentous and historic Dandi March and Salt Sathyagraha movement. Salt Mound would house Meditation Center.
The unique Gandhi Garden of Mahatma Mandir will connect people to his philosophy and historic events through life scale sculptures of Gandhiji, symbolizing his daily routines including quotes and speeches on various occasions.
The project is being developed in following phases.
Phase 1A – Construction of Convention Center and 3 Exhibition Halls.
Phase 1B – Food Court, Photo Gallery and related infrastructure works
Phase 2a- Salt mound Structure, External Mound & Water body, Gandhi Garden with landscape Terracing, Water body and Amphitheater, Parking Area and development of ‘Kh” road along with compound wall
Phase 2b- Salt mound internal structure, External mound interior, civil & finishing
works and all services including HVAC, ELV system, FPS system, PHE, SMS, Electrical and Landscape development of the Salt mound area.
Cable stayed bridge over the ‘Kh’ road with Wind turbine on the pylon structure.
Roof Garden over Phase 1A / 1B terrace.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 6
STATUS OF WORKS
Phase 1A works are completed. Phase 1B works and Phase 2A works are under progress. Scope of this bid is Phase 2B works as narrated above.
2.1.3 It is envisaged to carry out Engineering, Procurement, and Construction (EPC) of the project on Turnkey basis through EPC package for mentioned detailed scope of work.
2.1.4 R&B Department, on behalf of Government of Gujarat invites bids for Pre-qualification of Bidders for EPC contract including Design, Detailed Engineering, Surveys (Pre-Engineering, Pre-Construction and Post-Construction), Procurement, Fabrication, Transportation, Construction (Civil, Structural, Mechanical, Electrical, HVAC, ELV,SMS, Projection systems, Architectural, Interior, Landscape, Fire Fighting System, Wind Turbine Installations, and other related services) and Installation, Testing, Pre-commissioning, Commissioning, seeking necessary statutory Clearances and approvals from concerned authorities and handing over to the Client, in accordance with the requirements specified in the Pre-qualification (PQ) Document.
2.1.5 Centre for Environmental Planning & Technology (CEPT), Ahmedabad is Professional Advisor for this Project.
2.2 DEFINITIONS
2.2.1 ‘Owner’/‘Employer’ shall mean The Executive Engineer R&B Department Government of Gujarat, having its registered office at Capital Project Division No. 4, 2nd Floor, Patnagar Yojana Bhavan, Sector-16, Gandhinagar-382016, Gujarat (India) and shall include its successors and assigns.
2.2.2 ‘Professional Advisor’ shall mean CRDC-CEPT (Centre for Environmental Planning & Technology), an institute in India located at Kasturbhai Lalbhai Campus, University Road, Navrangpura, Ahmedabad 380 009.
2.2.3 ‘Bidder’ shall mean the agency that has submitted the PQ Bid in response to PQ Document.
2.2.4 ‘Pre-qualified Bidder’ shall mean the Bidder who has been pre-qualified by Owner for issue of the Bidding Document.
2.2.5 ‘Bid’ shall mean the bid submitted by the Pre-qualified Bidder after issue of the Bidding Document.
2.2.6 ‘Bidding Document’ shall mean the document issued to the Pre-qualified Bidder for submission of their Bid.
2.2.7 ‘Experience Criteria’ shall mean the minimum experience criteria related to EPC work and other requirement as defined in Eligibility & Pre-qualification Criteria.
2.2.8 ‘Financial Criteria’ shall mean the minimum annual turnover criteria and other requirements mentioned in the ‘Eligibility & Pre-qualification Criteria’. Financial criteria shall be applied in respect of bidding entity and not of the group where bidder is a part of group.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 7
2.3 SCOPE OF WORK FOR PHASE 2B
1.1 Detailed scope of work of EPC comprises Design, Detailed Engineering, Surveys (Pre-Engineering, Pre-Construction and Post-Construction), Procurement, Fabrication, Transportation, Construction (Civil, Structural, Mechanical, Electrical, HVAC, Architectural, Interior, Land Scape, Environmental friendly energy efficient works, ELV, Projection system, sound management systems, Renewable energy installations Fire Fighting, Wind Turbine Installations (Custom Design) and other related services), Seeking necessary statutory approvals and clearances from Stipulated Authorities, Installation, Testing, Pre - commissioning, Commissioning and handing over to the Owner for the following facilities:
i) Gandhi Museum - Salt Mound Internal structure complete with finishing.
Museum structure is to be built within the Salt mound structure (constructed in Phase 2a). The internal structure/finishing and interior civil work of the External mound as per the assigned area usage to be included in the scope of work.
ii) Pedestrian Cable stayed bridge with wind turbine
iii) Utility building and works related to Phase 2a landscape, HVAC, ELV, FPS and Electrical and lighting works. The above scope of work includes:-
Survey and Soil Testing Preparation of Lay out for proposed structures with Infrastructure Architectural design Detailed Engineering design Civil Construction Pre-fab works if proposed Mechanical and HVAC Works Electrical Works Interior, Ambience and Furniture Works Water Supply and Drainage System for internal mound and related structures. Rain water
disposal and harvesting systems. Infrastructural Developments. Landscape and Beautification Works Audio Visual and Acoustic Works, Multi media works Safety Operations like Fire Fighting Systems Development Adequate construction of Ramps, lifts or Escalators i.e suitable vertical transportation
system (VTS) for internal museum structure. Environmental Aspects and Alternative usage of Renewable Energy resources like
installation of solar panels at parking area and resulting biogas from the kitchen and garden waste
Installation of wind turbines.[custom design] Green Building requirements and its compliance. E.g. GRIHA three star rating or
equivalent of structure. External ambience lighting works. Landscape, Irrigation and site Beautification works
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 8
Necessary clearances and approvals from all applicable statutory bodies. Roof Garden covering the area where the works have been executed in previous phases of
the project. Within the frame work of main master plan of the project. Exclusion:-
Museum Art Exhibit/ Installs
2.3.1 Salt Mound Museum Salt Mound is a conical shape RCC structure having diameter of 90 meter at base 41 meter high. The internal museum structure to be housed in this space could be RCC/ Steel or composite structure. The form of the structure should explore this space within the salt mound to the maximum advantage of museum functions giving the audience a lasting impression. Innovative use in the design exploring the penetration of the natural light, from the available source to be ascertained in the design. The proposed structures shall confirm to World - Class - Iconic Monumentsstandard to meet the criteria of Museum design of both national & Internationallevel. Design architecturally and technically as a Concept based element with “Salt Mound”,the museum space will be of space for Gandhi Museum, Research Center andMeditation Space. It is envisaged to be Environmental friendly, Energy EfficientBuilding.
The Air conditioned halls with maximum spanning, suitable for multipurpose displaysas per requirements.
The Gandhi Museum in the internal mound shall be with multi facilities for a Museumspace having display areas, workshops, storage areas, and secured centers for valuables.The external mound to house book stores, Information area, Admin area, ticketingfacility and other utility service.
Landscaped outdoor facilities with water body filteration system & fountains.
Finishes of salt mound to be as the real character of the salt Mound, natural lightingconsiderations within and around salt mound.
Technical facilities such as Plant room, Electric Substation, stores, electric power backup system, sewage treatment and fire protection through sprinklers, smoke detectors andalarms.
Public Address System with zonal control
ISDN Internet & WiFi enabled
Control room with channel music, audio recording and conference facility. Specialeffect lights. General Lighting arrangements with special effect lights for stage anddimmer control.
Interior Building Structure should be planned in such a way that it seeks to add to our understanding of the relevance of Gandhiji’s life in the context of contemporary challenges faced in the modern world and to know the efforts required to face challenges of modern age in a manner adopted by Gandhiji,
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 9
Planning should be with context to the concept of exhibits to be displayed which should have necessary space for isolation. The planning should consider that sound/light of one exhibit should not be spilled to the next exhibit. Overall acoustical planning shall be considered.
Maintaining the facility is very important. Planning should take into account sufficient space for the maintenance and behind the scene activities.
Accessibility to the museum is key factor. The exhibits should be as simple as possible for everybody to understand
Museum Expert and Gandhiji’s life/Philosophy Expert should be associated in the procedure to develop the theme of the internal structure along with the lead designer
The space of Salt Mound can be utilized as under:- 15% space to Gandhiji’s biography and his idea of India. 35 % space to contemporary movements inspired by Gandhiji. 50% Space for changing exhibits, readings, talks, performances and installations
2.3.2 Pedestrian Bridge with Wind Turbine (Custom Design)
The 6m wide bridge around the pedestrian bridge, acts as the pedestrian crossing over the KH road from the salt mound to the Convention Center side.
Materials proposed to be used: Concrete, Steel structure or composite structure for the pedestrian bridge Composite structural system of Mast with concrete structure till 50 mt is considered and
steel structure above of around 25 to 30 mts to support the turbine blades. The pylon structure to have access till the turbine with lifts
The proposed structures shall confirm to World - Class - Iconic Monumentsstandard and is to be developed as a pedestrian bridge crossing the “KH” roadfrom central Vista to the Salt Mound Museum.
A bridge structure to be constructed to connect the salt mound site with the central spine. It will be a 150-175 mts. spanning cable-stayed bridge. The total length of bridge including approach shall be 240 mts.
The Pylon should be as per the profile indicated in the Concept drawings
The power generated from the wind turbine [custom design] to be redirected to the site service & building utilities and additional power to the central grid. Facilities for directing power to site service / central Grid should be included.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 10
Following parameters of Wind turbine design shall be referred. 1. Rotor Diameter – Not more than 100 meter 2. Cut in wind speed – 2.5 m/s 3. Rated Wind Speed - 3.5 m/s 4. Raped power output - 2KW Maximum 5. Yaw Movement – Fixed 6. Power output AC variable frequency 7. Survival wind speed 60 meter per second. 8. Controller: Multi frequency rectifier with regulator DC output for charging
battery bank. 9. Auto dump load facility with Wind Mill controller. 10. Battery Bank: GEL Battery – 100Kwh 11. Inverter - single phase maximum 10KVA 12. Auto Grid Change Over
2.3.3 Front Charkha
Scale representation of ‘the charkha’ (moving sculpture) to be installed on Gandhi garden area.
2.3.4 Utility building, Allied works and Roof Garden.
2.3.4.1 Utility Building and Landscape work Utility building housing the chillers, electrical and HVAC panels as well as pumps for water supply, waste water treatment and fire protection system is to be developed near the salt mound structure. The services are to be connected through underground tunnel. The scope of work includes the construction of underground tunnel connecting the external mound.
2.3.4.2 Gandhi Garden:- Gandhi Garden is visualized as an experiential space to understand Gandhiji, his life and actions, his philosophy in spirit To represent this, 79 art installations will be displayed permanently in the garden. The number 79 represents the years he lived on this planet. Each art work will depict a story, an incident or his relationship with people who made him the father of the nation. For this Art installation civil work support required in Terrace garden shall be provided. Works related Gandhi Garden Landscape, Garden Electrification works, lighting works, HVAC works for the Phase 2a Utility building and P.A. system, FPS system and public safety system.
2.3.5 Operations, Maintenance and Management - The EPC project shall also include operations, maintenance and management of project for all facilities for 4 years after satisfactory completion of work for all facilities for related scope of work.
2.3.6 The project execution duration for Entire works as per the above scope of Phase 2B available is 15 months from award of contract. The entire works are to be made operational by December 2014. The cable stayed bridge is also to be made operational with complete finishing works latest by December 2014. The available time for construction pertaining to Cable stayed bridge to be considered by the bidder is about 10 months excluding design approval process based on methodology of construction
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 11
proposed by the bidder. The said duration is recommended based on available time of construction at Venue.
2.4 TERMS AND CONDITIONS
2.4.1 Cost of Bidding
The bidder shall bear all costs associated with the preparation or submission of its PQ Bid, participating in discussions etc. including costs and expenses related with visits to the site(s). R&B Department will in no case be responsible or liable for those costs and expenses regardless of the outcome of the Bidding process.
2.4.2 Language of PQ bids
The PQ Bid and all correspondence incidental and related to PQ Bid shall be in English language. Any printed literature and document submitted in any other language should be accompanied by authenticated English translation, in which case, for purpose of interpretation of the PQ Bid, English translation shall govern. Responsibility for correctness in translation shall lie with the Bidder.
2.4.3 Main Bidding document
Non-transferable Main Bidding Document shall be issued to pre-qualified bidder.
Secrecy Agreement
Before issue of Bidding Documents, Bidder(s) shall have to furnish secrecy agreement(s) for non-disclosure of technical information that may be made available to him for the Project from R&B Department. Bidder(s) shall not disclose confidential information to any third party without prior written approval of R&B Department.
2.4.4 Bidder as Sub-Contractor
A bidder shall not be a sub-contractor of another bidder at the EPC bidding stage.
2.4.5 Detailed Bidding Process
Only firms those have been Pre Qualified under this procedure will be invited to further tender. In EPC tender while giving detailed item wise B.O.Q. of various subheads, Bidder shall have to use as far as possible R&B Gujarat state S.O.R. contained items for execution. Also for Non SOR items proposed Bidder shall have to submit detailed specification of items supported by rate analysis with minimum three vendor quotations also for review of Client.
2.4.6 Owner’s right
2.4.6.1 R&B Department reserve its right to call for clarifications/original of the supporting document for verification, as deemed fit and also to cross check for any details as furnished by the Bidder(s) from past-executed projects/clients/consultants etc. Bidder(s) shall have no objection whatsoever in this regard.
2.4.6.2 R&B Department reserve right for acceptability of the Bidder's Bank.
2.4.7 All the details/documents submitted along with PQ Bid and which have been considered for pre-qualification and the minimum commitments from Bidder shall remain valid and in case
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 12
of successful Bidder, such commitments may form part of Contract Document.
2.4.8 In-house work experience shall not be considered as valid experience for the purpose of Pre-Qualification.
2.5 PREPARATION/SUBMISSION OF PQ BIDS
2.5.1 PQ BID REQUIREMENTS
2.5.1.1 Bidder is required to submit complete PQ Bid and in the order as given in Checklist enclosed separately in order to achieve the objective of maintaining uniform PQ Bid structure from all the Bidders. These requirements must be adhered to by all the Bidders.
2.5.1.2 The Prequalification requirements are explicitly stated in this Document. Bidder is required to study these requirements in detail & make a PQ Bid as defined above completely meeting these requirements. The PQ Bid must be complete in all respect leaving no scope for ambiguity.
2.5.1.3 The PQ Bid shall be submitted with all details as per checklist.
2.5.1.4 Failure to provide information which is essential to evaluate the applicant's qualifications or to provide timely clarification or substantiation of the information supplied may result in disqualification of the applicant.
2.5.2 SUBMISSION OF PQ BIDS
2.5.2.1 Bidders are advised to submit PQ Bids strictly in accordance with requirement mentioned in relevant clause. PQ Bid shall contain one original (supporting and technical documents submitted shall be true copied) and one copy along with all necessary documents filed separately and shall be submitted at the following address latest by 16.00 Hrs. (IST) on 03/06/2013.
EXECUTIVE ENGINEER (E.E) Capital Project DivisionNo. 4 2nd Floor, Patnagar Yojana Bhavan, Sector-16, Gandhinagar-382016. Phone: 079- 232- 59198
Copy of PQ Document shall be signed and stamped on each page and submitted along with the PQ Bid as a token of acceptance.
2.5.3 EXPERIENCE DETAILS
2.5.3.1 Bidder shall furnish their Experience Details of last 05 years in line with Experience Criteria mentioned under clause 2.6.1. The experience details of all such works shall be submitted as per Form- 3 & 3-A. Copy of detailed work order/Notification for award of work/contract document and copy of proof of completion. Copy of certificate issued by consultant / PMC will not be considered for evaluation.
2.5.3.2 Bidder shall also furnish the experience details of other similar works as per Form-4
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 13
2.5.4 FINANCIAL DETAILS
Bidder shall furnish the following:
(i) All information as per Form-6. (ii) Audited Balance sheets or financial statement for the consecutive five preceding years.
2.5.5 COMPANY'S ORGANISATIONAL DETAILS
Bidder shall specify whether the Company is Affiliate Company or Parent Company as per Form-1 & Form-2. Organisation chart shall be furnished as per Form-2.
2.5.6 QUALIFICATION AND EXPERIENCE OF TECHNICAL PERSONNEL
Please furnish details of specialists Engineers / Technical Personal in various fields having
respective experience in their discipline giving their CV duly signed by nominated team
members. This shall be furnished for the following disciplines:
1. Team Leader.
2. Project Architect
3. Bridge Engineer
4. Resident Engineers – civil/mechanical/electrical/HVAC/PHE
5. Senior Engineers
6. Junior Engineers
7. Green Building consultant/Expert in charge
8. ELV Engineer/Expert
9. Environmental Engineers.
10. Sound Engineer Projection works expert/Acoustics
11. B.sc Agriculture/Horticulturist
12. Wind Turbine expert
13. Vertical transportation expert
Enlist specific technical personnel for project management with special emphasis on project planning / scheduling / monitoring, material control, buying inspection, QA/QC incharge billing Contract Administration and construction supervision discipline wise.
2.5.7 R&B Department's RIGHT TO ACCEPT ANY PQ BID AND REJECT ANY OR ALL
PQ BIDS
The S.E. R&B Department reserves the right to accept or reject any PQ Bid and to annul the Bidding process and reject all PQ Bids at any time without thereby incurring any liability to the affected Bidder(s) or any obligation to inform the affected Bidder(s) of the grounds for the Owner's action.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 14
2.5.8 CONTACTING R&B Department
No Bidder shall contact the R&B Department on any matter relating to its PQ Bid after the time of submission of PQ Bid, unless requested so in writing. Any effort by a Bidder to influence the OWNER in the Owner's decisions in respect of PQ Bid evaluation will result in the rejection of that Bidder's PQ Bid.
2.5.9 SELECTION
The bidder, who scores minimum 75%, shall be considered as “pre-qualified agency” for bidding the project.
Selection procedure of the pre qualified agency would be based on a two-bid system with due weight age to Quality 30% weight age (technical score and presentation on proposed conceptual design, methodology and approach for works pertaining to related scope of works especially cable stayed bridge based on available time for construction and including services) and cost 70% weight age. It will be QCBS [Quality Cost Based system] evaluation.
2.6 ELIGIBILITY & PRE-QUALIFICATION CRITERIA
Bidders seeking pre-qualification shall meet the following minimum Eligibility & Pre-qualification Criteria. The PQ bid shall be evaluated using the scoring system as established as per Evaluation Marking Sheet. The Bidder is required to score a minimum of 75% points in the PQ bid to be prequalified.
E.E. R&B Department reserve the right not to seek any additional information / clarification on documents submitted in support of Pre-qualification requirements and evaluates the PQ Bids on "As Received Basis".
While considering the Experience and Annual Turn Over, Contract values or Turn Over indicated in foreign currencies other than INR shall be converted to INR at the exchange rate indicated in the contract and if not indicated, then authenticated exchange rates applicable on the date of award of work considered for experience shall be considered for conversion. However, the Bidder shall submit the authenticated document for exchange rate. For annual turnover, exchange rate as indicated in the annual report shall be considered and if not indicated in the annual report, then exchange rate as applicable on last date of the respective accounting year shall be considered. Agency shall indicate the authenticated exchange rate(s) obtained from bank in their PQ Bid, as applicable.
2.6.1 EXPERIENCE
2.6.1.1 I) The bidder must have executed at least 1 (One) similar project on a Design-Build / EPC basis having minimum single contract value of 145 Crores in last five years comprising of Survey, Architectural design, Detailed Engineering design including Structural Engineering & all services such as mechanical, electrical, PHE, HVAC, Fire fighting, (MEP), Acoustic etc. including procurement, fabrication, construction, installation, testing, commissioning and handing over to the Client.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 15
‘Similar works’ means Construction of Museum / Exhibition Center / Convention center / Heritage Complex / I.T. Parks / Stadiums/Airport admeasuring to minimum 7000 m2 of carpet area, excluding Residential Buildings/ Industrial Parks and factories/ Infrastructure & Road projects.
II) The bidder must have executed at least 1 (One) project comprising of Cable stayed bridge of span not less than 120 m comprising Survey & Investigation, Design, Planning, Detail engineering and Construction through EPC Contract.
III) The bidder must have executed at least 1 (One) project comprising of a Windmill / Wind turbine for power generation not less than 0.5 MW, comprising Survey & Investigation, Design, Estimating Power Generation and construction and connection with grid, with complete installation during last five years.
IV) The bidder who does not meet the Pre-Qualification Requirement (PQR) as stated
above in clause no. 2.6.1.1 II and 2.6.1.1 III, can also participate in technical collaboration through an arrangement of MOU on Rs. 100/- stamp paper or as applicable with suitable party who satisfies criteria in clause no. 2.6.1.1 II and 2.6.1.1 III. The international consortium partner is also acceptable. However the bidder qualifying criteria I will be having sole responsibility of the contract and must be of Indian origin / Organization.
If a consortium makes the bid, the MOU agreement shall be furnished clarifying the split up of scope between consortium partners.
Total number of consortium members in MOU excluding leader of consortium shall not exceed 2 (Two).
In case of MOU, the format of the MOU showing the conditions of agreement shall have to be furnished at the time of making bid. The party making MoU with bidder shall have to pass pre-qualification criteria set down by Client/Professional Advisor.
V) Must have valid ISO: 9001, ISO: 14001 & OHSAS: 18001 certification (Attach copy
of certificate) 2.6.1.2 Moreover following enlisted experience is expected from the bidder for various sub heads in
any work executed by bidder.
Utility Minimum 5 years of Work experience required for the following works.
Should have satisfactorily completed one project preferably in EPC contract of Value not less than (value in crores INR)
HVAC Bidder should have experience in HVAC along with enough service set up with necessary infrastructure to provide prompt preventive and back down maintenance services.
5.6
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 16
ELECTRICAL The Bidder should have experience in electrical installation works and lighting works and related activities
12
ELV The bidder should have experience in the field of ELV- BMS, CCTV, PA & Conferencing, AV System, Video distribution & Conferencing, Security System, SIS, SRS, Telephone, Data Networking, Wi-Fi, ETBS & projection system etc.
12
FIRE PROTECTION SYSTEM
The bidder should have experience in latest & intelligent addressable Fire Detection & Alarm System, Sprinklers System, Fire Evacuation System, Protection System and Fire Fighting System (Yard Hydrant, Wet Risers, Water Mist, Gas Suppression Extinguishers) & self-illuminated fire signage etc.
1.2
2.6.1.3 The scope of work will include entire Design and Construction works with Civil, Structural, Mechanical, Electrical, HVAC, PHE, ELV, SMS & Projection systems, Fire Fighting System, Environmental friendly Energy Efficient Works, Renewable Energy Installations, wind turbine installations [ custom design] and other related services including Installation, Testing, Pre commissioning, Commissioning along with operation, maintenance, management for four years and handing over to owner.
2.6.2 While evaluating the Bidder’s conformity with Experience Criteria, the following consideration shall be applied:
2.6.2.1 Only such works shall be taken into consideration, the details of which have been submitted by the Bidder as per Form-3, Form-3A & Form-4 along with copy of work order/notification for award and copy of proof of completion.
2.6.2.2 Copy of work order/notification for award of work is a mandatory document, which establishes that the Bidder has been awarded a work, which is claimed to be meeting the Experience Criteria.
2.6.2.3 Submission of adequate proof of Completion is mandatory requirement, which establishes that the work under reference has been completed, handed over to the Owner.
2.6.2.4 In case these mandatory documents are not enclosed with Form-3, Form-3A & Form-4 such work shall not be considered in evaluation for meeting the Experience Criteria.
2.6.2.5 All supporting documents, pertaining to experience criteria submitted by foreign partner as evidence shall be certified true copies duly signed, dated and stamped by an official authorized for this purpose in Indian Embassy/High Commission in Bidder's country.
2.6.2.6 The Consultant / Nominated expert of the Project shall not be eligible to participate in the bidding.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 17
2.6.3 FINANCIAL
2.6.3.1 The Annual Turnover of the Bidder/Main bidder during all the Five consecutive preceding financial years i.e. 2008-2009, 2009-2010, 2010-2011, 2011-2012 and 2012-2013 shall not be less than `. 385 crores [Rupees three hundred and Eighty five crores only]
2.6.3.2 Net worth as on the last day of the preceding financial year should be positive during the preceding three consecutive financial years.
2.6.3.3 Bidder submitting their PQ bid shall not be under liquidation, court receivership or similar proceeding
2.6.3.4 The bidding capacity of the Bidder has to be equal to or more than the cost of the work. The Bidding capacity shall be worked out using the formula:
Bidding capacity = [A * N * 2] – B = ____________ (to be filled by Applicant) A - Maximum value of construction and related works executed in any one year during the last
5 years, updated to current price level. N - Number of years (1.25 for this package) for completion of work for which PQ has been invited. B - Value of existing commitments and ongoing works to be completed during the period of
completion of work for which PQ has been invited. Value of completed work of previous years shall be given weightage of 10% per year based on Rupee value to bring them 2013-2014 price level.
Eligibility
Table 1
Factor Financial Situation Sub-Factor Criteria
Requirement
Bidder Single Entity
Required Documents
Average Annual Turnover
Minimum average annual turnover, calculated as total certified payments received for contracts in progress or completed, within the last 5 years
Must meet requirement
Required Documents as per pera 2.5.4
Table 2
Factor ExperienceSub-Factor Criteria
Requirement
Bidder Single Entity Required Documents
1. General
Experience Experience under contracts in the role of contractor, management
Must meet requirement
As per 2.5.3.1
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 18
Factor ExperienceSub-Factor Criteria
Requirement
Bidder Single Entity Required Documents
contractor for last 5 years (at least) prior to the applications submission deadline, and with activity in at least nine (9) months in each year
2. Specific Experience
a) Successful Completion as contractor in at least one contract within the last 5 years, each with a value of at least INR as mentioned in Clause 2.6.1.1, that have been successfully and substantially completed and that are similar to the proposed Plant and Installation Services from 2008-2009 to 2012-2013. The similarity shall be based on the physical size, complexity, methods. b) For the above or other
contracts executed during the period stipulated in 2(a) above, a minimum experience in the following key activities:
1. Pre-engineered building 2. Civil works, architectural,
interior works. 3. Electrical, Mechanical, FPS,
PHE, Acoustics 4. HVAC, ELV & Electrical,
Projection system, sound Management system.
5. Cable strayed bridge by Main bidder/through MOU as per 2.6.1.1 II.
6. Architectural, Interior landscape, Environmental friendly energy efficient works, Renewable energy installations.
7. Wind turbine installation by Main bidder/through MOU as per 2.6.1.1 III
8. Attach related Photo Documentation for related works.
Must meet requirement for all characteristics
As per 2.5.3.1, 2.5.3.2 & 2.6.1
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 19
Table 3
Factor Historical Contract Non-Performance Sub-Factor Criteria
Requirement
Bidder Single Entity
Required Documents
1. History of non-performing contracts
Non-performance of a contract did not occur within the last 3 years prior to the deadline for application submission, based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract, and where all appeal instances available to the bidder have been exhausted.
Must meet requirement by itself
Copy of final order issued by authority in case of settlement of the dispute or litigation.
2. Pending Litigation
All pending litigation shall in total not represent more than 10 percent of the Bidder’s net worth and shall be treated as resolved against the Bidder.
Must meet requirement by itself
Copy of claims presented
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 20
2.6.1 OTHER ELIGIBILITY CRITERIA
Factor Criteria
Requirement
Bidder Single Entity
Required Documents
Registration The firm should have valid registration as AA Class special category I building and special category I Bridges as a building contractor for State Govt. R&B Division or PWD, MES, RLYS/Other State Govt. State and Central Govt under taking and Class A for electrical department of R&B also. The registration shall be procured from State R&B Department before award of contract for Phase 2B for agencies who do not comply with stated requirements.
Must meet requirement
Copy of certificate of registration. Notarized affidavit in this regard should be submitted on Rs. 100 stamp paper/on required amount of stamp paper as per prevailing law.
Solvency Certificate
The firm should have valid minimum bank solvency of Rs. 145 crores.
Must meet requirement
Copy of recent bank solvency stating minimum amount from a Nationalized Bank/Scheduled Bank as specified in the document on the name of specified project and client.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 21
3.0 FORMS
Information Format Submission 3.1 Company Details: 3.1.1 General Information Form: 1 3.1.2 Overall organization structure Form: 2 3.1.3 List of important works done in last five years Form: 3 3.1.3.1 Experience details-Brief details of project. Form: 3-A 3.1.4 Details of contracts of similar nature and complexity Form: 4 3.1.5 Summary of current contract commitments/works in progress Form: 5 3.1.6 Financial details Form: 6 3.1.7 Methodology of execution Form: 7 3.1.8 List of Assets Tools, Equipment & Plants (TEP) owned by company Form: 8 Note: - All forms (Abstract) shall be duty legally Notarized by competent authority.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 22
[Letterhead of the Applicant, or lead partner of a joint venture, including full postal address, telephone no., fax no., telex no., and cable address]
Date:................................
To: EXECUTIVE ENGINEER Capital Project Division No. 4 2nd Floor, Patnagar Yojana Bhavan, Sector-16, Gandhinagar-382016. Phone: 079- 232- 59198 Sir, Being duly authorised to represent and act on behalf of................................... (Hereinafter “the Applicant”), and having reviewed and fully understood all the prequalification information provided, the undersigned hereby apply to be prequalified by yourselves as a tenderer for the following contract under the construction of Mahatma Mandir Project Gandhinagar:
Contract number Contract name 1.
Pre-qualification document for construction of phase-2b works pertaining to Mahatma Mandir Project in sector-13/14/15 Gandhinagar(Gujarat)
2. Attached to this letter are copies of original documents (attested true copies) defining: a) The Applicant's legal status; b) Its principal place of business; and c) Its place of incorporation (for Applicants which are corporations); or its place of
registration (for applicants which are partnerships or individually owned firms).
For applications by MOU(s) all information requested in the prequalification documents is to be provided for the MOU(s) separately. The Main bidder along with MOU(s) organizations shall sign the letter.
3. You and your authorized representatives are hereby authorised to conduct any inquiries or
investigations to verify the statements, documents and information submitted in connection with this application, and to seek clarification from our bankers and clients regarding any financial and technical aspects. This Letter of Application will also serve as authorisation for any individual or authorised representative of any institution referred to in the supporting information, to provide such information deemed necessary and as requested by you to verify statements and information provided in this application, such as the resources, experience, and competence of the Applicant.
4. You and your authorised representatives may contact the following persons for further information:
General and managerial inquiries Contact 1
Telephone 1
Contact 2
Telephone 2
LETTER OF APPLICATION
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 23
Personnel inquiries Contact 1
Telephone 1
Contact 2
Telephone 2
Technical inquiries Contact 1
Telephone 1
Contact 2
Telephone 2
Financial inquiries Contact 1
Telephone 1
Contact 2
Telephone 2
Application by MOU(s) should provide on a separate sheet the requested information for each party to the application.
5. This application is made in the full understanding that: a) Tenders by prequalified applicants will be subject to verification of all information
submitted for prequalification at the time of tendering; a) You reserve the right to:
Amend the scope and value of any contracts tendered under this project; in such an event, tenders will only be invited from prequalified applicants who meet the revised requirements; and
Reject or accept any application, cancel the prequalification process, and reject all applications; and
b) You shall not be liable for any such actions and shall be under no obligation to inform the Applicant of the grounds for such actions.
6. Appended to this application, we give details of the participation of each party in MOU and we confirm the total responsibilities for execution of entire contract. We confirm that in the event that we tender, that tender, as well as any resulting contract will be signed so as to legally bind all partners ,bidder/bidder with MOU(s) jointly and severally.
7. The undersigned declare that the statements made and the information provided in the duly completed application are complete, true, and correct in every detail.
Signed
Signed
Name
Name
For and on behalf of (name of Applicant or Main bidder with MOU(s)).
For and on behalf of (name of partner)
Signed
Signed
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 24
Name
Name
For and on behalf of (name of partner)
For and on behalf of (name of partner)
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 25
All individual firms and each partner of MOU’s are requested to complete the information in this form. Nationally information should be provided for all owners or applicants that are partnerships or individually owned firms.
Where the Applicant proposes to use sub contractors for critical components of the works or for work contents in excess of 10 percent of the value of the whole works, the following information should also be supplied for the specialist subcontractors.
1. Name of firm:
2. Type of firm: Proprietary/ Partnership/ Pvt. Ltd./Public Ltd/NGO 3. Nationality : 4. Address:
Registered Office Head office: Whether Owned or Rented? : Attached separate paper for addresses of other offices
5. Mobile: Contact: 6. Landline: Contact: 7. Facsimile: Telex: 8. E-mail: 9. Name and particulars of the Authorized the Representative for the details
furnished here in after.
10. Place of incorporation / registration: Year of incorporation / registration:
11. Main lines of business: 1. Since:
2. Since: 3. Since: 4. Since:
12. Constitution 1) Individual 2) Sole Proprietorship Concern 3) Partnership Firm 4) Public Ltd. Company 5) Private Ltd. Company
13. If partnership firm, names of the partners/ If Company, name of directors I.
II. III. IV. V.
GENERAL INFORMATION : FORM-1
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 26
14. Is the individual/sole proprietor/any partner/director of company: 15. 1) Dismissed Government Servant
2) Removed from approved list of contractors 3) Demoted to a lower class of contractors 4) Having business banned/suspended by any government in the past 5) Convicted by a court of law 6) Retired engineer/official from engineering deptt. of Govt. of India
within last Two years 7) Director or partner of any other Company/firm enlisted with
CPWD or any other department 8) Member of Parliament or any State Legislative Assembly
If YES, Furnish Details.
YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO YES/NO
16. 1) Employer’s Insurance scheme registration certificate. 2) PF Registration certificate.
17. 1) Name of person holding power of attorney 2) Nationality: Indian/ others
3) Liabilities 18. Name of Bankers with full address
19. Place of business 20. Full time technical staff in applicant’s employment to be deployed on site for
this project.
21. 1) Team Leader for entire works – 1 - No 2) Project Architect – 1No 3) Bridge Engineer- 1No 4) Resident Engineers – 5 Nos.
Structural/Civil/Electrical/HVAC/PHE 5) Senior Engineers – 6 Nos. 6) Junior Engineers – 5 Nos. 7) Green Building consultant/Expert in charge - 1 No 8) ELV Engineer/Expert- 1 No 9) Environmental Engineers.-1 No 10) Sound Engineer / Projection works expert/Acoustics – 1 No 11) B.sc Agriculture/Horticulturist – 1 No 12) Wind Turbine expert 13) Vertical transportation expert
Note: Applicant should have to submit detailed CV for each person specified in each category as per the prescribed Form-2 and as per 2.5.6
22. Does the applicant have sufficient T&P, Machinery, Equipment and workshop as per requirements [Attach details on separate sheet]
YES/NO
23. For Electrical 1) Does the applicant possess valid Electrical License 2) Do the permanent electricians employed by contractor posses valid
license
YES/NO YES/NO
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 27
24. Whether already enlisted with CPWD or any other department YES/NO 25. If yes, give details:
1) Name of department 2) Class & category 3) Enlistment authority & address 4) Enlistment No. & date 5) Date of validity
6) Tendering limit
26. Is any person working with the applicant is a near relative of the officer/official of R&B Department
YES/NO
If yes, give detail
27. PQ Document fee enclosed:- Draft No
Date Amount Issuing Bank & Branch Branch drawn upon In whose favour drawn
28. Certificates: 1) I/We (including all partners) certify that I/We have read the terms and condition of Pre-
qualification of EPC Contractors in R&B Department as amended upto-date and shall abide by them.
2) I/We certify that the information given above is true to the best of our knowledge. I/We also understand that if any of the information is found wrong, I am/ we are liable to be debarred.
3) I/We certify that I/We will not get myself/ourselves registered as contractor(s) in the Department under more than one name.
(a) I certify that I did not retire as an Engineer of Gazetted rank or as any Gazetted Officer employed on Engineering or Administrative duties in any engineering Department of the Government of India during the last two years. I also certify that I have neither such a person under my employment nor shall I employ any such person within two years of his retirement except with the prior permission of the Government. (For individuals seeking enlistment in their own name )
(b) We certify that none of the partners/Directors retired as an Engineer of Gazette rank or as any Gazetted Officer employed on Engineering or Administrative duties in last two years. We also certify that we have neither under our employment any such person nor shall we employ any person within two years of his retirement except with the prior permission of the Government. (For partnership firms and limited companies).
(Strike out whichever is not applicable) Signature(s) of applicant(s) : Name Signature Address 1. 2. 3. 4. Date: No. of Documents attached:
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 28
OVERALL ORGANIZATION STRUCTURE : FORM-2
Give; 1. Overall organization chart of the company showing position of Managing Directors and HO
organization
i. Home Office ii. Fabrication Yard
iii. Engineering (Design) Office iv. Procurement Services v. Sub-contracting
vi. Planning, Scheduling & Monitoringvii. Site Organisation chart covering construction supervision (Discipline-wise). Quality
Assurance and Quality Control (Discipline-wise), warehouse management and material control, field engineering, safety etc
2. Give list of employees on Bidders pay role: Technical and Non-Technical & also give following
details:
Candidate Summary
1. Name of Applicant
2. Position
3. Candidate: Prime Alternate
4. Professional qualifications
5. Name of employer:
6. Address of employer:
7. Telephone:
8. Job title of candidate:
9. Years with present Employer:
Summarise professional experience over the last 15 years, in reverse chronological order. Indicate particular technical and managerial experience relevant to the Project
From To Company / Project / Position / Relevant technical and management experience
3. Give list of sister-concerns, if any.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 29
LIST OF IMPORTANT WORKS DONE IN LAST FIVE YEARS
: FORM-3
Please finish information about the relevant Work completed over the last Five years.
NOTES:
1. Attested copies of the latest certificate from the employers may be attached. 2. Non disclosures of any information in the schedule will result in disqualification of the firm. 3. In case of private work sufficient authentic proof of work done. Along with evidence of
financial transactions shall have to be furnished. 4. In case of MOU(s) bid details are to be furnished separately for main bidder and other
organization (s) of MOU as per this form.
Kindly fill all project details in supporting Form No: 3-A.
Sr.# Name of Project
Name of Employer/Client
Individual/ Consortium
Duration (Work Period)
Location and
description of Work
Value of contract
Certified Value of
completed work
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 30
BRIEF DETAILS OF PROJECTS : FORM-3-A
S. NO. Description Details
1. Name of Project 2. Detail description of work
with associated facilities awarded to the Bidder (indicating quantum and major specification of work.)
3. Contract Value 1. Awarded 2. Final Executed 4. Name of Owner, 5. Postal Address of the
Employer
6. Phone/Fax No./e-mail of the Employer
7. Name of Owner’s Consultant (if any), Postal Address, Phone/ Fax No./e-mail
8. Completion Dates 1. Date of award
2. Effective Date of Contract 3. Starting date 4. Scheduled Completion
Date
5. Actual Completion Date Reasons for delay if any.
6. Fabrication/Construction time taken
7. Handover time 8. Average value of work
done per month
9. Any penalty/Bonus 10. Litigation history, if any 11. Any Claims disputes
pending with details
9. Client Certificate Attached Yes/No
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 31
DETAILS OF CONTRACTS OF SIMILAR NATURE AND COMPLEXITY (Works Completed)
: FORM-4
1) Name of contract:
2) Country:
3) Name of employer:
4) Address of employer:
5) Nature of works and special features relevant to the contract for which the Applicant wishes to prequalify: (Para 2.6.1.1 and 2.6.1.2)
6) Contract role (check one)
7) Sole Contractor: Subcontractor: Management Contractor: Partner in a joint venture:
8) Value of the total contract/subcontract/partner share in Rs.:
9) Date of award
10) Date of completion
11) Contract/subcontract duration (years and months)
12) Specified requirements
13) For sole/prime contractors, indicate the approximate amount in Rs. and nature of substantial work (more than 20 percent in contract value) undertaken by subcontract, if any.
14) Client Certificate Attached YES/NO
Use a separate sheet for each contract.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 32
SUMMARY OF CURRENT CONTRACT COMMITMENTS/WORKS IN PROGRESS
: FORM-5
Name of Bidder or MOU partners:
Bidder and MOU organization (s) shall provide information on their current commitments on all civil /related contracts that have been awarded or for which a letter of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified full completion certificate has yet to be issued.
Name of
Employer
Name of the
contract
location and nature of their work*
Name of consulting Engineer or agency responsibl
e for supervisio
n with address/ph
one no.
Contract
amount in
Indian Rupees & date
of contract
Percentage of participation
of company in the
project
Value of work
completed and
certified in Indian Rupees Up to
31.03.2013
Value of
outstanding work
(in Indian Rupees
Date of
work order
Actual
date of
start
Stipulated
date of work
completion
Estimated
completion date
Reasons for Delay
* If the work has been carried out under Joint Venture, indicate the status of the Joint Venture. Note: Exchange rate for conversion shall be specified and shall be as prevailing at the end of the period reported.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 33
FINANCIAL DETAILS : FORM-6 Name of Applicant:
Applicants should provide financial information to demonstrate that they meet the requirements. If necessary, use separate sheets to provide complete banker information. A copy each of the audited balance sheet for the last five years should be attached. ATTACH DETAILS OF MOU ORGANISATIONS SEPERATELY AS INDICATED.
Summarize actual assets and liabilities in INR for the previous Five years.
Financial information in INR Previous Five years 2012-2013 2011-2012 2010-2011 2009-2010 2008-2009
1. Total assets 2. Current assets 3. Total liabilities 4. Current liabilities 5. Profits before taxes 6. Profit after taxes 7. Depreciation 8. Net worth 9. Annual turnover
Specify proposed sources of credit line to meet the cash flow demands of the Work.
Source of credit line (Bank Credit Facility) Amount in Rs. 1. 2. 3.
i. Attach audited financial statements for the last five years (for the individual applicant and / or each partner).
ii. Firms owned by individuals, and partnerships, may submit their balance sheets certified by a registered accountant.
iii. Attach Certificate(s) issued by any Bank or Financial Institution for available credit iv. Enclose recent solvency certificate from banker v. Enclose letter from your banker/self that the agency is not under liquidation, court
receivership or similar proceedings.
Banker Name of banker: Address of banker: Telephone: Contact Name &Title: Facsimile: TELEX:
Details of Bank Solvency Available
Name of bank:
Amount of Solvency Date of issue (copy
attached) Yes/No
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 34
METHODOLOGY OF EXECUTION : FORM-7 In this Form, Bidder shall detail out Methodology of Design and Execution of works for the following 1) Methodology of design and execution of basic design and detailed engineering
considering/furnishing and detailed understanding of stipulated scope of works (to be enclosed as supporting document) and quality assurance plan in detail.
2) Availability of 3D modeling with latest Software 3) Availability of software discipline wise including IT Communication system and Engineering
Documentation Management & Control & Transfer of deliverables. 4) Key Personnel to be deployed by main bidder at Bidder’s design office, for review, approval and
monitoring of project. 5) Methodology of Project Execution shall also include the following in detail (to be enclosed as a
supporting document) : a) Design & Detailed Engineering b) Construction works c) Fabrication d) Technical staff and Man Power Deployment e) Deployment of Tools, Plants & Equipment
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 35
LIST OF ASSETS TOOLS, EQUIPMENT & PLANTS (TEP) OWNED BY COMPANY AND TO BE DEPLOYED ON SITE.
: FORM-8
Please provide here the list of all the Tools, Equipment, and Major Plants available with the company.
(Sample list of items to be covered Field Laboratory Testing Equipment, Total station, Builders hoist, Concrete mixers, with weigh batching facility steel shuttering procured during last two years, tipper trucks motor Grader Dozer Front end loader Smooth wheeled roller concrete batching mixing plant (Capacity >30 m3/Hour) Excavater cum loader cranes scissor lift leveling instruments. Bar cutting machine. Transit mixer. Boom placer for concrete Steel props, Pneumatic loader(conveyor), Mortar Mixer, Needle vibrator, Beam vibrator, Vibro compactor, Hydra machine, Steel/ Aluminum ladder 1.5 m to 8 m, Chase cutting machines, Refrigerant Gas leak detector, Psychorometer, Phase sequence indicator, Magnetic dial indicator, LT Meggar 1000V, Acoustic measurement meter, Hydraulic pressure testing equipment, Gas welding and cutting machine, Portable electric welding machine, Silent Generator set 125KVA, Availability of modular form work and scaffolding system etc.
Sr. No
Name of manufacturer
Year of Manufacture
Capacity Model
(YYYY)
Source: Owned/ Rented/ Leased/
Specially Manufactured
Quantity Current Status
(Location)
Current Commitments
Remarks
Omit the following information for equipment owned by the Applicant or partner.
Owner Name of owner:
Address of owner:
Telephone:
Contact name and title:
Fax:
Telex:
Agreements Details of rental / lease / manufacture agreements specific to the Project:
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 36
4.0 CHECK LIST FOR PQ BID SUBMISSION Bidder is requested to fill this Check List and ensure that all details/documents as mentioned in the Prequalification Booklet is submitted along with their PQ Bid. Please tick the box and ensure compliance and specify the Page no. of PQ Bid submitted.
1. Letter of application, Submitted Page No:
2. General Details of the applicant as per Form -1 Page No:
3. Power of Attorney in favour of signatory of PQ Bid. Submitted Page No:
4. Furnish details: Company’s Organization Details as per Form -2 Page No:
5. Specify name of projects for which Experience Details as per Form-3 has been Submitted: Page No:
6. Particular Experience Details as per Form-3-A along with copy of work order/award of work,
copy of Proof of completion, Specific undertaking and proof of one year operation, Submitted: Page No:
7. Similar work details as per Form -4, A along with copy of work order/award of work, copy of Proof of completion, Specific undertaking and proof of one year operation, Submitted: Page No:
8. Current Project details as per Form -5, Submitted Page No:
9. Financial Details as per Form-6, Submitted Page No:
10. Audited Balance sheet including Profit and Loss account for the Last Five years Submitted Submitted for the years
a. b. c. d. e.
11. Fresh solvency certificate Issued by the Banker Submitted Page No:
12. Any other document Submitted/Registration details. Page No:
13. Methodology of Execution as per Form-7,
Submitted Page No:
14. List of Assets, TEP Page No:
15. One copy of PQ Booklet duly signed and Stamped on each page. Page No:
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 37
EVALUATION PROCESS FOR PRE-QUALIFICATION Technical bid shall be evaluated using the scoring system as established in this document, using three criteria viz. Financial Stability/Capacity, Technical Capability and Experience. Considering their relative importance, the points are distributed as follows which are further sub-divided into specific factors as given in the Score Table: * Financial Stability/ Capacity - 38 points * Technical Capability - 18 points * Experience - 44 points Total - 100 points A. Financial Stability / Capacity
Points Allocated Remarks
A.1 Average Annual Income from contracting (last 5 years) Less than V/T Between V/T and 2V/T Between 2V/T and 3V/T Between 3V/T and 4V/T Over 4V/T
0 2 4 8 10
Max. Score 10
A.2 Bid Capacity Less than 0.2xV Between 0.2xV and 0.4xV Between 0.4xV and 0.6xV Between 0.6xV and 0.8xV Between 0.8xV and V Over 1.5xV
0 4 8 12 16 20
Max. Score 20
A.3 Available Credit (Reputable Bank) Less than 0.1xV Between 0.1xV and 0.3xV Between 0.3xV and 0.5xV Between 0.5xV and 0.8xV Between 0.8xV and V Over V
0 2 4 5 6 8
Max. Score 8
Total Maximum Score 38 B. Technical Capability B.1 Key Technical Personnel (Competence and qualification) < minimum requirement =Minimum requirement > minimum requirement
0 6 9
Max. Score 9
B.2 Plant and Equipment < minimum requirement
0
Max. Score 9
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 38
=Minimum requirement > minimum requirement
6 9
Total Maximum Score 18 C. Experience C.1 Experience as main Contractor Less than 5 years Between 5 and 10 years Over 10 years
4 8 12
Max. Score 12
C.2 Experience with similar works (No. of contracts > V size completed None One to two contracts More than two contracts
0 15 20
Max. Score 20
C.3 Proven Performance No reference One satisfactory reference Two or more satisfactory reference
0 8 12
Max. Score 12
Total Maximum Score 44 Note:
1. V = Estimated value of the contract under evaluation 2. T = Estimate time of the completion of the contract under evaluation in years 3. Bid Capacity in A.2 shall be calculated using the following expression:
Bid Capacity = 2*A*N-B Where, A= Maximum value of similar EPC works completed in last 5 years,
B= Value of existing commitments and ongoing works to be completed during the period of Completion for which preque has been invited. N= Number of years prescribed for the completion of work for which tender has been invited 1.25 years
Value of completed work of previous years shall be given weightage of 10% per year based on Rupee value to bring them 2012-2013 price level.
4. Minimum Requirement for B1: Key Technical Personnel - Team leader MBA/M.E. with Graduate in Civil Engineering minimum 15 years
experience in similar nature of project as defined for said scope of work – 1 No - Architect having registration in Council of Architecture and having 15 years of experience
in similar nature of project as defined for said scope of work – 1 No - Structural Engineer/Bridge Engineer/Civil Engineers/Mechanical/Electrical Engineers
[ME] having 1 years of experience in related field for similar nature of project as defined for said scope of works – 6 Nos.
PRE-QUALIFICATION DOCUMENT FOR SELECTION OF EPC AGENCY FOR CONSTRUCTION OF PHASE 2B WORKS -CABLE STAYED BRIDGE WITH WIND TURBINE, MUSEUM, UTILITY BUILDING, LANDSCAPE, SITE
DEVELOPMENT & INFRASTRUCTURE WORKS FOR MAHATMA MANDIR PROJECT AT GANDHINAGAR
ROAD & BUILDING DEPARTMENT 39
- Senior Engineers - Civil Engineers/Mechanical Engineers/Electrical Engineers/HVAC/Acoustic Experts/PHE Engineers and in related field with 8 years of experience – 6 Nos.
- Junior Engineers Diploma or Degree Civil Engineers/Mechanical Engineers/Electrical Engineers/PHE Engineers/Acoustic Engineers having 5 years of experience – 5 Nos.
- Green building consultant/Experts and ELV Consultant with minimum 5 years of Experience in related field.
- Environmental Engineer having 5 years experience in related field. - B.Sc. Agriculture having 5 years experience or Landscape Architect or Consultant - Wind Turbine expert with minimum 5 yrs of experience in related field. - Sound Engineer/acoustic expert and Vertical transportation expert with minimum 5 years.
5. Minimum Requirement for B2: Plant and Equipment
Please provide here the list of all the Tools, Equipment, and Major Plants available with the company.
(Sample list of items to be covered Field Laboratory Testing Equipment, Total station, Builders hoist, Concrete mixers, with weigh batching facility steel shuttering procured during last two years, tipper trucks motor Grader Dozer Front end loader Smooth wheeled roller concrete batching mixing plant (Capacity >30 m3/Hour) Excavator cum loader cranes scissor lift leveling instruments. Bar cutting machine. Transit mixer. Boom placer for concrete Steel props, Pneumatic loader (conveyor), Mortar Mixer, Needle vibrator, Beam vibrator, Vibro compactor, Hydra machine, Steel/ Aluminum ladder 1.5 m to 8 m, Chase cutting machines, Refrigerant Gas leak detector, Psychorometer, Phase sequence indicator, Magnetic dial indicator, LT Meggar 1000V, Acoustic measurement meter, Hydraulic pressure testing equipment, Gas welding and cutting machine, Portable electric welding machine, Silent Generator set 125KVA, Availability of modular form work and scaffolding system etc.
A bidder is required to score minimum of 75% points in PQ bid to pre-qualify.
ANNEXURE I‐ TO INCREASE OVERALL UNDERSTANDING OF PROJECT ANDUNDERSTANDING OF PROJECT AND
RELATED SCOPE OF WORKS.
CRDC, CEPT
PROJECT PHASINGPHASING
PHASE : 2 B PHASE : 2 APHASE : 1 B PHASE : 1 BPHASE : 1 APHASE : 2 A PHASE : 2 B1. SUSPENSION BRIDGE2. SALT MOUND INTERNAL
STRUCTURE3. UTILITY BUILDING SERVICES 4. INFRASTRUCTURE &
LANDSCAPE & Roof Garden
PHASE : 2 A
1. GANDHI GARDEN
PHASE : 1 B
1. LANDSCAPING2. AND PATH
WAY
PHASE : 1 B
1. PHOTO GALLERY2. FOOD COURT
PHASE : 1 A 1. CONVENTION
CENTER2. EXHIBITION
CENTER 1 & 2
PHASE : 2 A1. SALT MOUND
STRUCTURE2. KH ROAD3. PARKING &
COMPOUND WALL
PHASE 2 B MAJOR SCOPE
INTERNAL STRUCTURE OF SALT CABLE SUSPENDED BRIDGEINTERNAL STRUCTURE OF SALT MOUND & EXTERNAL MOUND
CABLE SUSPENDED BRIDGE WITH WIND TURBINE & ROOF GARDEN ABOVE TERRACES
CRDC, CEPT
Cable stayed Bridge Concept ImageCable stayed Bridge Concept Image
Enough space to accommodate
pylon structure of bridge
KH ROADTOWARDS SALT MOUND
CONVENTION CENTRE
CRDC, CEPT