pre-qualification (pq) document - bank of india chest and zonal office...zonal office building ,h2,...

29
BANK OF INDIA,AGRA ZONE RELATION BEYOND BANKING बक ऑफ इंडिया, आंचलिक कायाािय एिआईसी बबलिंग, फ़ा िोर ,संजय िेस ,आगरा - 282002 BANK OF INDIA ,ZONAL OFFICE LIC BUILDING , IST FLOOR , SANJAY PLACE ,AGRA,PIN CODE -282002 निव िदा चिा/ TENDER NOTICE PRE-QUALIFICATION (PQ) DOCUMENT निााण कायका ि : Name of work: तावित करसी चे एिं आंचल िक कायाािय बबलिंग का एच- 2, ताजिागरी, फेस- II , फ़तेहाबाद रोि, जे पी होि के पास, आगरा – 282001 निााण कायPROPOSED CONSTRUCTION OF CURRENCY CHEST & ZONAL OFFICE BUILDING ,H2, TAJ NAGRI PHASE-II, FATEHABAD ROAD, NEAR JAYPEE HOTEL, AGRA - 282001 IOM NO : ZO:AGRA:PRN :585 : dated 25.5.2016

Upload: dangthuan

Post on 17-Mar-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

  • BANK OF INDIA,AGRA ZONE

    RELATION BEYOND BANKING

    , , , , -282002 BANK OF INDIA ,ZONAL OFFICE

    LIC BUILDING , IST FLOOR ,

    SANJAY PLACE ,AGRA,PIN CODE -282002

    / TENDER NOTICE

    PRE-QUALIFICATION (PQ) DOCUMENT

    : Name of work:

    - 2, , -II, , , 282001

    PROPOSED CONSTRUCTION OF CURRENCY CHEST &

    ZONAL OFFICE BUILDING ,H2, TAJ NAGRI PHASE-II,

    FATEHABAD ROAD, NEAR JAYPEE HOTEL, AGRA -

    282001

    IOM NO : ZO:AGRA:PRN :585 : dated 25.5.2016

  • SECTION- I PRESS NOTICE

    TENDER NOTICE FOR INVITING PRE-QUALIFICATION OF CONTRACTORS

    Notice no:ZO:AGRA;PRN;585: dated .............

    Bank of India , invites online pre-qualification (PQ) applications through e tendering mode

    from reputed, qualified, experienced and financially sound Engineering construction applicants

    who meet the eligibility criteria mentioned in Pre-Qualification document for Construction of

    Currency chest & Zonal Office Building at Taj Nagri Phase-II,Agra

    The estimated cost for the work is Rs.24 Crores (approx). Time of completion is 24 months.

    The Scope of Work includes Civil, Plumbing, Electrical, Fire protection, HVAC works and

    other associated works.

    Detailed tender notice along with PQ Document is available on website www.bankofindia.com

    for free view and downloading. The interested agencies are required to fill in and submitt the

    specified documents along with processing fees on or before the closing date.

    PQ documents are available for downloading on website, www.bank of india.com from

    1.6.2016 to 30.6.2016 upto 5p.m

    Tender processing fees shall be paid to the concerned Department namely

    PremisesDepartment along with the Technical Documents.

    The applicant can seek clarifications regarding PQ document up to 17.6.2016 (17:00 Hours)

    by corresponding the mail to our email id [email protected] or teletalk on our

    administrative Phone No-0562-2850086 and their queries can be solved The clarifications will

    be resolved through mail or teletalk by 20.6.2016 (17:00 Hours).

    Tender processing fees of Rs. 10,000/- should be in favour of Bank of india ,Zonal Manager

    through demand draft ,Agra.

    Short listing of the agencies shall be subject to thorough verification of their credentials and

    inspection of works carried out by them, through a Technical Evaluation Committee,

    constituted by the Bank of India ,Zonal Office .

    The Bank reserves the right to verify the particulars furnished by the applicant independently.

    Zonal Manager , reserves the right to reject any application/s without assigning any reason and

    to restrict the list of pre-qualified agencies to any number deemed suitable in case too many

    applications are received satisfying the laid down pre-qualification criteria.

    For further information, please

    Contact: PRAVIN R.NAIK SR MANAGER

    BANK OF INDIA , ZONAL OFFICE , PREMISES DEPARTMENT LIC BUILDING ,FIRST FLOOR , SANJAY PLACE ,

    AGRA-282002

    P-1

    http://www.bankofindia.com/http://www.bank/mailto:[email protected]

  • BANK OF INDIA,AGRA ZONE

    RELATION BEYOND BANKING

    , , , , , , BANK OF INDIA ,ZONAL OFFICE

    LIC BUILDING IST FLOOR, SANJAY PLACE ,

    AGRA-282002, Uttar Pradesh

    Notice no: ZO:AGRA:CSD:PRN: 585 dated 25.5.2016

    TENDER NOTICE INVITING PRE-QUALIFICATION OF CONTRACTORS

    Bank of India invites online pre-qualification (PQ) applications through bank website

    www.bankofindia.com mode from reputed, qualified, experienced and financially sound Engineering

    construction agencies for works,

    Proposed Construction of Currency chest & Zonal Office Building at Taj Nagri Phase-II,

    Fatehabad Road,Near Jaypee Hotel. The details are as mentioned below:

    PART-A: INSTRUCTION FOR AN APPLICANTS FOR APPLYING THE TENDER

    DOCUMENTS.

    Submission of the PQ document after the due date and time shall not be permitted. Time being

    displayed on bank website www.bankofindia.com shall be final and binding on the applicant.

    Applicants are advised to submit their documents well before the due date. Bank of India shall not be

    responsible for any delay in submission of documents for any reason including server and technical

    problems.

    In case of any problem with the submission of the PQ document, the applicant may take necessary

    assistance from premises department ,Zonal Office,LIC Building ,Ist floor ,Agra-282002 Tel No-0562-

    2850086

    P-2

    http://www.bankofindia.com/http://www.bankofindia.com/

  • PART-B: PQ NIT DETAILS

    SR.NO PQ NIT No.

    1. Name of work Proposed construction of Currency chest and Zonal Office Building at Taj Nagri

    Phase-II ,Agra-282002

    2. Estimated cost Rs.24 crores

    3. Completion period 24 month excluding Hindrance 37 days

    4. PQ tender document cost Rs.10,000/-

    5. Availability of tender documents

    for view and download

    1.6.2016 to 30.6.2016

    6. Seeking clarification on PQ

    Tender document, site visit by

    agencies, if any

    17.6.2016 to 20.6.2016

    7. Address for site visit, if any H2-Taj Nagri Phase-II ,Fatehabad Road Near Jaypee Hotel ,Agra.

    8. Last date and time for the

    submission of tenders

    30.6.2016. BANK OF INDIA ,AGRA

    ZONAL OFFICE ,LIC BUILDING ,IST

    FLOOR ,SANJAY PLACE-282002

    Note: Zonal Manager reserves the right to accept or reject any application(s), without

    assigning any reason thereof. The applications with any condition shall be rejected

    forthwith.

    P-3

  • PART-C: REQUIREMENTS AND ELIGIBILTY CRITERIA

    The applicants, who fulfill the following requirements on their own, shall only be eligible

    to apply.Joint ventures are not accepted 1.

    Should have satisfactorily completed Structural Steel Building / RCC framed Building

    work(s) with general finishes including Civil, Plumbing, Electrical, HVAC, Fire Fighting

    services for Institutional Building as mentioned below during the last Seven years ending

    on 31st May, 2016

    (i) Three works each costing not less than Rs. 9.60 Crores should be completed in all

    respect having completion certificate .

    or

    (ii) Two works each costing not less than Rs. 14.40 Crores should be completed in all

    respect having completion certificate .

    or

    (iii) One work costing not less than Rs.19.20 Crores should be completed in all respect

    having completion certificate .

    Note: A certificate for qualifying completed work(s) issued by Engineer in Charge or

    Owner or Consultant/Architect duly certified by the owner should be attached as per

    prescribed format.

    Important Note :

    1. Cost of work shall mean gross value of the completed work including the cost of

    materials supplied by the Client, but excluding those supplied free of cost. The value of

    executed works shall be brought to the current costing level by enhancing the actual

    value of work at a simple rate of 7% per annum; calculated from the date of

    completion to the last date of receipt of applications for tender.

    2. Services shall mean Plumbing works , Electrical works , HVAC works and Fire

    Fighting works

    2. Should have satisfactorily completed at least one work (any type of construction namely

    Commercial Building /Corporate office /Institutional Building carried out basement work

    and have good exposure in piling work ) costing not less Rs.15 Crores for Government /

    Semi Government / Government Undertaking /

    Autonomous Bodies of Government during the last seven years ending on 31st May, 2016.

    3. Should have minimum of seven years of experience in building construction as on 31st

    May,2016. 4. Should have valid minimum bank solvency of a Nationalized Bank/Scheduled Bank of

    Rs. 24 Crores

    5. Should have had minimum average annual turnover of Rs. 50 Crores during the last three

    years ending 31st March, 2016

    6. Should not have incurred any loss in more than two years during the last five years ending

    on 31st March, 2016. 7. Proof of registration with Government / Semi Government organizations like CPWD,

    MES,BSNL, Railways, State PWDs etc. in appropriate class and having experience in

    execution of similar nature of works 8. Should have valid ISO: 9001 certification.

    P-4

  • In addition to the supporting documents for eligibility criteria, information for the

    following to be submitted: 1. List of Completed works during last 7 years ending on 31st May 2016

    (As per Form C)

    2. List of all ongoing Works As per Form D. All works of any nature in hand must be

    furnished. No works shall be left out.

    3. List of construction plant, machinery, equipments, accessories & infrastructure facilities

    possessed by the applicant and that proposed to complete the work in time.(As per Form

    H)

    4. List of Administrative & Technical staff available with the applicant and that proposed to

    be deployed to complete this work in time.(As per Form G) 5. DOCUMETNS : (Scanned copy of original certificates to be uploaded)

    6. i) Performance Certificates

    7. ii) WCT registration certificate

    8. iii) TIN Registration Certificate

    9. iv) Valid ISO :9001 Certificate

    10.

    v) PAN (Permanent Account Number) Registration

    Undertaking to be submitted :

    Undertaking as per Form I of PQ document should be submitted.

    The applicant may furnish any additional information, which they think necessary to establish

    their capabilities to successfully complete the envisaged work. No information shall be

    entertained after last date of online submission of PQ tenders unless it is called by the

    competent authority.

    Short listing of the agencies shall be subject to thorough verification of their credentials

    and inspection of works carried out by them, through a Technical Evaluation

    Committee, constituted by Bank of India . After evaluation of pre-qualification applications a

    list of qualified tenderers shall be prepared for further detailed tendering.

    If any information furnished by the applicant is found incorrect at a later stage, they shall be

    liable to be debarred from tendering /taking up of work in Bank of India . Bank of India reserves

    the right to verify the particulars furnished by the applicant independently and reject any

    application without assigning any reason and to restrict the list of pre-qualified agencies to any

    number deemed suitable in case too many applications are received satisfying the laid down

    Prequalification criteria.

    NOTE: Prospective agencies shall satisfy themselves of fulfilling all the NIT criteria before

    submission of PQ tender. The Banks reserves the right to not consider the PQ documents

    of the agencies not fulfilling the stipulated criteria

    P-5

  • PART- D: DOCUMENTS TO BE SCANNED & UPLOADED

    Prospective applicants shall satisfy themselves of fulfilling all the pre-qualification eligibility

    criteria and in possession of all the documents required before submission of online PQ tender.

    The interested agencies are required to fill in and submitt the documents as per following lists

    within the period of bid submission:

    Note: The applicants are requested to fill up the facts & figure in the prescribed format.

    Simply filling like Yes or No shall not be accepted.

    1. Form A: Financial information: Financial Turn Over on construction works certified

    by CA & Profit & Loss statement certified by CA.

    Note: Supporting other Financial documents may be uploaded. Entire Balance sheet

    need not be uploaded 2. Form B- Solvency certificate

    3. Form C: List of Completed works during last 7 years ending on 31st May 2016

    4. Form E- Performance report of works referred to in form C & D

    5. Form F- Structure & organization

    6. Form G- List of Administrative & Technical staff available with the applicant and

    that proposed to be deployed to complete this work in time 7. Form H- List of construction plant, machinery, equipments, accessories &

    infrastructure facilities possessed by the applicant and that proposed to complete the

    work in time 8. Valid ISO :9001 Certificate

    9. Proof of registration with Government / Semi Government organizations like Railways,

    PWD, CPWD, MES etc. in appropriate class or having experience in carrying out similar

    type of works. 10. Letter of transmittal

    11. Tender money Rs.10,000/- D.D in favour of M/s. Bank of India,Agra

    12. WCT registration certificate

    13. TIN registration

    14. PAN registration

    15. Additional information if any to meet the eligibility criteria of pre-qualification

    Note : Scanned copy of original certificates should send to our email id

    [email protected] hard copy along with the tender document with

    attestation of company seal.

    P-6

    mailto:[email protected]:[email protected]

  • FORMAT OF APPLICATION FOR PREQUALIFICATION OF CONTRACTORS

    ANNEXURE A INTRODUCTION

    1 Name of Contractor/Company/Firm

    2. Full Address

    3. Telephone Nos.- Office

    3a. Fax No

    3b. Mobile No

    3c. Email Id

    4. Year of Establishment

    5. Constitution of the firm (whether

    Propriety /Firm/ Partnership etc.)

    Enclose certified copies of documents as

    evidence

    6. Name of Sole Proprietor / Partners/

    Directors with particulars / Liabilities

    7. Name of person holding the power of

    Attorney (Attested Photocopy of power Of

    attorney be enclosed

    8. Registration with Authorities:

    PAN

    VAT/CST

    SERVICE TAX

    ESIC

    EPF

    9. Furnish copies of the returns filed

    for last 3 years

    10. Registration & Classification with Public

    Sector Units, State PWD, CPWD, CIDCO,

    and MCGB / NMMC / MHADA etc

    11. Name and Address of the Bankers

    12. Do you have any NPA account or defaulter

    with any Bank or any dispute or any

    Litigation? If so please furnish details.

    SIGN AND SEAL OF THE APPLICANT

    P-10

  • APPENDIX TO TENDER

    1 Earnest Money Deposit

    Rs.10,000/-

    2. Security Deposit

    Initial 2% of the tender document

    3. Workmens Compensation Insurance As Required By Law

    3a. Period of commencements of Works from

    date of acceptance

    3b. Time for Completion of Work 24 Months .

    3c. Amount of Liquidated Damages 0.5% of Value of Contract per Week

    4. Period of Maintenance [Defects Liability

    Period]

    12 Months from Certified Completion

    5. Amount of interim Certificate 75% against the actual completion of work

    6. Percentage of Retention from interim

    Certificates [Inclusive of Initial Security

    Deposit

    5% will be released after virtual

    completion of work.

    7. Time within which payment shall be made

    after architects certification

    8. Interim Bill -75%

    15 days

    9. Final Bill -25% 30 days

    10. Architect certificate for releasing the

    payment along with recommendation

    M/s Taneja Associates Pvt Ltd.

    Contractors Signature:

    Date:

  • P-11

    Section II

    Brief particulars of the work

    The Bankof India aims to build a Currency Chest & Zonal Offfice Building of approximate

    area of 5606 m2 approximately at Taj Nagri Phase-II,Fatehabad Road Near Jaypee Hotel ,

    is proposed to accommodate support services like HVAC system, Electrical equipments, and

    Central Air conditioning ducting system required for the proposed building.

    TENTATIVE SCOPE OF WORK:

    Construction Works including Civil work, Structural steel fabrication, cladding, Plumbing,

    HVAC system (high side and low side), Electrical works and fire protection work for Currency

    Chest & Zonal Office building situated at Fathebabad Road ,H2,Taj Nagri Phase-II and

    infrastructure work including Under Ground water tanks and Paving of tiles at the external

    development.

    BRIEF BUILDINGS DESCRIPTION:

    1) Currency Chest & Zonal Office Building:

    The proposed Basement area of building is approximately 24.13x69.79m containing double basement approximately.

    The building is proposed as steel structure only sky light purpose in the entrance main gate.

    Ground floor is having currency chest 16.44m x 7.45mx3.90m admeasuring the plinth area 847.55 sqm .The specifications and drawing will be advised later in separate sheet

    during the execution of building however in tender BQ the total quantity will be

    highlighted to get the exact volume of the work .

    First floor and second floor have same area admeasuring 841.18 sqm each respectively.

    80% of the built volume is air conditioned space with various interfaces of services. Pipe rack network system is proposed in the basement area for BMS Console room to

    house various service

    The electrical utility and HVAC utility is planned in the same building Transformers, D.G. sets and Electrical panels to be housed in the electrical area

    Pump House

    The building is RCC structure of approx. size 22mt (L) X 24mt (B) with an

    underground water tank.

    Basic Finishes

    Flooring: Concrete densifier, Epoxy, Polished Kota stone / vitrified tiles

    Internal wall surfaces: Plastered /Painted,

    External wall surfaces: PUF/PIR cladding, Stone cladding and Cement Fiber board cladding

    Openings/Doors/Windows: Rolling Shutters / Aluminum sliding Window, Aluminum fixed

    Window glazing , hollow steel doors /Flush Doors Shutters

    External areas: Paver Blocks

    Roads: Bituminous/concrete /pavements Road

    Water supply: G.I/HDPE pipe with in line booster system.

    HVAC works: Water Cooled type Air-Conditioning system of approximately 800 TR capacity

    Fire Protection: Fire Detection systems and Wet Riser system

    Electrical works: LT power distribution, Metal Halide High bay electrical fixture, CFL/LED

    fittings, Street Lights. Note : The scope of work including built up areas are preliminary and indicative

    nature and are liable to change.

    P-12

  • SECTION III INFORMATION & INSTRUCTIONS FOR APPLICANTS

    1.0 General:-

    1.1 Letter of transmittal and forms for pre-qualification for the eligible category are given in

    Section-

    III.

    1.2 All information called for in the enclosed forms should be furnished against the relevant

    columns in the forms. If for any reason, information is furnished on a separate sheet, this fact

    should be mentioned against the relevant column. Even if no information is to be provided in a

    column, a Nil or no such case entry should be made in that column. If any particulars

    /queries are not applicable in case of the applicant, it should be stated as Not Applicable. The

    applicants may lease note that giving incomplete/ unclear information called for in the forms,

    or making any change in the prescribed forms, or deliberately suppressing any information,

    may result in disqualification of the applicant summarily. The applicants should duly filled the

    tender document in all respect to ensure that the respective document along with work order

    should reached to the Administrative office before the closing date and time i.e 30.6.2016 An

    applications shall be received in physical form will be entertained otherwise the tender

    will be rejected directly.

    1.3 The applicant should sign each page on the application along with enclosures with rubber

    stamp before submitting the tender documents.

    1.4 Overwriting should be avoided. Corrections, if any, should be made by neatly crossing out

    and shall be rewritten with initials and date. Pages of the pre-qualification document are

    numbered.

    Additional sheets, if any added by the applicant, should also be numbered by him. They should

    be attached the documents along with letter of transmittal.

    1.5 References, information and certificates from the respective clients certifying suitability,

    technical know how or capability of the applicant should be signed by an officer not below the

    rank of Executive Engineer or equivalent.

    1.6 The applicant may furnish any additional information, which he thinks is necessary to

    establish his capabilities to successfully complete the envisaged work. He is, however, advised

    not to furnish superfluous information. No information shall be entertained after submission of

    pre-qualification document unless the banks calls for it.

    1.7 Any information furnished by the applicant found to be incorrect either immediately or at a

    later date, would render him liable to be debarred from tendering/taking up of work in BANK

    OF INDIA .

    1.8 Any clarification given by the Institute on the basis of queries raised by the applicants shall

    be uploaded and shall become part of the tender condition.

    1.9 The applicant can seek clarifications regarding PQ document up to (17:00 Hours) by

    uploading their queries on website wwwbankofindia.com. The clarifications will be given by

    the Technical department /consultant where the administrative office is setup at Agra before

    25.06.2016 (17:00 Hours). No request for clarification will be considered after 25.06.2016

    (17:00 Hours).

    Note: The price bids along the general condition of contract document will be advised

    separately those who have qualified the technical bids. Technical bids will be considered

    as a part of the document for the agreement while submitting the price bids. Qualifying

    the technical bids is the mere criteria, however, after the selection of the lowest bidders in

    the tenders price bids followed by standard norms in general practice will be treated

    bonafide.

  • P-13

    1.10 Confidentiality

    Confidentiality:

    No party shall disclose any information to any Third party' concerning the matters under this

    contract generally. In particular, any information identified as" Proprietary" in nature by the

    disclosing party shall be kept strictly confidential by the receiving party and shall not be

    disclosed to any third party without the prior written consent of the original disclosing party.

    This clause shall apply to the sub-contractors, consultants, advisors or the employees engaged

    by a party with equal force.

    ii) "Restricted information":-

    Any contravention of the above-mentioned provisions by any contractor, sub-contractor,

    consultant,adviser or the employees of a contractor, will invite penal consequences under the

    above said legislation.

    iii) Prohibition against use of BANK OF INDIA name without permission for publicity

    purposes: The contractor or sub-contractor, consultant, adviser or the employees engaged by

    the contractor shall not use BOI s name for any publicity purpose through any public media

    like Press, Radio, TV or Internet without the prior written approval of BANK OF INDIA .

    2.0 Definitions:

    2.1 In this document the following words and expressions have the meaning hereby assigned to

    them.

    2.2 Applicant means the individual, proprietary firm, firm in partnership, limited company

    private or public or corporation.

    2.3 Year means Financial Year" unless stated otherwise

    2.4 BOI s means Bank of India ,Zonal Office,Sanjay Place,Ist floor ,LIC Building ,Agra-

    282002.

    2.5Zonal Manager , Bank Of India means Deputy General Manager ,Zonal Office ,Sanjay

    Place ,LIC Building ,Ist Floor ,Agra-282002.

    3.0 Method of Application:

    3.1 If the applicant is an individual, the application shall be signed by him above his full type

    written name and current address.

    3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above

    his full typewritten name and the full name of his firm with its current address.

    3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of

    the firm above their full typewritten names and current addresses or alternatively by a partner

    holding power of attorney for the firm. In the latter case a certified copy of the power of

    attorney should accompany the application. In both cases a certified copy of the partnership

    deed and current address of all the partners of the firm should accompany the application.

    3.4 If the applicant is a limited company or corporation, the application shall be signed by a

    duly authorised person holding power of attorney for signing the application accompanied by a

    copy of the power of attorney. The applicant should also upload a copy of the Memorandum of

    Articles of Association duly attested by a Public Notary should send to

    [email protected]. hard copy follows along with the tender documents.

    mailto:[email protected]

  • P-14

    4.0 Final

    4.0 Final Decision Making Authority:

    The Zonal Manager, Bank of India reserves the right to accept or reject any application/s and to

    annul the prequalification process and reject all applications at any time, without assigning any

    reason or incurring any liability to the applicants.

    5.0 Particulars provisional:

    The particulars of the work given in Section-I are provisional. They are liable to change and

    must be considered only as advance information to assist the applicant.

    6.0 Site Visit:

    The applicant is advised to visit the site of work, at his own cost, and examine it and its

    surroundings by himself, collect all information that he considers necessary for proper

    assessment of the prospective assignment. He may contact Zonal Manager ,Premises

    Department , or Sr.Tech Manager Architect at Zonal Office for fixing appointment prior to

    visit the site.

    7.0 INITIAL CRITERIA FOR ELIGIBILITY FOR PRE-QUALIFICATION

    7.1 The applicant who fulfils the eligibility criteria mentioned in PART C- Requirements

    & Eligibility Criteria of this document. The applicant should submit the supporting

    documents for their eligibility.

    7.2 The applicant should furnish all the information asked in Part C & Part D and other

    Information strictly in the prescribed format. The application received with incomplete

    information or not provided in the prescribed format, may be rejected.

    7.3 At the time of submission of tender, the applicant shall have to furnish an affidavit as per

    Form I given in Section III of this document.

    7.4 The bidding capacity of the applicant should be equal to or more than the cost of the work.

    The bidding capacity shall be worked out by the following formula:

    Bidding Capacity = A x N x 2 - B

    Where, A= Maximum value of construction works executed in any one year during the last five

    years taking into account the completed as well as works in progress. The works considered

    for evaluating this value shall be detailed in Form C.

    N= Number of years prescribed for completion of work for which pre-qualification application

    has been invited.

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

    completion of work for which pre-qualification has been invited. The works considered for

    evaluating this value shall be detailed in Form D.

    The applicant shall workout the bidding capacity as per above procedure and upload the

    same.

    7.5 The applicant should own construction equipment as per list required for the proper and

    timely execution of the work. Else, he should certify that he would be able to manage the

    equipment by hiring, etc. and submit the list of firms from whom he proposes to hire.

    7.6 The applicant should have sufficient number of Technical and Administrative employees

    for the proper execution of the contract. The applicant should submit list of well qualified and

    experienced Engineers and Supervisors stating clearly how those would be deployed for

    execution of works.

    7.7.Financial bids will be advised separately only those firms has been qualified on the basis of

    technically background as per bank requirement .

    7.8. In addition to this, for quoting the price bids , the tenderers are also requested to submit the

    bank Guarantee which is equivalent 10% of the estimated value of the building within 15 day

    after qualifying the price bids which will be valid for the period of 3 years.

  • P-15

    P-10

    Sr.no

    Requirement of Technical Staff

    Minimum

    Experience

    in years

    Designation .

    Qualifications (Min) Number

    1. Project Manager Degree in Civil

    Engineering

    1 15 Principal Technical

    Representative

    2. Graduate Engineer Degree in

    Civil / Electrical Engineering

    3 10 Technical

    Representative

    reporting to Project

    Manager

    3. Diploma / Degree Engineer - Civil

    / Electrical Engineering

    7 for

    Diploma

    holder/2 for

    Degree

    holder

    Technical

    representative

    reporting to Project

    Manager

    7.5. The applicant shall submit/upload supporting document declaring present staff strength

    of full time nature, with their qualification, experience and present position held etc.

    8.0 EVALUATION CRITERIA FOR PRE-QUALIFICATION

    8.1 For the purpose of pre-qualification, applicants will be evaluated in the following manner:

    8.1.1 The initial criteria prescribed in Para 7.1 to 7.6 above in respect of experience of

    similar class of works completed, bidding capacity and financial turn over etc. will first be

    scrutinised and the applicants eligibility for pre-qualification for the work be determined.

    8.1.2 The applicants qualifying the initial criteria as set out in PART C- REQUIREMENT

    AND ELEGIBILITY CRITERIA of this document will be evaluated for following criteria

    by scoring method on the basis of details furnished by them.

    i) Financial strength (Form A & B) Maximum 20 Marks

    ii) Experience in similar nature of Work

    during last seven

    years (Form 'C')

    Maximum 20 Marks

    iii) Performance on works (Form'E')-Time

    over run

    Maximum2 0 Marks

    iv) Performance on works (Form 'E')-

    Quality

    Maximum 15 Marks

    v) Personnel and Establishment (Forms 'F'

    & "G")

    Maximum 10 Marks

    vi) Plant & Equipment (Form 'H') Maximum 15 Marks

    Total 100 marks

    P-16

  • To pre-qualify, the applicant must secure at least fifty percent marks in each and sixty

    percent marks in aggregate.

    The Institute, however, reserves the right to restrict the list of pre-qualified contractors to any

    number deemed suitable by it.

    Note:- The break-up of above scoring method is indicated in the table below: Sr.no Attributes Evaluation

    a) Financial strength

    (I) Average annual

    turnover

    (II) Solvency Certificate

    20 marks)

    16 marks

    4 marks

    i) 75% marks for minimum eligibility

    criteria

    (ii) 100% marks for twice the minimum

    eligibility criteria or more

    In between (i) & (ii)-on prorata basis b) Experience in similar class of

    works

    (20

    marks)

    i) 75% marks for minimum eligibility

    criteria

    (ii) 100% marks for twice the minimum

    eligibility criteria or more

    In between (i) & (ii)-on prorata basis c) Performance on works

    ( time over run=TOR )

    (20

    marks)

    Parameter Calculation

    for

    point

    Score Max

    Marks

    (i) Without levy of

    compensation

    (ii) With levy of

    compensation

    (iii) Levy of compensation

    not decided

    If TOR = 1.00 2.00 3.00 > 3.50

    20 15 10 10

    20 5 0 - 5

    20 10 0 0

    20

    TOR = AT /ST, where AT = Actual Time; ST = Stipulated Time

    d) Performance on works (

    Quality)

    (15 marks)

    i) Very Good 15

    ii) Good

    (iii) Fair

    (iv) Poor

    10

    5

    0

    f) Personnel and Establishment (i) Graduate Engineer

    (ii) Diploma holder Engineer

    (iii) Supervisory / Foreman

    (Max. 10 marks)

    2marks for each Max. 6 Marks

    1marks for each upto Max.3 marks

    1mark for each upto Max. 1 mark

    Plant & Equipment

    (i) Hopper Mixer

    (ii) Truck / Tippers / Transit mixer

    (iii) Steel shuttering

    (iv) Tower Crane

    (v) Building Hoist

    (vi) Excavator

    (vii) Batch Mix Plant

    (viii) Vibrators

    (ix) Vibration Compactor

    (x) Paver Finisher

    1marks for each upto Max.2 marks

    1marks for each upto Max.2 marks

    2marks for each 800 sqm upto max 4 marks

    2marks for each upto Max.4 marks

    1mark for each upto Max. 2 marks

    1mark for each upto Max. 2 marks

    2marks for each upto Max.4 marks

    1mark for each upto Max. 2 marks

    1mark for each upto Max. 2 marks

    2mark for each upto Max. 4 marks

  • (xi) welding equipments 2mark for each upto Max. 4 marks

    P-17

    8.2 Even though an applicant may satisfy the above requirements, he would be liable to

    disqualification if he has:

    (a) Made misleading or false representation or deliberately suppressed the information in the

    forms, statements and enclosures required in the pre-qualification document.

    (b) Record of poor performance such as abandoning work, not properly completing the

    contract, or financial failures /weaknesses etc.

    8.3 Institute reserves the right to reject the applications of the agencies who are not fulfilling

    the NIT stipulations and/or having adverse report on the works carried out by them in the past.

    9. Short listing the agencies

    Technical Evaluation Committee, constituted by Institute shall verify the credentials submitted

    by the agencies and prepare preliminary evaluation reports. The Committee shall inspect the

    works of those agencies who qualify in preliminary evaluation. The committee shall

    recommend the agencies for pre-qualification by awarding marks on inspection of works on

    above criteria.

    After completing the evaluation process a list of short listed agencies shall be prepared, who

    only will be eligible for further tendering process.

    10. The Institute reserves the right, without being liable for any damages or obligation to

    inform the applicant, to:

    (a) Amend the scope and value of contract to the applicant.

    (b) Reject any or all the applications without assigning any reason.

    11. Any effort on the part of the applicant or his agent to exercise influence or to pressurize the

    Institute would result in rejection of his bid. Canvassing of any kind is prohibited.

  • P-18

    SECTION IV INFORMATION REGARDING ELIGIBILITY

    Letter of Transmittal From:

    To

    The Zonal Manager

    Bank of India , LIC Building ,Ist floor , Sanjay Place,

    Agra-282002

    Subject: Submission of Pre-qualification application for Proposed Construction of Currency chest &

    Zonal Office Building at Taj Nagri Phase-II

    Sir,

    Having examined the details given in pre-qualification tender notice and pre-qualification document for

    the above work, I/We hereby submit the pre-qualification document and other relevant information.

    1. I/We hereby certify that all the statements made and information supplied in the enclosed Forms A to I and accompanying statements are true and correct.

    2. I/We have furnished all information and details necessary for pre-qualification and have no further pertinent information to supply.

    3. I/We submit the requisite certified solvency certificate and authorize Bank of India to approach the Bank issuing the solvency certificate to confirm the correctness thereof.

    I/We also authorise Bank of India officials to approach individuals, employers, firms and

    corporation to verify our competence and general reputation.

    4. I/We submit the following certificates in support of our suitability, technical know how and capability for having successfully completed the following works:

    Sr.No

    Name of work Certified by/from

    Enclosures.

    1.

    2.

    3.

    Date of submission:

  • P-19

    FORM A: FINANCIAL INFORMATION

    I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit and loss account for the last five years duly certified by the Chartered Accountant, as

    submitted by the applicant to the Income Tax Department (Copies should attached along

    with application)

    Sr.no Particulars Financial Year

    2009-10 2010- 2011 2011-12 2012-13 2013-14 2014-15 2015-16

    1. Gross Annual

    turnover on

    construction work

    2.

    ii)Profit/Loss

    3. iii) Certified by

    II. Financial arrangements for carrying out the proposed work.

    III. The following certificates should be submitted along with document:

    (a) Profit & Loss account certified by CA & as submitted to Income Tax Department.

    (b) Solvency Certificate from bankers of applicant in the Form B.

    Signature of Chartered Accountant with seal

    P-20

  • FORM B: FORM OF BANKERS CERFIFICATE FROM A SCHEDULED BANK

    This is to certify that to the best of our knowledge and information that M/s.

    _________________________

    ( with address ) a customer of our bank are / is respectable and can be treated as good for any

    engagement up to a limit of Rs. _____________ (Rupees

    _______________________________________).

    This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

    (Signature)

    For the Bank

    NOTE: (1) Bankers certificates should be on letter head of the Bank.

    1.1.1 In case of partnership firm, certificate should include names of all partners as recorded with

    the Bank.

    P-21

  • FORM C: PRESCRIBED FORMATS: DETAILS TO BE FURNISHED FOR COMPLETED

    WORKS DURING LAST SEVEN YEARS ENDING ON 31ST MAY 2016

    Details Work -1 Work -2 Work-3

    Project name & Location

    Owner or client: (Name and Address,

    contact Number of

    Officer to whom reference can be made)

    Year of Establishment

    Constitution of the firm (whether

    Propriety /Firm/ Partnership etc.)

    Enclose certified copies of documents as

    evidence

    Name of Sole Proprietor / Partners/

    Directors with particulars / Liabilities

    Do you have any NPA account or defaulter

    with any Bank or any dispute or any

    Litigation? If so please furnish details.

    Project description:

    1. Type of Building:

    2. Built Up Area (in sq. mts):

    3. Number of Floors:

    4. Type of Structure Load

    bearing/RCC/Steel:

    5. Information to illustrate the attention to

    detail construction quality (close up

    photographs

    Whether For Government/Semi

    Government/

    Government undertaking/ Government

    autonomous

    bodies:

    Tendered Project Cost:

    Actual Project Cost:

    Actual Cost with breakup of Utilities

    Works such as

    HVAC, Electrical, Fire Protection etc.

    (Excluding civil

    & Structural Works)

    Structural Steel Fabrication Work (in

    Tons)

    Project duration (as per contract): (in

    months)

  • Start date (dd/mm/yy):

    Actual date of Completion (dd/mm/yy):

    Actual duration (Months):

    Reasons for delay (if any):

    Any penalty/ Bonus:

    Any

    Litigation/Arbitration/claim/Dispute

    pending

    (with details of claim and award if any):

    Copy of Completion certificate & Work

    order received from client to be attached

    Note:

    1) For similar completed works ,Original or attested scanned copies of initial work order and final completion certificate from client have to attached the relevant document along with

    application..

    2) The final completion certificate shall mention Name of work, Work order value, Completion value, duration, Client name & Address, Location of work, Stipulated start and completion date,

    Actual Start and Completion date, Reasons for Delay (if any), Nature of Work etc.

    3) Attach Photographs of the projects.

    4) Applicant should submit separate form for giving details of work completed for each year,

    separate sheets if any shall be numbered in sequence.

    5) Certified that the above list of work complete and no work has been left-out and the information

    given is correct to knowledge and belief.

    P-23

  • FORM E: PERFORMANCE REPORT OF WORKS REFFERED TO IN FORM C & D:

    (Separate certificate for each work/ Project)

    1. Name of work/Project & Location

    2. Client / Owner Name and Address:

    3. Agreement No.

    4. Estimated Cost

    5. Tendered Cost (Work Order Value)

    6. Stipulated date of start :

    7. Actual date of start :

    8. Date of completion

    (i) Stipulated date of completion

    (ii) Actual date of completion

    (iii) Present position of work, if in progress.

    9. Completion Value / Work done value till date:

    10. Amount of compensation levied for delayed completion, if any.

    11. Amount of reduced rate items, if any.

    12. Performance Report.

    (1) Quality of work Very Good/Good/Fair/Poor

    (2) Financial soundness Very Good/Good/Fair/Poor

    (3) Technical Proficiency Very Good/Good/Fair/Poor

    (4) Resourcefulness Very Good/Good/Fair/Poor

    (5) General behavior Very Good/Good/Fair/Poor

    (6) Time Consciousness Very Good/Good/Fair/Poor

    Dated: Owner or Executive Engineer or equivalent

    Signature with Seal

    P-24

  • M F INFORMATION ABOUT ORGANISATION STRUCTURE:

    Sr.NO Particulars Details to be filled

    1. Name of Firm

    2. Postal Address

    3. Contact Nos.

    4. Office

    5. Residence

    6. Mobile

    7. Fax No.

    8. Name of Contact Person

    9. E mail Address

    10.

    Legal status of applicant : (Please tick and

    attach attasted copies of original document

    defining the legal status)

    11 Particulars of registration with various

    Government bodies (Attached all the photo

    copies with duly attested by any Gazetted

    officer)

    Dept./Organisation & Place of registration,

    Registration No.

    1.

    2.

    12 Names and Titles of Director & Officers with

    designation proposed to be concerned with

    this work

    13 Designation of individuals authorised to act

    for the

    organization

    14 Was the applicant ever required to suspend construction for a period of more

    than six months continuously after you commenced the construction? If so, give

    the name of the project and reasons of suspension of work.

    15 Has the applicant 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

    16 Has the applicant, or any constituent partner in case of partnership firm, ever

    been debarred / black listed for tendering in any organisation at any time? If so

    give details.

    17 Has the applicant, or any constituent partner in case of partnership firm , ever

    been convicted by a court of law? If so, give details

    18 In which fields of Engineering construction the applicant has specialisation and

    interest?

  • 19 Any other information considered necessary but not included above.

    P-25

    FORM G: INFORMATION ABOUT ADMINISTRATIVE & TECHNICAL STAFF

    AVAILABLE WITH THE APPLICANT AND THAT PROPOSED TO BE DEPLOYED TO

    COMPLETE THIS WORK

    IN TIME:

    1.0 The bidders should submit list of technical and administrative employees for proper execution of

    project. The bidder should submit a list of these employees stating how these would be involved in the

    project.

    Sr.no

    Name Qualification Designation Professional

    experience

    and details

    of work

    carried out

    Since

    when

    working

    in your

    firm

    Total

    Experience

    (In years)

    Capacity

    in

    which

    will

    be

    involved

    for this

    work (if

    to

    be

    deployed

    for this

    work)

    Rem

    arks

    Note: Bidder should attach separate sheets if required and if space given in the formats is not sufficient

    but strictly as per above formats only.

  • P-26

    FORM H: INFORMATION ABOUT Construction plant, machinery, equipments,

    accessories & infrastructure facilities possessed by the applicant and that proposed to complete

    the work in time.

    Sr.

    No

    Name of Equipment/

    Plant

    Nos Capacity

    or

    Type

    &

    make

    Age Co

    ndi

    tio

    n

    Ownership

    status

    Curre

    nt

    Locat

    ion

    How

    many

    Propo

    sed

    for

    the

    Proej

    ct

    Remarks

    1. Earth moving

    equipment

    Excavators(various

    sizes)

    2. Equipment for

    hoisting

    1.Tower crane

    2. Builders hoist

    3. Equipment for

    concrete

    work

    1 Concrete batching

    plant

    2.Concrete pump

    3.Concrete transit

    mixer

    4.Concrete mixer

    (diesel)

    5.Concrete mixer

    (elect.)

    6.Needle vibrator

    (elect.)

    7.Needle

    vibrator(petrol)

    8.Needlevibrator

    (elect/petrol)

    9. Curing pumps

    (various

    capacities)

    4. Equipment for

    building

    work

    1. Block making

    machine

    2. Bar bending

    machine

    3. Bar cutting

    machine

    4. Wood thickness

    planers

    5. Drilling machine

    6. Circular saw

    machine

  • 7. Welding generators

    8. Welding

    transformers

    9. Welding testing

    equipments.

    10.Welding Machines

    11.Soil Compector

    12.M.S.pipes

    13. Steel shuttering

    14. Steel scaffolding

    15.Grinding/Polishing

    machines

    5. Testing

    Equipments

    1. Cube Testing

    2. Sieve analysis

    3. Ultrasonic test

    4. Silt test

    5. Micron gauger

    6. Moisture Metre

    7. Any other

    Equipment for road

    work

    1.Road rollers

    2.Bitumen paver

    finishers

    3.Hot mix plant / Wet

    mix

    Plant

    4.Spreaders

    5.Earth rammers

    6. Vibratory road

    rollers

    Equipment for

    transportation

    1. Tippers

    2. Trucks

    3. Water tankers

    Pneumatic

    equipment

    1.Air compressors

    (diesel)

    2. Air Compressors

    ( Elect)

    Dewatering

    equipment

    1.Pump (diesel)

    2.Pump (electric)

    Power equipment

    1.Diesel generators

    Equipment for

    Piling

    works

    1. Hydraulic piling

    rig

    2. Piling rigs

  • Any other

    plants/equipments

    FORM I - UNDERTAKING:

    I/We undertake and confirm that eligible similar works(s) has/have not been executed through another

    contractor on back to back basis. Further that, if such a violation comes to the notice of the Institute,

    then I/we shall be debarred for bidding in the Institute in future forever. Also, if such a violation comes

    to the notice of the Institute before date of start of work, the Engineer-in-Charge shall be free to forfeit

    the entire amount of Earnest Money Deposit/Performance Guarantee.

    Date: Signature with Seal of the company

    P-29

  • D E C L A R A T I O N

    1. All the information furnished by me/us here above is correct to the best of my

    knowledge and belief.

    2. I/we have no objection if enquiries are made about the work listed by me / us in the

    accompanying sheets / annexure.

    3. I / We agree that the decision of committee in selection will be final and binding to

    me / us.

    4. I / We have read the instructions appended to the proforma and I / we understand that

    if any false information is detected at a later date the committee is at liberty to act in a

    manner it feels deemed fit.

    Place :

    SIGNATURE OF THE APPLICANT

    NAME & DESIGNATION

    Date : SEAL OF ORGANISATION

    P-30

  • Check list to be filled by the applicants

    1 Have you signed in all the sheets?

    Yes or No

    2. Whether copy I.T or other tax is enclosed? Yes or No

    3. Whether enclosed proof for year of establishment? Yes or No

    4. Whether proof for average annual financial turnover enclosed?

    Yes or No

    5. Whether documentary proof for having undertaken the qualifying works is enclosed?

    Yes or No

    6. Whether enclosed proof for valid registration certificate as per annexure-

    Yes or No

    7. Whether documentary proof for having completed the works of similar nature is enclosed?

    Yes or No

    8. If yes, Number of certificates enclosed

    Yes or No