Upload
vuongnguyet
View
227
Download
0
Embed Size (px)
Citation preview
GNPCT Signature of Bidder
Galbabhai Nanjibhai Patel Charitable Trust Banas Dairy Campus, P.B. No. 20, Palanpur-385001
---------------------------------------------------------------------------------------------------------------
Date: 28/11/2017
CORRIGENDUM
This is for information of all the bidders that Corrigendum is being made in tender documents (Expression of Interest Published in Sandesh Newspaper dated 22/11/2017 Ahmedabad Edition) for pre-qualification of bidders for Galbabhai Nanjibhai Patel Charitable Trust. The bidders are advised to visit our website www.banasdairy.coop for revised requirements for the bidders to qualify. If any bidder has already submitted their bid, then they may resubmit their bid taking into account the Corrigendum. Also the last date for submission of PQ bids is extended up to 16/12/2017, up to 16=30 hours.
Hon. CEO, GNPCT
GNPCT Signature of Bidder
Galbabhai Nanjibhai Patel Charitable Trust Banas Dairy Campus, P.B. No. 20, Palanpur-385001
------------------------------------------------------------------------------------------------------------------ Date: 20.11.2017
EXPRESSION OF INTEREST
Invitation to Pre-Qualify Civil Construction Agencies
Galbabhai Nanjibhai Patel Charitable Trust (GNPCT), Banas Dairy Campus, P.B. No. 20, Palanpur-385001, Gujarat
invites pre-qualification applications from reputed firms/company for the following two separate civil works:
Reference
Name of work
Estimated
cost
Completion
Periods
GNPCT/PROJECT/CIVIL/201
7 /A
Civil Construction and Development for Medical
College & Research Institute with Animal Hold Area
Building at Village: Moriya (Pa) Ta.Palanpur
Dist.Banaskantha.
7225
Lakhs
12 Months
GNPCT/PROJECT/CIVIL/201
7 /B
Civil Construction and Development for Boys Hostel,
Girls Hostel, 100SMT Quarters, Dean Bungalow &
Infrastructure work for Medical college & Research
institute campus at Village: Moriya (Pa) Ta. Palanpur
Dist. Banaskantha
7165
Lakhs
12 Months
GNPCT/PROJECT/CIVIL/201
7 /A & B
Civil Construction and Development for Medical College
& Research Institute with Animal Hold Area Building at
Village: Moriya (Pa) Ta.Palanpur Dist.Banaskantha.
And Civil Construction and Development for Boys
Hostel, Girls Hostel, 100SMT Quarters, Dean Bungalow
& Infrastructure work for Medical college & Research
institute campus at Village: Moriya (Pa) Ta. Palanpur
Dist. Banaskantha
14390
Lakhs
12 Months
The Firms / company should be either a Public Limited Company or a Private Limited Company registered under the
Indian Companies Act 1956 & registered as class “AA” and Special category (building) –I contractor for state
Government, R&B/ Central/ State/ PWD/ MES/Govt./ Semi Govt. should have satisfactorily completed similar
composite works of multi-storied RCC framed structure, including Architectural finishes, services such as internal
electrical work, HVAC, fire fighting etc,
The detailed eligibility/qualification criteria and the formats for providing the requisite details can be downloaded
from our website www.banasdairy.coop. From 22/11/2017 to 15/12/2017
The application should be submitted at above address in a sealed envelope addressed to Sr.Manager (P&E-civil) )
Banas –II Plant Office on or before 16/12/2017, time 16.30 hrs.
GNPCT at its sole discretion and without assigning any reason thereof, reserves the right to accept any/or reject any or
all bids.
Secretary
GNPCT
Note: - Bidder may quote one of the tender or both the tender or combined tender. However, Client reserves right to
decide whether they will appoint bidder for individual work or combined work. In either case after decision other
tender will be treated null & void.
If the bidder have quoted individual tender & combined tender both, in that case the lowest rate will be considered by
the client.
GNPCT Signature of Bidder
Part-A
Civil Construction and Development for
Medical College & Research Institute with
Animal Hold Area Building
At
Village: Moriya (Pa) Ta.Palanpur.
Dist. Banaskantha.
GNPCT Signature of Bidder
Galbabhai Nanjibhai Patel Charitable Trust, Palanpur-385001, Banaskantha, Gujarat
For GNPCT:
NOTICE INVITING TENDER (Pre- Qualification)(Part-A)
Pre-Qualification Evaluation: -
(A) Minimum Qualification criteria-
(B) Detailed screening-
(A) Minimum Qualification criteria-
1. Galbabhai Nanjibhai Patel Charitable Trust,( GNPCT) Banas dairy Campus, P.B. No. 20, Palanpur-385001,
Gujarat, invites Pre - Qualification applications from firms/Company of repute for the following works:
Civil Construction and Development for Medical College & Research Institute with Animal Hold Area Building
at Village: Moriya (Pa) Ta.Palanpur Dist.Banaskantha.
Description For GNPCT
Estimated area in Sq.M 46000
Estimated cost in INR Lakhs 7225
Period of completion in months- including
rainy season, festivals and weekends.
12
2. A very high standard of workmanship and speed of construction is expected for this prestigious project/s.
The firms who fulfill the following requirements shall be eligible to apply. Joint ventures are not accepted:
a) Experience of having successfully completed works during the last 05 years ending 31-03-2017.
Description For GNPCT
3 (Three) similar* completed works each
costing not less than
Rs. 3600 lakhs
2 (Two) similar* completed works each
costing not less than
Rs. 4700 lakhs
1 (One) similar* completed work of
aggregate cost not less than
Rs.6000 lakhs
Note: *Similar completed works means completed RCC Industrial buildings preferably Hospital, Medical College,
Dairy, Pharma, Food processing projects (including Medical College, Hospital, Animal Hold Area, Boys & Girls Hostel,
Resident Quarters with large span (more than 7 meters) with floor to floor height of more than 5.5 meters, multi-
storied RCC structure, including architectural, hygienic finishes, relevant services, internal/external water supply &
GNPCT Signature of Bidder
sanitary installations, internal electrical works, fire fighting devices, Air-conditioning/ Ventilation (HVAC) and ducting
works, Lifts, external development work including road, land scaping, UG/OH water tank etc, Installation of Security
Gadgets and equipments. etc.
b) Turnover:
Description For GNPCT
The firm should have minimum annual financial
turnover on Civil construction works during the
last five financial years ending 31-03-2017.
Rs. 4300 lakhs
c) The firm should be a profit making organization for the last five financial years.
d) Solvency:
Description For GNPCT
The firm should have minimum solvency of Rs.2500 lakhs
e) The company should preferably have in house capacity to execute all the disciplines listed above as
well other works required for the project.
f) The Bidder shall have Income-tax and work contract tax clearance certificate up to March 2017.
g) Bidder/Tenderer/ Company/ firm who have been black listed/ debarred/ removed from any
organization/ agency or whose contract has been rescinded during the last three years or undergoing
major litigation regarding debarring or rescinding of their work in any court of law will not be
considered for Pre-qualification.
3. Desirous contractors may obtain Pre-Qualification documents on request in writing from the office of Civil
Engineering Department, Banas-2 (Civil) at above address, free of charge, on or before 15.12.2017 up to
16:30.
4. The pre-qualification document can be downloaded from the GNPCT website www.banasdairy.coop.
5. Application for pre-qualification, supported by prescribed annexures, should be submitted in sealed
envelope, duly superscribed with the name of work and due date of opening. The application will be
received up to 16:30 hrs on 16.12.2017. Application received after cut off date and time will not be
considered.
6. Application for pre-qualification should be accompanied by
I. Type of firm, i.e. proprietorship, partnership, private limited, limited company etc. along with list of its
directors.
II. List of works completed during the last five years giving the cost, location and date of commencement
and completion for each work with performance certificates and detailed address of the contact
persons along with their telephone numbers and Email IDs.
III. Photographs of three recently executed project
IV. Detail of works in hand.
V. Copies of latest Income Tax clearance certificate
VI. Sales tax registration certificate
VII. Permanent account number
GNPCT Signature of Bidder
VIII. GST/VAT / WCT registration certificate
IX. Service Tax registration certificate
X. List of equipment and machinery
XI. Names and qualifications of professionals and technical personal who have been in this employment for
more than two years
XII. Detailed financial information for the last five years mentioning Total assets, Current assets, Total
liabilities, Current liabilities, Net worth, Working capital, Annual turnover, Profit &Loss etc.
XIII. Copy of power of attorney of the person signing the pre qualification document
XIV. ISO certificate of the firm( If available)
XV. OHSAS 18001/ISO14001 certificate (if available)
7. List of arbitration cases, projects abandoned and legal cases pending in the courts involving the applicant
together with the status of the cases may kindly be furnished.
8. If any Information furnished by the applicant is found incorrect at a later stage, he shall be liable to be
debarred from tendering for future work. The GNPCT reserves the right to verify the particulars furnished by
the applicant independently
The GNPCT reserves the right to reject any or all prospective applications without assigning any reason there
of and to restrict the list of pre-qualified contractors to any number deemed suitable by it.
9. The short listed / qualified applicants only will be issued tender documents for participating in tender
process.
10. The Bidder shall bear all costs associated with the preparation or submission of their Bid, participating in
discussion etc. Including costs and expenses related with visits to the site. The Client will not be responsible
or liable for these costs and expenses regardless of the outcome of the Bidding process.
11. Minimum Quantities executed in one year out of Last 3 years shall be as mentioned below.
The above fulfillment shall be submitted with duly authentic documents.
12. The applicant should obtain at least 65 marks out of Total of 100(I to IV) as shown in the detailed screening
(B) to be qualified with minimum 60% in each head.
13. Joint Venture is not be allowed.
Secretary
Galbabhai Nanjibhai Patel Charitable Trust,
Palanpur
SR.NO Description Total Qty. One Year
Qty. Unit
1 RCC & PCC 15000 same CMT
2 230mm Brick / AAC
Block 3000 same CMT
3 115mm thick Partition
Work 500 same SMT
4 Internal and External
Plaster 50000 same SMT
5 Flooring 25000 same SMT
6 Aluminum Work 10000 same KG
GNPCT Signature of Bidder
SECTION- I
BRIEF DESCRIPTION OF THE WORKS
The building complex comprises basement with ground and three floors in general. In places an additional floor is
also envisaged
Specifications: The brief specifications of the works shall be follows:
1.0 Flooring:
i) Combination of Granite and marble stone flooring in entrance lobby.
ii) Granite stone flooring in staircase, link corridors & Vitrified tile
flooring in toilets and office spaces.
iii) Vitrified tile flooring in labs and other area.
iv) Kota stone / Cement concrete flooring in stores and AHU’s.
v) Vacuum dewatered flooring
vi) Kota and marble flooring.
vii) Epoxy/ PU flooring in chemical areas
2.0 Ceramic tiles up to ceiling / 2.1mtr height in toilet blocks.
3.0 Cement based integral water proofing treatment and APP waterproofing
treatment, over deck insulation and china mosaic on the roofs.
4.0 OPC as per IS specification shall be used.
5.0 Possibility of using Aerated bricks shall be explored in view of the requirement
of green features depending upon the availability in the local market.
6.0 Windows shall be of aluminum and glazing shall be a combination of insulated,
laminated and ordinary glass.
7.0 Structural Glazing, Frameless & Sensor door, Fire doors
8.0 CP fittings, white glazed wares, Eco drain, SWR, CPVC, UPVC pipes for sewer
lines, GI/ PVC/UPVC/CPVC pipes for water supply lines and RCC over head tanks.
9.0 A combination of paint, textured and sand face plaster on the external surface.
10.0 35 mm thick flush door shutters, laminated on both sides
11.0 Acoustic treatment with glass wool and gypsum board / wood battens shall be
used in the meeting rooms.
12.0 Stainless steel hardware for doors and windows.
13.0 Concealed Electrical wiring shall be with copper wire.
14.0 Modular switches and mirror optic fixtures with LED/CFL.
15.0 Network, telephones connections shall be provided in the rooms and labs.
GNPCT Signature of Bidder
SECTION-II
INFORMATION AND INSTRUCTIONS TO APPLICANTS
1.0 GENERAL:-
1.1 Letter of transmittal and forms for pre-qualification are attached (Section-III).
1.2 All information called for in the enclosed forms should be furnished against the respective columns in the
forms. If information is furnished in a separate document, reference to the same should be given against
respective columns in such case. If any particulars/ query is not applicable in the case of the applicant, it
should be stated as not applicable. However the applicants are cautioned that not giving complete
information called for in the application forms or not giving it in clear terms or making any change in the
prescribed forms or deliberately suppressing the information may result in the applicant being summarily
disqualified. Applications made by telegram or telex and those received late will not be entertained.
1.3 The application should be typewritten. The applicant’s name should appear on each page of the application.
1.4 Overwriting should be avoided. Correction, if any shall be made by neatly crossing out, initialing, dating and
rewriting, All pages of the pre-qualification document shall be numbered and submitted as a package with
signed 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 Superintending
Engineer/ Chief Project Manager or equivalent.
1.6 The applicant is advised to attach any additional information, which he thinks is necessary in regard to his
capabilities to establish that the applicant is capable in all respects to successfully complete the envisaged
work. He is however, advised not to attach superfluous information. No further information will be
entertained after pre-qualification document is submitted, unless the GNPCT calls it for.
1.7 The pre-qualification document in prescribed form duly completed and signed shall be submitted in a sealed
cover. The sealed cover shall superscribe as following:
The bidders who are submitting their eligibility criteria for GNPCT project should mention on envelope
“Pre-Qualification document for Civil Construction and Development for GNPCT”
The prequalification bid should send to Sr.Manager at the above mentioned address so as to reach up to
16:30 hrs on 16.12.2017. Documents submitted in connection with pre-qualification will be treated
confidential and will not be returned.
1.8 Prospective applicants may seek clarification regarding the project and/ or the requirements for pre-
qualification, in writing within a reasonable time. Any clarification given by the GNPCT will be forwarded to
all those who have obtained the pre-qualification document directly from the office of Sr.Manager (Civil).
No request for clarification will be considered after receiving the pre-qualification tender.
1.9 Any cost incurred by contractors in making this offer, in providing clarification or attending discussions,
conferences, or site visits will not be reimbursed to the bidders.
GNPCT Signature of Bidder
2.0 Definitions:
In this document the following words and expressions have the meaning hereby assigned to them:
2.1 EMPLOYER: shall mean Galbabhai Nanjibhai Patel Charitable Trust, Banas Dairy campus, Palanpur.
2.2 APPLICANT: shall mean an individual, a proprietary firm, a firm in partnership, a limited company (private or
public) or a corporation.
2.3 YEAR: shall mean the ‘Financial Year’
3.0 Method of Application:
3.1 If an individual makes the application, it shall be signed by the proprietor above his full typewritten name
and current address.
3.2 If the application is made by a proprietary firm, it 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 application is made by a firm in partnership, it shall be signed by all the partners of the firm above
their full typewritten names and current address or alternatively by a partner holding power of attorney for
the firm. In such a case a certified copy of the power of attorney shall accompany the application. A certified
copy of the partnership deed and current address of all the partners of the firm shall also accompany the
application.
3.4 If the application is made by a limited company or a corporation, it shall be signed by a duly authorized
person holding power of attorney for signing the application. In such a case a certified copy of the power of
attorney shall accompany the application. Such limited company or corporation may be required to
furnished satisfactory evidence of its existence before the pre-qualification application is filed.
4.0 Final Decision Making Authority
The employer reserves the right to accept or reject any application and to annul the pre-qualification
process and reject all applications at any time, without thereby incurring any liability to the affected
applicants or specifying the grounds for the Employer’s action.
5.0 Particulars Provisional
The particulars of the work given in Section-I are provisional and must be considered only as advance
information to assist the applicant.
6.0 Site Visit
The applicant is advised to visit and examine the site of work and its surroundings and obtain for himself on
his own responsibility, all information that may be necessary for preparing the pre-qualification application.
The cost of visiting the site shall be at applicant’s own expense.
The site addresses is:
GNPCT Site:
Village: Moriya (Pa)
Ta: Palanpur.
Dist: Banaskantha.
Gujrat.
Contact: 02742-253881 to 85 Ext.369
GNPCT Signature of Bidder
7.0 Eligibility Criteria
Sr.
No. Criteria Documents to be submitted.
7.1 The applicant should be in Civil Engineering business for a
minimum period of five years as on 31-03-2017
Copy of company registration.
7.2 The Bidder should have minimum annual turnover (Civil Works
only) of not less than Rs. 4300 lakhs for the last 5 financial years
i.e. 2013-14,2014-15, 2015-16,2016-17,2018-19.
Copy of certificate from Chartered
Accountant along with copy of Balance
sheets.
7.3 The Bidder should have minimum Bid capacity equivalent to
estimated project cost. The formula to arrive at bid capacity is
mentioned below.
Copy of bid capacity calculation sheet is
given below.
7.4 The Bidder should have completed at least one similar works of
cost not less than Rs. 6000 lakhs during last 5 years i.e.
01.04.2013 to 31.03.2017.
OR
The Bidder should have completed at least two similar works of
cost not less than Rs. 4700 lakhs during last 5 years i.e.
01.04.2013 to 31.03.2017.
OR
The Bidder should have completed at least three similar works) of
cost not less than Rs. 3600 lakhs during last 5 years i.e.
01.04.2013 to 31.03.2017.
1. Copy of Work Order issued by the
client to contractor.
2. Copy of Final Completion
Certificate issued by the client to
contractor.
NOTE: - Copy of certificate issued by
Consultant/PMC will not be considered
for evaluation.
7.5 The firm should have minimum solvency of Rs.2500 lakhs
7.6 The applicant should own adequate construction equipment
required for proper and timely execution of the work. The
applicant should furnish a list of these equipments.
7.7 The applicant should have on his pay roll sufficient number of
Technical and Administrative employees for the proper execution
of the contract.
The applicant should submit a list of
these employees stating clearly how
these would be involved in this work.
7.8 The applicant’s performance for each work completed in the last
5 years and in hand should be certified by an officer not below
the rank of Superintending Engineer / Chief Project Manager or
equivalent.
Performance certificates in prescribed
format should be submitted.
GNPCT Signature of Bidder
Formula to arrive at bid capacity:
The Contractor shall have sufficient Bid Capacity and the formula to arrive at the Bid Capacity is mentioned below.
Bid capacity = (A X N X 1.5) - B
Where A = Maximum value of Civil Engineering works executed in any one year during the last five years.
(Updated to the current Consumer Price Index level) this will take into account the completed and on going works.
B = Value of the existing commitments and works (on going) to be completed in the period stipulated of the
completion of the work in this tender (12 months).
For Calculation of B:
Sr. No. Name of work Contract Amount
(Rs. in Lakhs)
Value of works
completed by
March, 2017
(Rs. In Lakhs)
Value of Existing
Commitments and
ongoing works to
be completed
during the next
[Duration of
Project] months
(Rs. in Lakhs)
1
2
3
4
5
**
Total Value
** Note: Bidder may add rows in the above table (format) as per their list of ongoing project
N = Number of years prescribed for completion of the work for which bids are invited. (12 Months = 1.00 Yrs.)
Note:
1. The audited balance sheets and profit and loss accounts of last five financial years to be submitted (i.e.
2013-14,2014-15, 2015-16,2016-17,2018-19).
S.No Year Cost of work
Executed in lakhs
Derived annual cost
of works at current
price level.
1 2013-2014 1.40
2 2014-2015 1.30
3 2015-1016 1.20
4 2016-2017 1.10
5 2017-2018 1.00
GNPCT Signature of Bidder
2. Cumulative Escalation of 10 % per year will be calculated to derive the turnover and project cost to be
considered for evaluation and bid capacity calculation. E.g. Turnover of 2017-18 is 100 than it will be 110 for
year 2016-2017 (10% higher than 2017-18) & respectively for previous years.
3. Similar completed works means completed RCC Industrial buildings preferably Hospital, Medical College
Dairy, Pharma, Food processing projects (including Medical College, Hospital, Animal Hold Area, Boys &
Girls Hostel, Resident Quarters with large span (more than 7 meters) with floor to floor height of more than
5.5 meters, multi-storied RCC structure, including architectural, hygienic finishes, services, internal/external
water supply & sanitary installations, internal electrical works, fire fighting devices, Air-conditioning/
Ventilation (HVAC) and ducting works, Lifts, external development work including road, UG/OH water tank
etc, Installation of Security Gadgets and equipments. etc.
8.0 Evaluation Criteria for Pre-Qualification:
8.1 For the purpose of pre-qualification, applicant will be evaluated in the following manner :-
8.1.1 The initial criteria prescribed above, in respect of years of operation in the business, experience of similar
class of works completed with value as described above, bid capacity and financial turn over etc. will first be
scrutinized and the applicant’s eligibility for pre-qualification for the work is determined.
8.1.2 Those firms qualifying the initial criteria as mentioned above , will then be evaluated for the following
criteria:
a) Financial Strength ( Form A )
b) Experience in similar class of work (Form B )
c) Works under execution / awarded (Form C)
d) Performance on these works ( Form D )
e) Structure of the organization (Form – E)
f) Details of employees (Form --F)
g) Plant and Equipment ( Form G )
h) Information about Litigation History (Form – H)
GNPCT Signature of Bidder
The details given by the applicants for the pre-qualification will be evaluated by marking method. The marks
shall be allotted on the following basis:
Marks Summary
Part Particulars Total Marks Minimum Qualifying marks
1 Strength and Organization 20 To Pre Qualify, the Bidder must
have to secure minimum 60% in
each part and 65 % overall.
2 Financial Status. 25
3 Equipment 25
4 Experience 30
8.2 Even though applicants may satisfy the above requirements, they may be disqualified if they have :
a) Made misleading or false representation of facts or deliberately suppressed the information to be
provided in the forms, statements and enclosures of this document.
b) Records of poor performance such as abandoning work, not properly completing the contract or
financial failure / weaknesses.
c) If confidential inquiry reveals facts contrary to the information provided by the applicant.
d) If confidential inquiry reveals unsatisfactory performance in any of the selection criteria
e) If inspection of works in progress or completed by the applicants are not found satisfactory by a
team of experts from Banas dairy.
9.0 Financial Information
Applicant should furnish the following financial information:
a) Annual financial statement for the last 5(five) years (In Form ‘A’). These should be supported by
audited balance sheets and profit and loss accounts, duly certified by a Chartered Accountant, as
submitted by the applicant to the Income Tax Department.
b) Name and address of the Bankers familiar with the applicant’s financial standing and Banker’s
statement on availability of credit.
10.0 Experience in Civil Works Highlighting Experience In Similar Works:
GNPCT Signature of Bidder
10.1 Applicant should furnish the following:
a) List of all works of similar class successfully completed during the last five years (In Form ‘B’)
b) List of the projects under execution or awarded (In Form ‘C’)
10.2 Particulars of completed works and performance of the applicant duly authenticated / certified by an officer
not below the rank of Superintending Engineer / Chief Project Manager or equivalent should be furnished
separately for each work completed or in progress, (In Form ‘D’).
11.0 Organization Information :
Applicant is required to submit the following in respect of his organization
(In Form E).
a) Name and postal address including telephone number and email address etc.
b) Copies of original documents defining the legal status, place of Registration & principal places of
business.
c) Names and title of Directors and officers to be concerned with the work, with designation of
individuals authorized to act for the organization.
d) Information on any litigation in which the applicant was involved during the last 5 (five) years,
including any current litigation.
e) Authorization for employer to seek detailed references.
f) Number of Technical and Administrative employees in parent company, subsidiary company and
how these would be involved in this work (In Form -F).
12.0 Construction Plant And Equipment :
Applicant should furnish the list of construction plant and equipment including steel shuttering, centering
and scaffolding, weigh batching plants etc., likely to be used in carrying out the work (In Form G).
Details of any other plant & equipment required for the work (Not included in Form ‘G’) and available with
the contractor may also be indicated.
13.0 Letter Of Transmittal :
The applicant should submit the letter of transmittal attached with pre-qualification document.
14.0 Tender Submission :
After evaluation of pre-qualification applications, a list of qualified agencies will be prepared. Thereafter,
only those agencies pre-qualified for the works will be invited to submit tenders.
15.0 Award Criteria:
GNPCT Signature of Bidder
15.1 The GNPCT reserves the right to :
a) Amend/Change the scope and value of contract to the bidder.
b) Reject any or all the bids without assigning any reason.
15.2 For any of the above actions, the GNPCT shall neither be liable for any damages, nor be under any obligation
to inform the applicants of the grounds for the same.
15.3 Effort on the part of the bidder or his agent to exercise influence or to pressurize the GNPCT for his bid shall
result in rejection of such bid. Canvassing of any kind is prohibited.
16.0 Organization Information :
Applicant is required to submit the following in respect of his organization
( in Form E ).
g) Name and postal address including telephone number and email address etc.
h) Copies of original documents defining the legal status, place of Registration & principal places of
business.
i) Names and title of Directors and officers to be concerned with the work, with designation of
individuals authorized to act for the organization.
j) Information on any litigation in which the applicant was involved during the last 5 (five) years,
including any current litigation.
k) Authorization for employer to seek detailed references.
l) Number of Technical and Administrative employees in parent company, subsidiary company and
how these would be involved in this work (In Form -F).
17.0 Construction Plant And Equipment :
Applicant should furnish the list of construction plant and equipment including steel shuttering, centering
and scaffolding, weigh batching plants etc., likely to be used in carrying out the work (In Form G).
Details of any other plant & equipment required for the work (Not included in Form ‘G’) and available with
the contractor may also be indicated.
18.0 Letter Of Transmittal :
The applicant should submit the letter of transmittal attached with pre-qualification document.
19.0 Tender Submission :
After evaluation of pre-qualification applications, a list of qualified agencies will be prepared. Thereafter,
only those agencies pre-qualified for the works will be invited to submit tenders.
20.0 Award Criteria:
20.1 The GNPCT reserves the right to :
GNPCT Signature of Bidder
c) Amend the scope and value of contract to the bidder.
d) Reject any or all the bids without assigning any reason.
20.2 For any of the above actions, the GNPCT shall neither be liable for any damages, nor be under any obligation
to inform the applicants of the grounds for the same.
20.3 Effort on the part of the bidder or his agent to exercise influence or to pressurize the GNPCT for his bid shall
result in rejection of such bid . Canvassing of any kind is prohibited.
Secretary
Galbabhai Nanjibhai Patel Charitable Trust,
Palanpur
______________
GNPCT Signature of Bidder
LETTER OF TRANSMITTAL
From:
(Full Address of the Applicant)
To :
Sr.Manager (Civil)
Galbabhai Nanjibhai Patel Charitable Trust,
Banas Dairy campus.
P B NO: 20,
PALANPUR: 385001
Dist: Banaskantha, Gujarat.
SUB: Submission of pre-qualification application for the Construction and Development of Work for GNPCT. (Stike of
whichever is not applicable)
Sir,
Having examined the details given in Invitation for Pre-Qualification published in the newspapers and Pre-
Qualification document for the above work, we hereby submit the Pre-qualification documents.
1. We hereby certify that all the statements made and information supplied in the enclosed forms A to G and
accompanying statements are true and correct.
2. We have furnished all information and details necessary for pre-qualification and have no further pertinent
information to supply.
3. We submit the requisite certified Solvency Certificate and authorize the Managing Director, Galbabhai
Nanjibhai Patel Charitable Trust, Palanpur to approach the Bank issuing the solvency certificate to confirm
the correctness thereof. We also authorize Managing Director, Galbabhai Nanjibhai Patel Charitable Trust;
Palanpur to approach individuals, employers, firms and corporation and to visit the works completed by us
in the past or are in progress at present, to verify our competence and general reputation.
4. We submit the following certificates in support our suitability, technical know-how & capability for having
successfully completed the following works :
Sl. No. Name of work: Certificate from
1. _______________________________________________________
2. _______________________________________________________
3. _______________________________________________________
Enclosures : nos.
Date of submission :
Signature Of Applicant
GNPCT Signature of Bidder
FORM ‘A’
FINANCIAL INFORMATION
I. Financial Analysis – Details to be furnished Duly supported by figures in Balance Sheet / Profit and Loss
Account for 5 (five) years and certified by the Chartered Accountant, as submitted by the applicant to the
Income-Tax Department (Copies to be attached).
Financial Years
Sl.
No
Details 2013-14 2014-15 2015-16 2016-17 2017-18
i) Gross annual turnover in construction works.
ii)
Profit / Loss
iii)
Financial Position :
a) Cash
b) Current assets
c) Current liabilities
d) Working Capital (b-c)
e) Current Ratio :
E) Current Assets / Current Liabilities ( b/c
)
f) Acid Test Ratio
Quick Assets / Current Liabilities
( a/c )
II. Upto date Income Tax Clearance Certificate.
III. Certificate of Financial Soundness from Bankers of Applicant.
IV. Financial arrangements for carrying out the proposed works.
Note: Attach additional sheets, if necessary
(Signature of Applicant)
GNPCT Signature of Bidder
FORM ‘B’
Details of Works of Similar Class / nature Completed During the Last Five Years (i.e. 01.04.2013 to 31.03.2017)
Project name:
Client:
Name :
Address :
Contact number :
Architect :
Name :
Address :
Contact number :
Consultants :
Structural
Name :
Address :
Contact number :
Project Description
1. Type of Building / Project
2. Type of Structure and nos. of buildings
3. Number of floors
4. Height of building
5. Built up area ( in Sqmt)
6. Scope of work
7. Quantity of Concrete involved in cum
8. Quantity of natural stone flooring works in Sqmt.
9. Quantity of shuttering deployed in Sqmt (Net shuttering
does not include repetition)
10. Quantity of Reinforcement involved in MT
11. Average Concreting done per day
12. Whether entire concreting done with mechanized
manner (crane / batching plan, concrete pumps, transit
mixer etc.)
13. Type of shuttering used (steel / aluminium / ply / MS
frames / props etc.)
14. Tendered Project cost (in Rs. Crores):
15. Actual project Cost (in Rs. Crores):
GNPCT Signature of Bidder
16. Project duration (as per contract): (in months)
17. Average work done per month (in Rs. crores) – Certificate
from Client to be submitted.
18. Start date (dd/mm/yy):
19. Actual Completion date (dd/mm/yy):
20. Actual duration (Months):
21. Reasons for delay (if any):
22. Any penalty/ Bonus:
23. Litigation History, If any
24. Any claim/Dispute pending (with details of claim and
award if any) :
25. Client Certificates attached: Yes (bidder to attach the client certificates as
mentioned at Form D)
26. Project Photographs:
a) Overall Exterior view including General Development
b) Close up of Exterior Facade – to view exterior finish &
glazing
c) Close up of Interior – to view internal plaster, paint and
flooring works
d) Interior of Toilet – to view workmanship of flooring,
dado, plumbing fixtures and sanitary fixtures installation
e) Interior of any duct / service shaft – to view alignment of
piping, ducting, service platforms
f) Additional photographs that may demonstrate the
workmanship of work
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Note:
Copy of Original or attested copies of work order, final completion certificate from client have to be attached.
(Signature of Applicant)
GNPCT Signature of Bidder
FORM ‘C’
Works / Projects under Execution or Awarded
Detail Information of any one/ two On-going similar works (with MEP & site development) with a minimum
project cost of Rs. 6000 Lakhs
Project 1….2
Project name:
Client:
Name :
Address :
Contact number :
Architect :
Name :
Address :
Contact number :
Consultants :
Structural
Name :
Address :
Contact number :
Project Description
1. Type of Building / Project
2. Type of Structure and nos. of buildings
3. Number of floors
4. Height of building
5. Built up area ( in Sqmt)
6. Scope of work
7. Quantity of Concrete involved in cum
8. Quantity of natural stone flooring works in Sqmt.
9. Quantity of shuttering deployed in Sqmt (Net shuttering
does not include repetition)
10. Quantity of Reinforcement involved in MT
11. Average Concreting done per day
12. Whether entire concreting done with mechanized
GNPCT Signature of Bidder
manner (crane / batching plan, concrete pumps, transit
mixer etc.)
13. Type of shuttering used (steel / aluminium / ply / MS
frames / props etc.)
14. Tendered Project cost (in Rs. Crores):
15. Expenditure book till date (in Rs.):
16. Project duration (as per contract): (in months)
17. Average work done per month (in Rs. crores) – Certificate
from Client to be submitted.
18. Start date (dd/mm/yy):
19. Stipulated Completion date (dd/mm/yy):
21. Reasons for delay (if any):
22. Any penalty/ Bonus:
23. Litigation History, If any
24. Any claim/Dispute pending (with details of claim and
award if any) :
25. Client Certificates attached: Yes (bidder to attach the client certificates as
mentioned at Form D)
26. Project Photographs:
a) Overall Exterior view of site – to view site organization,
material stacking, equipment deployed, safety
precautions
b) Close up of Exterior works – to view masonry, plastering
works
c) Close up of Interior – to view internal plaster, paint and
flooring works
d) Interior of Toilet – to plumbing works, waterproofing,
preparatory works
a) Terrace – to view preparatory works for water proofing,
parapets, O.H.W.T
Yes / No
Yes / No
Yes / No
Yes / No
Yes / No
Note: Copy of Original or attested copies of work order, final completion certificate from client have to be
attached. The bidder shall attach proof of above mentioned completed as well as ongoing projects in the form of
photographs along with certificate of works. It felt essential the “Tender Scrutiny Team / Committee” appointed
by client may visit respective locations for verification. The bidder / applicant shall arrange for an engineer from
his team to escort Scrutiny Team / Committee for site visit.
GNPCT Signature of Bidder
Form D
Performance Report of Works Referred In Form ‘B’ & ‘C’
( Furnish this information for each individual work from the employer for whom the work was executed )
1. Name of work /
Project & Location.
2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Date of start
6. Date of completion
a) Stipulated date of completion
b) Actual date of completion
7. Amount of compensation levied for delayed
Completion if any.
8. Performance report
i) Quality of work Excellent/ Very good/ Good/ Fair
ii) Resourcefulness Excellent/ Very good/ Good/ Fair
Poor
Good
Better
Best
Civil Finishes – How would you rate the following
Ability to organize the site – stacking of raw materials, equipment,
cleanliness?
How pro-active is the contractor in getting necessary approvals,
preparation of samples for approval of architect, client
How methodical is the approach to work – timely procurement of
material, timely completion of preparatory works?
Workmanship in Toilets – plumbing works, line – level of dado,
alignment of plumbing fixtures & sanitary ware?
Electrical- High end and low end & HVAC works – How would you
rate following
GNPCT Signature of Bidder
Timely appointment of Electrical / other agencies?
Timely submission of G.A. drawings for approval of consultants?
Ordering of long lead items– transformers, lifts, panels etc.
Co-ordination with other agencies and not putting end responsibility
on other sub-agencies
Site Development works
Ability to set out general development works to enable parallel work
along with building construction?
Deployment of equipment for excavation, compaction, material
movement / handling,
Whether required number of supervisors is deployed, staff
employed is adequately qualified for the job assigned to him / her?
YES
NO
Whether required number of skilled manpower (carpenters, bar
binders, masons ) deployed as per the site requirements.
YES
NO
Whether Contractor’s approach is positive, follows drawings / site
instructions, is pro-active in resolving site / co-ordination issues?
YES
NO
SIGNATURE OF CLIENT WITH STAMP AND DATE
( Signature of Applicant )
GNPCT Signature of Bidder
FORM ‘E’
Structure of the Organization
a) Name of the organization:
b) Address of the organization:
Phone nos.:
Fax no. :
E-mail:
c)
Name & Particulars of the Authorized
Representative for the details furnished
hereinafter:
f) Type of the Organization including particulars of
Proprietor / Partners / Directors:
(Sole Proprietorship, Partnership, Private Ltd., Co-
operative Body etc.)
(Attested copy of Deeds or Memorandum of
Association to be enclosed)
1)
2)
3)
4)
g) 1) Employees Insurance Schemes Registration
Certificates:
2) P.F. Registration Certificates.
h) Name of bankers and full address: 1.
2.
I) Financial Resources of Company:
(Rest. in Crores.)
1) Bank Facilities Available (Please attach copies
wherever applicable)
Overdraft :
Guarantees :
Letters of Credit :
Others :
j) Information about Registered office, Head office
and Branch office
k) Were you or your company ever required to
suspend construction for a period of more then six
months continuously after you commenced the
GNPCT Signature of Bidder
construction? If so, give the name of the project
and reasons thereof.
l) Have you or your constituent partners(s) ever left
the work awarded to you incomplete? (If so, give
name of the project and reasons for not completing
the work).
m). Have you or your constituent partners(s) been
debarred / black listed for tendering in any
organization at any time? If so, give details.
n) In which field of Civil Engineering construction you
claim specialization and interest?
o) Any other information considered necessary but
not included above.
The bidder / applicant should have to fill this information on their company letter head and enclosed separately.
(Signature of Applicant)
GNPCT Signature of Bidder
FORM ‘F’
Details of Technical and Administrative Personnel in the organization
Sr.
No. Proposed position for this project Name of Candidate
1 Project Manager
2 Site Engineer – 1
3 Site Engineer - 2
4 Quality Control Engineer
Note:
Bidder should have to submit detailed CV for each person specified in each category as per the prescribed Form- B,
below.
Form F-1 – Curriculum Vitae
1 Proposed position for this project 1111111111111111111111111111111111111111111111
2 Name of candidate
3 Date of Birth
4 Qualification with Year
5 Total Experience (in Years)
6 Years with the present Employer
7
Details of architectural projects
executed by applicant **
7.1 Name of Project
7.2 Name of Client
7.3 Name of Architect
7.4 Contact No. of Architect
** Bidder may add rows as per their list of executed projects.
Summarize professional experience over the last 10 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
(Signature of Applicant)
GNPCT Signature of Bidder
FORM – ‘G’
Details of Construction Plant & Equipment Likely to Be Used In Carrying out the Work
Description (Type, Model
Make etc.)
No of Unit Make/Manufactu
rer with year of
manufacture
Capacity
Owned/leased Nos. proposed to
be used for the
work
1 2 3 4 5 6
Earth Moving Equipment :
Equipment For Concrete Work:
Concrete Batching Plant
Concrete Pump
Concrete Transit Mixer
Concrete Mixer (Diesel)
Concrete Mixer
(Electrical)
Needle Vibrator
(Electrical)
Needle Vibrator (Petrol)
Table Vibrator (Elect. /
Petrol)
Equipment for Building Work:
Block Making Machine
Bar Bending Machine
Bar Cutting Machine
Wood Thickness Planner
Drilling Machine
Circular Saw Machine
Welding Generators
Welding Transformers
Cube Testing Machines
M.S. Pipes
GNPCT Signature of Bidder
Steel Shuttering
Steel Scaffolding
Grinding / Polishing
Machines
Equipment for Road Work :
Road Rollers
Bitumen Maker/ Finishers
Hot Mix Plant
Spreaders
Earth Rammers
Vibratory Road Rollers
Equipment For Transportation:
Tippers
Trucks
Pneumatic Equipments:
Air Compressors (Diesel)
De watering Equipment:
Pump De watering
(Diesel)
Pump De watering
(Electrical)
Power Equipment :
Diesel Generators
An Other Plant / Equipment
(Signature of Applicant)
GNPCT Signature of Bidder
Form – ‘H’
Information about Litigation History:
Bidder should provide information on any history or arbitration resulting from contracts in last five year or
currently under execution.
Year Award for / or
Against Bidder
Name of Client cause of litigation and
matter of dispute
Disputed amount in
Rupees
Note:
If the information to be furnished in this schedule will not be given and come to the subsequently will
result in disqualification of the bidder.
(Signature of Applicant)
GNPCT Signature of Bidder
(B) Detailed Screening: (Total 100 marks)
I Strength and Organization 20
II Financial Status 25
III Equipment( Rented or owned should be clearly shown) 25
IV Experience 30
--------------------------------------------------------------------------------------------------------
Total (I to IV) ………… 100
Note: - For bringing cost of all the projects on current year Rupee value shall be increased by 10% each year
Break up of Detailed Screening: - (Total 100 marks)
I Strength and organization Total: 20
i Type of Firm(ISO Certificate) 05
(a). ISO 9001 02
(b). ISO 14001 03
(c). ISO 180001 05
----
Total: 05
ii Personnel: (Key Persons) 15
(Submit C.V as per Form-1)
(a). Directors & Management 03
(15 years Experience)
(b). Commercial Manager(Administrative) 03
(Min.15 yrs. Experience)
(c). Project Engineer(Civil) (Technical) 02
(Min.15 yrs. Experience)
(d). Electrical Engineer (Technical) 02
(Min.15 yrs. Experience)
(e). Safety Engineer 02
(Min.15 yrs. Experience)
(f). Quality control Engineer(QC-civil) 02
(Min.15 yrs. Experience)
(g). Service Engineer (Plumbing/HVAC) 01 ----- Total: 15
C.V. of all key- persons duly signed is to be submitted as per Form-1.for verifications.
GNPCT Signature of Bidder
(II) Financial Status Total: 25 (Submit as per Form-A)
a. Basic Financial Data 05
1. Basic Capital 01
2. Total Asset 01
3. Total Liabilities -01
4. Current Assets 01
5. Profit(Before Taxation) 01
6. Loss -01
7. Name of the Banker along with 01
The certificate of access for credit
Facilities (Max.2-marks for rs.1000 lakhs)
b. Net Worth(current) 10
Net Worth = Reserve + Capital – Accumulated loss
N.W should be at least 20 crores.
(Max.10 marks)
c. Annual Turnover(AT) 05
Average Annual Turnover per year for last 5 years to be submitted (max.3 marks for A.T more
than or Equal to 72.25 crores per year)
d. Work on Hand 05
(Submit as per Form C)
Values of works on hand along with the probable completion date are to be submitted. (Max.15
marks for the value of works equal to 25% of Estimated cost i.e. 72.25 crores)
Marks will be reduced on increase of value of works on hand.
Copied of Audited balance sheets with profit and loss account statement for last 5 years are to
be enclosed for verification. Necessary document should have been audited by C.A.
GNPCT Signature of Bidder
III Equipments and Operators Total: 25
A. Site Operative staff 05
(Submit as per Form-1)
1 Site Engineer
(Min.One Engineer
Per Rs.400 lakhs cost) 02
2 Surveyors. 01
3 Quality Engineer. 01
4 Mechanics and Machine
Operator 01
-------------------------------------------------------------------------------------------
05
B. Equipments. 05
(Submit as per Form G)
Weigh Batching plant with Concrete
Pump having capacity
Minimum 18 M3/HRs. 05
Mixer Machine, More than 02
04No. of Mixer machines along
With weigh batcher (Full Bag)
Mixer Machine, More than 01
03No. of Mixer machines along
With weigh batcher (Full Bag)
(Maximum -5 marks)
C. Laboratory set up 05
Automatic Cube test machine and
Other set up. 05
D. Shuttering steel plate with
Scaffolding, props 05
More than 5000 Sq.mt 05
5000 to 3000 Sq.mt 03
3000 to 800 Sq.mt 02
Less Than 80 Sq.mt 01
E. Tower crane & Hoist 05
GNPCT Signature of Bidder
Documents regarding ownership or rented are to be submitted with necessary
documents.
IV Experience (Submit as per Form-A and B)
(Cost of works Executed) 30
List of Works executed
in Last 5-year
Name
of
work
with
execu
ted
cost
Year of
starting
Year of
Completio
n
*Bench
mark
year for
increase of
% age
Average
=(Y.S.+Y.C)/
2
Applicable %
age increase
Current
cost
Marks
Obtain
Maximum
marks
(A)
40-60 % of estimated cost
(Max.4-works and 2.5-
marks per 1-work)
Total max. mark 10
1.
2.
3.
4.
10
(B)
60-80 % of estimated
cost(Max.3-works and
05 marks per 1-work)
Total max. mark 15
1.
2.
3.
15
(C )
80-100 % of estimated
cost(Max.2-works and
10-marks per 1-work)
Total max. mark 20
1.
2
20
(D)
More than 100 % of
estimated cost(Max.1-
works and 30-marks
per 1-work)max.30
Marks
1.
30
Total marks of (A to D) shall not be more than 30