Upload
others
View
4
Download
0
Embed Size (px)
Citation preview
- 1 -
Government of India
Ministry of Skill Development, Entrepreneurship, Youth Affairs and Sports
Department of Sports
NIT for selection of CPSU for PMC work for setting up of the proposed National Sports University, Imphal, Manipur
- 2 -
Important Information Sheet
Event Particulars
Last date and time for seeking
clarification 10.11.2014 at 3 pm
Date and Time for Pre bid
Conference 11.11.2014 at 11 am
Date of Issue of Clarification by
Department of Sports, MSDEYAS 13.11.2014 at 11 am
Last date and time for Bid
submission 15.11.2014 at 3 pm
Date & Time of Opening of Technical
Bids
15.11.2014 at 3.30 pm
Place of Submission of NIT
The Under Secretary (SP-VI)
Department of Sports,
Ministry of Skill Development, Entrepreneurship,
Youth Affairs & Sports, Government of India,
Cafeteria Building,
Pragati Vihar Hostel, CGO Complex, Lodhi Road,
New Delhi-110003
Contact Person The Under Secretary (SP-VI)
Department of Sports,
Ministry of Skill Development, Entrepreneurship,
Youth Affairs & Sports, Government of India,
Cafeteria Building,
Pragati Vihar Hostel, CGO Complex, Lodhi Road,
New Delhi-110003
Contact Address and Numbers Tele No. 011-24368245 / 24368242
Fax: 011-24362942
E-Mail: [email protected]
- 3 -
Government of India
Ministry of Skill Development, Entrepreneurship,
Youth Affairs & Sports
(Department of Sports)
***
NIT No. No.F.70 – 77 / 2014 - SP VI dated 5th November, 2014.
Notice Inviting Tender (NIT) for selection of Central PSU as a PMC for
setting up of the proposed National Sports University, Manipur under
the Department of Sports as a turnkey job.
1. Introduction:
1.1 Department of Sports under the Ministry of Skill Development,
Entrepreneurship, Youth Affairs & Sports (MSDEYA&S), Government of
India, for and on behalf of President of India, invites bids from Central PSUs
eligible to be considered for entrusting the construction works relating to the
National Sports University on a proposed 200 acre land in Manipur.
2. Brief Scope of Work:
2.1 National Sports University (NSU) shall function through the
proposed Four Schools i.e. School of Sports Medicine, School of Sports
Sciences and Technology, School of Sports Education and School of
Interdisciplinary Studies. Each School shall have Department(s) in a
specific knowledge domain pertaining to sports development. Each
- 4 -
Department shall function under a few divisions and each division shall
engage itself with some specialized area appropriate to the concern of the
Department. The schools, departments and the divisions within each
school will be set up and different types of certificate / degree / diploma
courses under each department / division / school will be offered in phases
over a period of 3 – 5 years. Total estimated cost of the proposed
infrastructure of the University is Rs.681 Crores, approximately,
spread in two phases. For the first phase (consisting of first three
years) total proposed cost is Rs.411.00 crores and for the second
phase (consisting of next two years), the total proposed cost is
Rs.270.00 crores. Details of proposed infrastructure/scope of work for the
National Sports University are laid down in Annexure I to this NIT. The
Work Order to the selected CPSU will be issued only after EFC
appraisal and CCEA approval for the project.
2.2 The scope of work and terms of reference of the selected PMC
will include preparation of Detailed Project Report (DPR) including
detailed designs, drawings, estimates, BOQ for various construction
works; calling tenders and selection of the implementing agency
(contractor), monitoring and supervision of the implementation of the
project through the selected agency; submitting progress of the
project from time to time; submitting the final report to the
Department of Sports, MSDEYAS etc.
3. Eligibility:
3.1 The PSUs should meet the Financial and Technical eligibility criteria
(Quality Evaluation Criteria) as per parameters laid down in Annexure II to
this NIT.
4. Clarifications on NIT Document:
- 5 -
4.1 The prospective bidders requiring any clarification on this document
shall notify MSDEYA&S in writing or by Fax at the MSDEYA&S mailing
address indicated in Para 9.6 below, latest by 10thth November, 2014 at
3 pm. Clarifications sought, if any, are to be asked in the following format:
S.
No.
Clause
No. of
the NIT
Query / Clarification
sought
Name of the
PSU asking
the query
4.2 Pre–Bid conference will be held at 1100 Hours on 11th November,
2014 at the address stated in Para 9.6 below. All efforts will be made to
furnish clarifications either on the spot in the pre-Bid Conference or in
exceptional cases, the same will be furnished subsequently. In either
case, the minutes of the pre-bid meeting containing all the clarifications
issued shall be posted on the website of the Ministry.
4.3 Any clarifications issued by MSDEYA&S shall form an integral part
of this document and shall amount to an amendment of the relevant
clauses of this document.
5. Documents / details to be submitted in the Offer:
5.1 The Bidder is required to furnish the following documents/details:
(i) Technical details about the Bidder PSU and other relevant
information in the formats prescribed at Annexure II to VI. Such
information will form the basis of technical evaluation.
- 6 -
(ii) Certificate of Incorporation / Registration.
(iii) Copy of aims and objectives of the PSU.
(iv) Audited annual reports along with a certificate from the statutory
auditors of the company certifying the turnover.
(v) Copy of Certificates for Service Tax and copy of PAN and TAN.
(vi) Copy of NIT & clarifications issued by MSDEYA&S to this NIT, if
any, duly signed and stamped on each page by the authorized
signatory of the bidder as a mark of acceptance of all conditions of
the NIT.
Note:
(a) All papers which are a photocopy and submitted as part of the
proposal shall be duly attested by the Company's CS / CA or
authorized signatory.
(b) Each of the pages of the proposal submitted will be signed and
stamped by the Authorized Signatory of the Bidder PSU.
(c) Each page of the proposal should be duly numbered and total
number of pages in the proposal should be clearly mentioned in the
proposal. Index of the documents submitted in this NIT should be
given and location of the documents submitted should be clearly
mentioned in the Index so that Evaluation Committee is able to easily
locate them.
(d) In case any value of money is indicated in a currency other than INR,
the same will be converted into INR by MSDEYA&S as per the
exchange rate prevailing on the date of opening of the NIT.
(e) Only proposals complete in all respects and containing all requisite
information / data shall be accepted and evaluated. Proposals which
are incomplete in any manner shall be summarily rejected and no
- 7 -
requests for condonation / acceptance of information after the final
date for submission of tender documents shall be entertained.
6. Availability of NIT / Processing Fee:
6.1 Availability of NIT: Copy of the NIT can be obtained in person from
Section Officer (SP VI) at the address given in Para 9.6 below between
office hours on all working days up to the date preceding the day fixed for
opening of technical bids on payment of Rs.1000.00 (Rupees One
Thousand Only) by means of a Demand Draft / Banker Cheque drawn in
favour of the PAO, Department of Sports, Government of India payable at
Delhi / New Delhi. NIT can also be downloaded from the website of this
Ministry at www.yas.nic.in in which case a separate Demand Draft / Banker
Cheque of Rs.1000.00 (Rupees One Thousand Only) in favour of the PAO,
Department of Sports, Government of India payable at Delhi / New Delhi
towards the cost of NIT will be enclosed by the bidder with the technical
bid. Bids not accompanied by the cost of the NIT downloaded from the
website will not be considered and will be summarily rejected.
6.2 Processing Fee: Each bid will be accompanied with a non-
refundable processing fee of Rs.5,000.00 (Rupees Five Thousand Only).
Processing fee can be paid by means of a Demand Draft / Banker Cheque
drawn in favour of the PAO, Department of Sports, Government of India
payable at Delhi / New Delhi. Technical Bids not accompanied by the
prescribed processing fee shall be summarily rejected.
7. Earnest Money Deposit:
7.1 To safeguard the interests of the Government, each bid will also be
accompanied by an Earnest Money Deposit of Rs.10.00 Lakhs (Rupees
ten lakhs only). Earnest Money can be deposited along with the technical
- 8 -
bid by means of a Demand Draft / Banker Cheque drawn in favour of the
PAO, Department of Sports, Government of India payable at Delhi / New
Delhi or Fixed Deposit Receipt / Bank Guarantee drawn in favour of the
Department of Sports, Government of India payable at Delhi / New Delhi.
Technical bids not accompanied by earnest money shall be summarily
rejected. No interest shall be payable by the Employer for the sum
deposited as EMD.
7.2 Earnest money will be returned to all unsuccessful bidders without
interest as soon as practicable after a decision on bids.
7.3 The earnest money shall be liable for forfeiture in the following
events:
I. If Proposal is withdrawn during the validity period or any extension agreed by the consultant thereof.
II. If the Proposal is varied or modified in a manner not acceptable to the Employer after opening of Proposal during the validity period or any extension thereof.
III. If the consultant tries to influence the evaluation process.
IV. If the First ranked consultant withdraws his proposal during negotiations (failure to arrive at consensus by both the parties shall not be construed as withdrawal of proposal by the consultant).
8. Security Deposit:
8.1 Successful bidder shall within one month from the date of conveying
acceptance of the tender in his favour in writing will have to deposit a sum
equal to five per cent of the total estimated cost of the PMC work for the
proposed construction work Security for the fulfillment of the contract in the
same manner as laid down in Para 7.1 for depositing Earnest Money. In
the case of the successful bidder, the earnest money already deposited by
him will not be refunded to him / her but will be adjusted against the
- 9 -
security deposit and the balance, if any, will have to be paid by him / her
within the aforesaid period. Alternatively, the successful bidder may submit
security for the entire amount in the laid down manner and seek refund of
the security deposit.
9. Submission of proposals:
9.1 Two Bid system: The offer shall be submitted in 2 separate sealed
covers - one for Technical Bid and the other for Financial Bid. The original
and all copies of the Technical Proposal shall be placed in a sealed cover
clearly marked as “Technical Bid in response to Department of
Sports NIT No. No.F.70 - 77 / 2014 – SP VI dated 5th November, 2014
for PMC work for taking up the construction works of the National
Sports University, Manipur”. Similarly, the original financial proposal shall
be placed in a sealed cover clearly marked as “Financial Bid in
response to Department of Sports NIT No. No.F.70-77 / 2014 –
SP VI dated 5th November, 2014 for PMC work for taking up
construction works of the National Sports University, Manipur” and
will also mention the name of the Bidder PSU with address and
Stamp. The envelopes containing the Technical Proposals, Financial
Proposals, EMD and bid processing fees shall be placed into an outer
envelope and sealed. This outer envelope shall bear the submission
address, reference number be clearly marked “DO NOT OPEN, BEFORE
3 pm on 15th November 2014” and will also mention the name of the
Bidder PSU with address and Stamp. The Department of Sports,
MSDEYAS shall not be responsible for misplacement, losing or premature
opening if the outer envelope is not sealed and/or marked as stipulated.
This circumstance may be case for Proposal rejection. If the Financial
Proposal is not submitted in a separate sealed envelope duly marked as
indicated above, this will constitute grounds for declaring the Proposal non-
responsive.
9.2 While Technical Bids will be opened on the date and time given in Para 10.1
below, financial Bid of only technically qualified bidders will be opened later for which
separate date and time will be notified on the website of this Ministry.
- 10 -
9.3 Technical Bids will consist of -
i) Copy of NIT & clarifications issued by MSDEYA&S to this NIT, if any,
duly signed and stamped on each page by the authorized signatory of
the bidder as a mark of acceptance of all conditions of the NIT
ii) non-refundable Bid Processing Fee
iii) Prescribed Earnest Money Deposit (EMD)
iv) All documents as more specifically mentioned in Para 5.1 of this
NIT
v) Information in Annexure II to VI. Technical bids not meeting this
requirement will not be considered and summarily rejected.
9.4 Financial Bids will consist of the Agency Charges to be quoted by
the bidder in the following format:
Percentage (%) Agency charges
quoted by the Bidder in digits
Percentage (%) Agency charges
quoted by the Bidder in words
The Financial proposal shall not include any conditions attached to it
and any such conditional financial proposal shall be rejected
summarily.
9.5 While Technical Bids will be opened on the date and time given in Para
10.1 below, financial Bid of only technically qualified bidders will be opened
later for which separate date and time will be notified on the website of this
- 11 -
Ministry. Bidders should be in the lookout for the date of opening the financial
bids by visiting the website of this Ministry from time to time.
9.6 The proposals from the interested eligible Bidders shall be accepted
at the following address up to 1500 Hrs (Indian Standard Time) on 15th
November, 2014.
The proposal shall be addressed to:
The Under Secretary (SP-VI)
Department of Sports,
Ministry of Skill Development, Entrepreneurship, Youth Affairs &
Sports, Government of India,
Cafeteria Building,
Pragati Vihar Hostel, CGO Complex, Lodhi Road,
New Delhi-110003
Tele No. 011-24368245/24368242
Fax: 011-24362942
E-mail: [email protected]
9.7 The proposal may be sent by post or delivered in person on the
above mentioned address. The responsibility for ensuring that the
proposals are delivered in time would vest with the Bidder. MSDEYA&S
shall not be responsible if the proposals are delivered late or elsewhere.
9.8 Proposals received either by post or courier service or in person
after the specified date and time will not be opened or considered.
MSDEYA&S, at its discretion, may extend the deadline for the
submission of the proposals, as it may deem appropriate.
- 12 -
10. Opening of Proposals:
10.1 MSDEYA&S shall open the Technical Bids at 1530 hours on 15th
November, 2014 at the address stated in Para 9.6 above in the presence
of authorized representatives from participating Bidders, who choose to
attend. In case the date fixed for opening of the proposals is subsequently
declared as holiday by the Government, the proposals will be opened on
the next working day with the time and venue remaining unaltered.
11. Evaluation:
11.1 The proposals will be evaluated, based on the eligibility criteria and
submission of all the requisite information / documents as asked for in this
NIT, as per Annexure II.
11.2 Bidder(s) meeting the eligibility after evaluation will be selected for
award of various construction works for the National Sports University,
Manipur, in two phases, namely, phase I and phase II.
11.3 Evaluation shall be made on Cost Evaluation under Combined
Quality Cum Cost Based System (CQCCBS)
11.4 Under CQCCBS, the technical proposals will be allotted weightage of
70% and only bidders securing a minimum of 70% marks in technical
evaluation shall be considered technically qualified. Financial proposals of
only those firms who are technically qualified shall be opened publicly on
the date & time to be notified, in the presence of the Consultants’
representatives who choose to attend. The name of the Consultants, their
technical score (if required) and their financial proposal shall be read aloud.
Financial proposals will be allotted weightages of 30%.
11.5 Proposal with the lowest cost may be given a financial score of 100
and other proposals given financial scores that are inversely proportional to
their prices.
- 13 -
11.6 The total score, both technical and financial, shall be obtained by
weighing the quality and cost scores and adding them up. The proposed
weightages for quality and cost shall be specified in the RFP.
11.7 Highest points basis: On the basis of the combined weighted score
for quality and cost, the consultant shall be ranked in terms of the total
score obtained. The proposal obtaining the highest total combined score in
evaluation of quality and cost will be ranked as H-1 followed by the
proposals securing lesser marks as H-2, H-3 etc. The proposal securing
the highest combined marks and ranked H-1 will be invited for negotiations,
if required and shall be recommended for award of contract.
11.8 The Bidder who has secured first rank in technical evaluation shall be
called for further negotiation after opening and evaluation of its financial
proposals.
11.9 The Name of the successful bidder along with details of cost etc. shall
be posted on the departmental website after the award to the successful
bidder has been made and communicated to him in writing.
12. Agency Charges:
12.1 MSDEYA&S shall approve the designs of each construction work
along with detailed working drawings / preliminary estimate / detailed
estimate / structural designs. Each bidder will quote the minimum
agency charges as a percentage of the total cost of works in the
financial bid in the prescribed format indicated in Para 9.4 above.
13. Award of Contract:
13.1 After completing negotiations, if any, this Ministry will issue a letter of
Award of Contract to the selected Bidder. The selected bidder will sign the
contract after fulfilling all the formalities within fifteen days of issuance of
the letter of Award of Contract.
14. Disclaimer
- 14 -
14.1 The information contained in this NIT or subsequently provided to
bidders, whether verbally or in documentary or any other form by or on
behalf of Department of Sports, MSDEYA&S or any of its employees or
advisers, is provided to Applicants on the terms and conditions set out in
this NIT and such other terms and conditions subject to which such
information is provided.
14.2 This NIT is not an agreement and is neither an offer nor invitation by
the Department of Sports, MSDEYA&S to the prospective Applicants or any
other person. The purpose of this NIT is to provide interested parties with
information that may be useful to them in the formulation of their proposals
pursuant to this NIT. This NIT includes statements, which reflect various
assumptions and assessments arrived at by the Department of Sports,
MSDEYA&S in relation to the construction work. Such assumptions,
assessments and statements do not purport to contain all the information
that each Applicant may require. This NIT may not be appropriate for all
persons, and it is not possible for the Department of Sports, MSDEYA&S,
its employees or advisers to consider the objectives, technical expertise
and particular needs of each party who reads or uses this NIT. The
assumptions, assessments, statements and information contained in this
NIT, may not be complete, accurate, adequate or correct. Each Applicant
should, therefore, conduct its own investigations and analysis and should
check the accuracy, adequacy, correctness, reliability and completeness of
the assumptions, assessments and information contained in this NIT and
obtain independent advice from appropriate sources. Information provided
in this NIT to the Applicants is on a wide range of matters, some of which
depends upon interpretation of law. The information given is not an
exhaustive account of statutory requirements and should not be regarded
as a complete or authoritative statement of law. The Department of Sports,
- 15 -
MSDEYA&S accepts no responsibility for the accuracy or otherwise for any
interpretation or opinion on the law expressed herein.
14.3 The Department of Sports, MSDEYA&S, its employees and advisers
make no representation or warranty and shall have no liability to any
person including any Applicant under any law, statute, rules or regulations
or tort, principles of restitution or unjust enrichment or otherwise for any
loss, damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this NIT or otherwise,
including the accuracy, adequacy, correctness, reliability or completeness
of the NIT and any assessment, assumption, statement or information
contained therein or deemed to form part of this NIT or arising in any way in
this Selection Process.
14.4 The Department of Sports, MSDEYA&S also accepts no liability of
any nature whether resulting from negligence or otherwise however caused
arising from reliance of any Applicant upon the statements contained in this
NIT.
14.5 The Department of Sports, MSDEYA&S may in its absolute
discretion, but without being under any obligation to do so, update, amend
or supplement the information, assessment or assumption contained in this
NIT.
14.6 MSDEYA&S reserves right to accept or reject any or all proposal (s)
or to annul the NIT / RFP process and reject all proposals at any time prior
to award of contract without assigning any reason whatsoever and without
thereby incurring any liability to the affected bidder (s) on the ground of
MSDEYA&S’s action.
- 16 -
14.7 The Applicant shall bear all its costs associated with or relating to the
preparation and submission of its Proposal including but not limited to
preparation, copying, postage, delivery fees, expenses associated with any
demonstrations or presentations which may be required by the Department
of Sports, MSDEYA&S or any other costs incurred in connection with or
relating to its Proposal. All such costs and expenses will remain with the
Applicant and the Department of Sports, MSDEYA&S shall not be liable in
any manner whatsoever for the same or for any other costs or other
expenses incurred by an Applicant in preparation or submission of the
proposal, regardless of the conduct or outcome of the Selection Process.
14.8 Any effort by a Bidder to influence the proposal comparison /
evaluation / work award decision by way of overt / covert canvassing shall
result in non consideration / rejection of its proposal.
14.9 MSDEYA&S reserves the right to change the schedule of dates / time
stated in this NIT. Changes, if any, will be displayed on the website of
MSDEYA&S. As such the bidders are requested to regularly check the
MSDEYA&S website.
14.10 In case of any dispute, Jurisdiction of courts in New Delhi will apply.
14.11 The responsibility of giving truthful information without concealing
any facts is that of the Bidder(s). In case, at any stage, it is found that any
information given by the Bidder(s) is false / incorrect / concealed, then
MSDEYA&S shall have the absolute right to take any action as deemed fit
including but not limited to dropping the bidding PSU from consideration
for award of work / blacklisting etc. without incurring any liability to the
affected bidder(s) on the ground of MSDEYA&S’s action.
- 17 -
Annexure I
Infrastructure requirement for the National Sports University
I.
Phase-wise Requirement of Academic Infrastructure of the NSU
[Key: - O – Dean Office, C – Classrooms, L – Laboratories,
F – Faculty Rooms, RS – Research Scholars, SR – Seminar Rooms]
(A) School of Sports Sciences, Sports Medicine and
Technology
Department /
Division
O C L F RS SR
Phase I
Sports
Physiology &
Anatomy
Exercise
Physiology
Division
Functional
Anatomy
Division
2
2
3
3
4
4
6
6
2
2
1
1
- 18 -
Sports Nutrition
Division
1
3
2
6
2
1
Biochemical
Sciences
Dope Control
Counselling
Division
Sports
Biochemistry
Division
2
2
3
3
2
2
2
6
2
2
1
1
Sports
Psychology
Performance
Psychology
Division
Social
Psychology
Division
2
2
3
3
2
2
6
4
2
2
1
1
Sports
Biomechanics
- 19 -
and
Kinesiolohy
Sports
Biomechanics
Division
Isotonic and
Isokinetic
Division
2
2
2
2
2
2
6
3
2
2
1
1
Sports
Physiotherapy
and
Rehabilitation
Pre Participation
Evaluation
Division
Rehabilitation
Sciences
Division
Prosthetic and
Orthotic Division
2
2
2
2
3
3
3
3
2
10
2
1
10
7
2
1
-
-
-
-
1
1
1
1
- 20 -
Sports Dentistry
Division
Phase II
Sports Geriatric
Sciences,
Adventure
Sports and
Disability
Studies
3
3
3
10
4
1
Sports
Management
and Digital
Media
2
2
5
10
4
1
Sports
Technology and
Architecture
2
2
5
10
4
1
Clinical Sports
Medicine Unit
Pre participation
Evaluation
division
10
-
10
-
-
1
- 21 -
(B) School of Sports Education
Phase I
Sports
Education
(Teaching)
Sports
Education
Division
2
3
-
6
1
1
- 22 -
II
Phase-wise Requirement of Sports Infrastructure and Financial
Implications
Name of the Facility Area Approximate Cost
(Rs. in Crores)
Athletic stadium
(Synthetics Track)
10 Acres 10 – Phase I
Warm –up (Synthetics
Track)
8 Acres 04 – Phase II
Grassy/Cinder Track 8 Acres 01– Phase I
Badminton Complex
(Indoor Stadiums/open
Courts)
2 Acres 03 – Phase I
Basketball / Volly ball /
Net ball Complex (Indoor
Stadia)
2 Acres 05 – Phase I
Boxing Complex (Indoor
and Outdoor)
2 Acres 05 – Phase I
Cycling Velodrome 6 Acres 04 – Phase II
Football Complex 12 Acres 02.50 – Phase I
Gymnastics
Centre(Indoor and
1 Acre 05 – Phase I
- 23 -
Outdoor)
Hockey (Synthetic Turf
and grassy grounds)
12 Acres 06 – Phase I
Judo Complex (Indoor
and Outdoor)
1 Acre 04 – Phase I
Kabaddi /Kho-Kho 2 Acres 0.50 – Phase I
Squash Courts (4 sets of
Three Indoor Courts)
2 Acres 05 – Phase I
Swimming Complex 3 Acres 12 – Phase I
Shooting Ranges 6 Acres 20 – Phase II
Table Tennis Complex
(Indoor)
2 Acres 03 – Phase I
Tennis Complex 4 Acres 03 – Phase I
Weightlifting Centre 1 Acre 03 – Phase I
Fitness Centre 1 Acre 03 – Phase I
Circuit Training/Sand
Training /Conditioning
Complex
6 Acres 02 – Phase I
Sauna and Steam Facility 1 Acre 01 – Phase I
84 Acres 104 Crores
- 24 -
*The Area mentioned above includes the open space around the
complexes.
Phase I : Rs.76 Crores.
Phase II : Rs.28 Crores.
- 25 -
III
Phase-wise requirement of the Services Infrastructure
for the National Sports University
1) Medical Health
Centre
with four Doctors, Consultants,
10 bedded
2) Shopping
(Phase II)
20 shops, Day Care,
Restaurant, Fast food, Cyber,
Video Games, travel agent
3) Canteens Spread around the campus
plus kiosks
4) Bank Core plus ATMs
5) Post Office Speed Post
6) Auditoriums /
Stadia
in all major sports, over a
period of 5 years.
7) Conference Halls 50 to 100 seats with adjoining
space for Meals
8) Meeting Rooms 20 to 50 seats
9) Guest House 20 double bed rooms
10) Engineering Wing
including
Mechanical and
Electrical
supervisory, maintenance,
planning: The entire work can
also be outsourced & central
supporting services
- 26 -
Workshop
11) Landscaping wing planning, maintenance
12) Computer Centre central supporting services
13) Cultural Centre central facility
14) Security (Police
Station)
15) Helipad
(Phase II)
VVIP, emergencies
Approximate area: 20,000 sq.m in 2 phases over a period of 5
years, with about 15,000 sq.m in Phase I and the balance 5,000
sq. m in Phase II.
- 27 -
IV
Phase-wise requirement of Residential Accommodation
for the National Sports University
S.
No
Type Number
(approx.)
Area Total
area
a. Graduate Students 1000 10’ X 10’ 100000
b. Post Graduate
Students
500 10’ X 10’ 50000
c. Research Fellows 200 10’ X 10’ 20000
d. Participants in
Tournaments / Short
Term Courses*
500
10’ X 10’
50000
e. Trainees* 300 10’ X 10’ 30000
f. Resource Persons 100 15’ X 12’. 18000
g. Coaches 100 10’ X 10’ 10000
h. Essential staff 180 10’ X 10’ 18000
Total 2880 296000
Say:
3lakh
- 28 -
The UG diploma trainees and the volunteer coaching trainees are
mostly expected from Manipur only and thus are expected to be day
scholars.
The residential accommodation may also be taken up in two phases,
with about 20,000 sq. m taken up in Phase I and the balance 16,000
sq.m taken up in Phase II.
Phase-wise requirement of Residential Accommodation
for the Faculty and Administrative Staff
Faculty and Administrative Staff 350000 Sq. ft., say
35,000 sq.m.
The residential accommodation for the Administrative officers / staff
and Faculty positions may also come up in 2 phases, with 25,000 sq.
m in Phase I and balance 10,000 sq. m in Phase II.
sq.ft.
- 29 -
V
Phase-wise requirement of Office Accommodation
for the National Sports University
S.No. Type Number Area Total Area
(Sq. ft.)
a)
Offices(Administrative
& Academic)
111
15’ X 15’
24,975
b) Classrooms 68 30’ X 30’ 61,200
c) Laboratories 60 40’ X 40’ 96,000
d) Faculty Rooms 136 10’ X 12’ 16,320
e) Research Scholars 38 10’ X 10’ 3,800
f) Stores 120 10’ X 10’ 12,000
g) Seminar halls 25 40’ X 40’ 40,000
Total 2,54,295
The Office accommodation for the Administrative set up and the
faculty will also come up in 2 Phases, with about 15,000 sq. m in
Phase I and the balance 10,000 sq. m in Phase II.
- 30 -
Annexure II
Proposed Technical Evaluation Criteria
(Total weightage 100 marks for Central PSUs)
S.
No.
Criterion Evaluation Criteria
A ORGANIZATIONAL
STRENGTH
20 marks
(i) Presence of in-house
professionally qualified staff in
the CPSU in following indicative
categories
Civil Engineer
9 marks
Civil Engineer
(Min. Qualification-B. Tech)
Above 400 Engineers: 9
marks
Between 200 to 400
Engineers: 7 marks
Between 100-200 Engineers:
5 marks
Electrical Engineer
7 marks
Electrical Engineer
(Min. Qualification-B. Tech)
Above 25 Engineers: 7
marks
Between 15 to 25 Engineers:
5 marks
Below 15 Engineers: 3
marks
- 31 -
Architect on roll / on approved
panel
4 marks
Architect
(Minimum Qualification – B.
Arch)
Above 15 Architects: 4 marks
Between 10 to 15 Architects:
3 marks
Up to 10 architects: 2 marks
B RELEVANT EXPERIENCE 20 marks
(i) Experience in Institution /
University / Sports / Hospitals
/ Infrastructure Projects:
Project successfully completed
and / or nearing completion in
last ten calendar years:
15 marks
Above Rs. 150 Crores: 15
marks
Above Rs. 100 Crores up to 150
Crores: 10 marks
Below Rs. 100 Crores: 5 marks
Details of projects to be
furnished by the bidder in a
separate Annexure to be
enclosed with this.
(ii)
Experience in North East
Region (building works in last
10 years) or Hilly region of J&K,
HP, Uttarakhand etc.,
5 marks
No of
Projects
(2.5
marks)
Total
Value of the projects
(2.5 marks)
>25: 2.5
marks
Above Rs. 150
Crores: 2.5 marks
10 – 25:
1.5
marks
Rs. 100 to Rs. 150
Crores: 1.5 marks
<10: 0.5 <Rs. 100 Crores: 0.5
- 32 -
marks marks
Details of projects to be
furnished by the bidder in a
separate Annexure to be
enclosed separately with this.
C FINANCIAL CAPABILITY 30 marks
i) Average Annual Financial
turnover in last five financial
Years.
(2009-10 / 2010-11 / 2011-12 /
2012-13 / 2013-14)
10 marks
Less than Rs. 500 Crores: 5
marks
Rs. 500 to Rs. 1000 Crores: 7.5
marks
Rs. 1000 Crores and above: 10
marks
IMPORTANT:
Audited financial results of all
relevant years and summary
to be submitted.
For the purposes of financial
turnover operative turnover
given in the balance sheet
shall be taken into account
ii) Average Annual Profit (PBIDT)
in last five financial years.
(2009-10 / 2010-11 / 2011-12 /
2012-13 / 2013-14): 10 marks
Less than Rs. 75 Crores: 5
marks
Rs. 75 - 100 Crores: 7.5 marks
Above Rs. 100 Crores: 10
- 33 -
marks
IMPORTANT
Audited financial results of all
relevant years and summary
to be submitted.
iii) Net worth / solvency for the last
five financial years
(2009-10 / 2010-11 / 2011-12 /
2012-13 / 2013-14): 5 marks
>Rs. 100 Crores: 5 marks
Rs. 50 – 100 Crores: 3
marks
< Rs. 50 Crores: 1 mark
iv) MOU RATING OF THE PSU 5 marks
MOU Rating for the last five
years
(2009-10 / 2010-11 / 2011-12 /
2012-13 / 2013-14)
Excellent : 5 marks
Very Good: 3 marks
Below Very Good : 1 mark
D APPROACH AND
METHODOLOGY
30 marks
Consultants Approach and
Methodology to perform the
Consultancy assignment based
on the TOR supplied by the
Client
Mark to be allotted by Client’s
evaluation committee/team on
the basis of presentation made
by the PSU
Total (A to D) : 100 Marks
- 34 -
ANNEXURE III
Details about the Bidder PSU
S.N
o.
Particulars
1. Full name of the Bidder
PSU (In capital letters)
2. Full address of the Bidder
PSU
3. (A) Telephone No.
(B) Fax No.
4. Names and details of the
Authorized Signatory of
this NIT (Address, contact
telephone Number, Mobile
number, FAX No., Email
ID)
5. Has the bidder PSU been
black listed by any
organization. If so,
attach the details of the
same.
6. PAN :
7. TAN :
8. Service Tax registration
No.:
No. of full time employees Graduate Supporting Staff
- 35 -
for the project Engineers (Technical)
Financial strength of
the
Organization for the
last 5 years.
Turnover Net Profit
08-
09
09-
10
10-
11
11-
12
12-
13
08-
09
09
-
10
10
-
11
11-
12
12
-
13
9. It is hereby certified that …………………………………… (The bidding
PSU herein) has never been black-listed by Central/ State governments/
PSUs.
10. It is hereby submitted that all the terms and conditions of this NIT are
acceptable to the Bidder PSU.
I hereby certify that the above-mentioned particulars are true and correct.
Signature of Authorized Signatory.
Name of Authorized Signatory
PSU Stamp
- 36 -
Annexure IV
Details of personnel
S.
No.
Category No. of
persons
1. Graduate
Engineers
- Civil
- Electrical
- Architect
2. Supporting Staff
(Technical)
Total
- 37 -
Annexure V
Details of Net work offices in the North Eastern States, preferably Manipur
S.
No.
Location No. of personnel Details of
Office Space
Details of
Infrastructure
Graduate
Engineer
Supporting
Staff
(Technical)
- 38 -
Annexure VI
Details of the experience in successfully executing projects in the past 5
years.
S.
No.
Type of
activity
Title of the
Project/Job
Name &
address
of the
Client
Duration of
Project (in
months) &
Year of
Start &
Completion
Value of
the
Project/
Job
(Rs. in
Lakh)
Details of
Services
/Products
delivered