Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 1 - Correction...…Nil...,……. - 1 - Overwriting…..Nil............
PRESS NOTICE
Delhi Public School Society,
F-Block, East of Kailash, New Delhi-110065
Phone: +91 11 26472002; 26223173; 43126700 e-Mail: [email protected]
TENDER NOTICE Sealed item rate tenders are invited on behalf of the DPS Society New Delhi in two bid
system from eligible contractors for the following work:
Name of Work:C/o Human Resource Development Centre for DPS Society at Knowledge Park-
V, Greater Noida- Package-II (MEP)
Architect: C. P. Kukreja Architects, Green Park, New Delhi 110 016
Estimated cost: Rs. 21.91 Cr; Earnest Money: 32 Lacs; Time Allowed: 6 Months;
Pre-Bid Meeting: 19th Sep’17; Tender Sale Upto: 22nd Sep’17; Tender opening: 26th Sep‘17
For further details, please refer to web site www.dpsfamily.org
Sd/-
Secretary
Secretary,
Delhi Public School Society,
F-Block, East of Kailash, New Delhi-110065
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 2 - Correction...…Nil...,……. - 2 - Overwriting…..Nil............
NOTICE INVITING TENDER (N.I.T.)
On behalf of the Delhi Public School Society,New Delhi-110065, sealed item rate tenders
are invited by the Secretary, DPS Society in two bid system [Tender Document-I
(Eligibility) and Tender Document-II (financial) ] from experienced and established
contractors fulfilling pre-qualifying criteria as contained hereinafterin the tender documentsfor
the under mentioned work:
Name of Work:
C/o Human Resource Development Centre for
DPS Society at Knowledge Park-V, Greater
Noida- Package-II (MEP)
Estimated cost: External Power Distribution System: Rs.13.95 Cr
HVAC: Rs. 5.83 Cr
DG Sets: Rs. 2.13 Cr
Total Rs. 21.91 Cr
Earnest Money: Rs 32 Lacs
Time Allowed: 6 Months
Nature of Work:
1. External Power Distribution System for the HRD Complex including 11/ 0.433 KV
transformers, DG Sets, UPS, BMS, Fire alarm & PA system, IPUC system, Integrated IT &
EPABX system, LT/ HT/ other panels, KWH meters and meter boards, external lighting,
supply of fan and light fixtures and other miscellaneous items for six buildings (Admin/
Academic Block, Hostel Block and Multi-purpose Hall, Lecturer’s and Support staff
residential blocks and Gym & Change Rooms) located therein
2. Centralized HVAC system for Admin/ Academic Block, Hostel Block and Multi-purpose
Hall
Cost of Tender: Rs 3000/- (Non-refundable)
Tender Sale: On any working day upto 22nd
Sept’17 between 11:00 AM and 4:00 PM.
Tenders can be had on proof of registration on
with following:
i. GST
ii. Employees’ State Insurance Corporation
iii. Provident Fund Organisation
iv. Income Tax Department
Address for Tender Sale, Receipt & Opening:
Office of: The Dy. Director (Engg)
Engineering Division, DPS Society,
F-Block, East of Kailash, New Delhi-110065
Pre-Bid Meeting: 19th Sept’17 at 14:30 Hrs
Venue: Conference Hall,
Delhi Public School Society,
F-Block, East of Kailash,
New Delhi-110065
Tender Receipt/ Opening : 3:00 PM/ 3:30 PM on 26th Sep’17;
1. Initial criteria for eligibility:- Contractors who fulfill the following requirements shall be
eligible to apply.
a. The tenderer as on 31st Aug’17 shall have to be:
i. In the business of construction as a contractor for last seven years or more.
ii. Registered as a construction firm with GST, Employees State Insurance
Organisation (ESIC) as well as Regional Provident Fund Organisation (RPFO) for
last five years or more
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 3 - Correction...…Nil...,……. - 3 - Overwriting…..Nil............
b. The tenderer should have satisfactorily completed works as mentioned below during the last
seven years ending previous day of last date of submission of tenders. For this purpose cost
of work shall mean gross value of the completed work including cost of material supplied
by the client but excluding those supplied free of cost. This should be certified by the
Chartered Accountant, Owner of the work, an officer not below the rank of Executive
Engineer for Government works.
i. Three completed similar works each costing not less than Rs. 8.8 Crores.
OR
ii. Two completed similar works each costing not less than Rs. 13.2 Crores. OR
iii. One completed similar work costing not less than Rs. 17.6 Crores.
Similar work shall mean works of “External power distribution system, HVAC Works
(High & low side) and HT/ LT panels for Educational/ Institutional/ Office/ IT centre/
Hospital buildings etc”.
S imilar work, i f executed under joint venture by applicant firm, for evaluating technical
bid, the proportionate share as p e r “J o i n t V en t u r e Memorandum of Understanding
(MoU)” ‘between the parties shall be considered. In such cases, the applicant firm to submit
along with tender documents the related ‘Joint Venture MOU’.
The value of executed work shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the actual date of completion
to the previous day of last date of receipt of Tender.
At the time of submission of tender, the tenderer shall have also to submit an affidavit on
non-judicial stamp paper of Rs. 10/- as under:
“I/ We undertake and confirm that eligible similar work(s) has/ have not been got executed
through another contractor on back to back basis. Further that, if such a violation comes
to the notice of owner/ employer, then I/ We shall be debarred for tendering in Delhi Public
School Society contracts in future forever. Also, if such a violation comes to the notice of
owner/ employer before date of start of work, the owner/ employer shall be free to forfeit the
entire amount of Earnest Money Deposit/ Performance Guarantee.
I/ We confirm that I / we a m / are in construction business for more than 7 years as on
previous day of last date of submission of tenders.
c. The tenderer is to have an average annual financial turnover of Rs 22 Crores
immediate last three consecutive balance sheets duly audited & certified by Charted
Accountant. Year in which no turnover is shown would also be considered for working out the
average.
d. The tenderer should not have incurred any loss in any of last three years, duly certified
and audited by the Chartered Accountant.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 4 - Correction...…Nil...,……. - 4 - Overwriting…..Nil............
e. The tenderer’s performance for each of the qualifying work (as at 2.b above) completed in the
last seven years and those in hand should be certified by the owner/ client or an officer not
below the rank of Executive Engineer or equivalent and should be obtained in sealed cover.
2. Evaluation criteria:
a. The details submitted by the tenderers will be evaluated in the following manner:
i. The initial minimum criteria prescribed in para 2.a to 2.e above in respect of experience
of similar class of works completed and financial turn over,etc. will first be scrutinized
and the tenderer’s eligibility for the work be determined.
ii. Those tenderers only who qualify the initial criteria as set out in para 2.a to 2.e above
will be evaluated for following attributes by scoring method as specified in
“ANNEXURE – I” on the basis of certified details furnished by them.
(a) Financial strength (Form ‘A’) : Maximum 15 marks
(b) ‘Experience’ in similar nature of work during last seven
years (Form‘B’)
: Maximum 15 marks
(c) ‘Time Over Run’ on qualifying similar works (Form B &
‘D’) – Time over run
: Maximum 30 marks
(d) ‘Quality’ of qualifying similar completed works and works
in progress (Form ‘B’, 'C' & ‘D’) - Quality
: Maximum 35 marks
(e) Desirable Criteria (Forms G, H, and I) Maximum 5 marks
Total
100 marks
To become eligible for short listing, the tenderer must secure at least fifty percent marks in
each of above criteria above [except(e)] and sixty percent marks in aggregate.
The owner/ employer, however, reserves the right to restrict the list of such qualified
contractors to any number deemed suitable by it.
iii. For criteria mentioned at (d) (i.e. Performance on Works-Quality) above:
For qualifying similar completed Works:- The evaluation will be done as per certificate
(Form ’D’) of the eligible similar completed works contained in Form ‘B’ (Max. Marks
10 out of total 35 marks) .
For Works in Progress:- A specially constituted committee shall evaluate the selected
any one or more work(s) in progress for each of the tenderer as per details submitted by
them in Form’C’ (Max. Marks 25 out of total 35 marks).
The committee shall evaluate the selected work/project as per criteria fixed by it and its
decision shall be final in allocation of marks for each of the criteria.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 5 - Correction...…Nil...,……. - 5 - Overwriting…..Nil............
b. Even though any tenderer may satisfy the above requirements, he would be liable to
disqualification if he has:
i. Made misleading or false representation or deliberately suppressed the information in
the forms, statements and enclosures required in the eligibility criteria document,
ii. A record of poor performance such as abandoning work, not properly completing the
contract, or financial failures / weaknesses etc.
3. Financial information -Tenderer should furnish the following financialinformation:
Annual financial statement for the last five years in (Form“A”)
4. Experience in works highlighting experience in similar works -
a. Tenderer should furnish the following:
i. List of all works of similar nature successfully completed during the last seven years in
(Form “B”).
ii. List of the works under execution or just awarded in (Form“C”). Information in (Form
“C”) should be complete. No work, which is under execution, should be leftout
b. Particulars of completed works and performance of the tenderer duly authenticated/ certified by
an authorized officer not below the rank of Executive Engineer or equivalent should be
furnished separately for each work completed or in progress in (Form“D”).
5. Organizational information
Tenderer is required to submit the information in respect of his organization in Forms “E”
6. Affidavit on Non-Judicial Stamp Paper:
An affidavitonnon-judicial stamp paper of Rs. 10/- (as per Form “F-1”)
7. Desirable Criteria -
i. Tenderer should furnish the information regarding experience of Completed Educational
Institute including development works in Form-G,
ii. Details of certificate in respect of ISO: 9001-2000, if any in Form-H,
iii. Experience of completed any GRIHA-3,4 or 5 star building/ project (of atleast7500 sqm
plinth area or above) in Form-I.
8. Letter of transmittal-
The tenderer should submit the letter of transmittal attached with the document together with
Willingness Certificate as per ANNEXURE-II from eligible electrical contractor.
9. Opening of Price Bid-
After evaluation of applications, a list of eligible agencies will be prepared. Thereafter the
financial tenders of only the eligible tenderers shall be opened at the notified time,date and
place in the presence of the qualified tenderers or their representatives. The tenders shall
remain valid for 90 days from the date of opening of eligibility / technical bids.
10. Award criteria -
a. The Owner/ Employer reserves the right, without being liable for any damages or obligation to
inform the tenderer to:
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 6 - Correction...…Nil...,……. - 6 - Overwriting…..Nil............
i. Amend the scope and value of contract to thetenderer.
ii. Reject any or all the applications without assigning any reason.
iii. Award the work without assigning any reason to any of the tenderer.
b. Any effort on the part of the tenderer or his agent to exercise influence or to pressurize the
tender accepting authority would result in rejection of his bid. Canvassing of any kind is
prohibited.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 7 - Correction...…Nil...,……. - 7 - Overwriting…..Nil............
FORMS SEEKING INFORMATION REGARDING ELIGIBILITY :
FORM‘A’
FINANCIALINFORMATION
I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/ profit
& loss account for the last three years as submitted by the applicant to the Income Tax
Department (Copies to be attached) duly certified by the Chartered Accountant,.
S.
No.
Description Years
F.Y.
2014-15
F.Y.
2015-16
F.Y.
2016-17
(i) Gross Annual turnover on
Construction W orks
(ii) Profit /Loss
II. Financial arrangements for carrying out the proposed work.
Signature of Chartered Accountant with Seal Dated Signature of Tenderer(s) with seal.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 8 - Correction...…Nil...,……. - 8 - Overwriting…..Nil............
FORM “B”
DETAILS OF ALL WORKS OF SIMILAR CLASS COMPLETED DURING THE
LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION
OF TENDERS
S.N
o.
Nam
e of
wo
rk /
Pro
ject
an
d L
oca
tio
n
Ow
ner
or
spo
nso
rin
g o
rgan
izat
ion
Com
ple
tio
n C
ost
of
wo
rk i
n R
up
ees
in
Cro
res
Dat
e of
Co
mm
ence
men
t as
per
co
ntr
act
Sti
pula
ted
dat
e o
f co
mp
leti
on
Act
ual
Dat
e o
f C
om
ple
tion
Lev
y o
f co
mp
ensa
tio
n f
or
del
ay, if
an
y.
Lit
igat
ion /
arb
itra
tio
n c
ases
co
ncl
uded
/ i
n
pro
gre
ss w
ith d
etai
ls *
Nam
e, a
dd
ress
wit
h m
ob
ile,
tel
eph
one
Num
ber
an
d E
-mai
l ad
dre
ss o
f off
icer
to
wh
om
in
qu
irie
s co
uld
be
mad
e.
Rem
ark
s, i
f an
y
1 2 3 4 5 6 7 8
9 10 11
* Indicate gross amount claimed and amount awarded by the Arbitrator.
Dated Signature ofTenderer(s) with seal.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 9 - Correction...…Nil...,……. - 9 - Overwriting…..Nil............
FORM “C”
PROJECTS UNDER EXECUTION OR AWARDED
S.N
o.
Nam
e of
wo
rk /
Pro
ject
an
d L
oca
tio
n
Ow
ner
or
spo
nso
rin
g o
rgan
izat
ion
Co
st o
f w
ork
in
Ru
pee
s in
cro
res
Dat
e of
Co
mm
ence
men
t as
per
co
ntr
act
Sti
pula
ted
dat
e o
f co
mp
leti
on
Up
to d
ate
per
cen
tag
e pro
gre
ss o
f w
ork
Sco
pe
of
the
wo
rk (
Ph
ysi
cal)
Ph
ysi
cal
Pro
gre
ss o
f W
ork
Slo
w P
rogre
ss i
f an
y,
and r
easo
ns
ther
eof
Nam
e, a
dd
ress
wit
hm
obil
e, t
elep
ho
ne
Nu
mb
er a
nd
E-m
ail
add
ress
of
off
icer
to
wh
om
in
qu
irie
sco
uld
be
mad
e.
Rem
ark
s, i
f an
y
1 2 3 4 5 6 7 8 9 10 11 12
Certified that the above list of works is complete and no work has been left out and that the
information given is correct to my knowledge and belief.
Dated Signature ofTenderer(s) with seal.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 10 - Correction...…Nil...,……. - 10 - Overwriting…..Nil............
FORM‘D’
PERFORMANCE REPORT OF COMPLETED WORKS REFERRED TO IN FORMS “B”
1. Name of work/project &location :
2. Agreement no. :
3. Estimated cost :
4. Tendered cost :
5. Date of start :
6. Date of completion
(i) Stipulated date of completion :
(ii) Actual date ofcompletion :
7. Amount of compensation levied for delayed
completion, if any :
8. Amount of reduced rate items, if any :
9. Performance Report :
(1) Quality ofwork : Outstanding/ Very Good/ Good/ Fair/ Poor*
(2) Financial soundness : Outstanding/ Very Good/ Good/ Fair/ Poor*
(3) Technical Proficiency : Outstanding/ Very Good/ Good/ Fair/ Poor*
(4) Resourcefulness : Outstanding/ Very Good/ Good/ Fair/ Poor*
(5) General Behaviour : Outstanding/ Very Good/ Good/ Fair/ Poor*
Strike out which is not applicable
Dated: Executive Engineer or Equivalent
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 11 - Correction...…Nil...,……. - 11 - Overwriting…..Nil............
FORM“E”
STRUCTURE & ORGANISATION
1 Name & address of the tenderer :
2 Telephone no. /E-mail/ Telex no./ Faxno. :
3 Legal status of the tenderer (attach copies of original
document defining the legal status) :
: An Individual / A proprietary
firm/ A firm in partnership / A
limited company or
Corporation*
4 Particulars of registration with various Government
Bodies (attach certified photocopy)
:
Organisation/ Place of registration Registration No
a.
b.
c.
:
5 Names and titles of Directors & Officers with
designation relevant with this work.
:
6 Name & Designation of individual(s) authorized to
act for the organization
:
7 Has the tenderer, or any constituent partner in case
of partnership firm, ever abandoned the awarded
work before its completion? If so give name of the
project and reasons for abandonment.
:
8 Has the tenderer, or any constituent partner in case
of partnership firm, ever been debarred/ blackl-
isted for tendering in any organization at any
time? If so, give details
:
10 Has the tenderer, or any constituent partner in case
of partnership firm, ever been convicted by the
court of law? If so, givedetails.
:
11 Any other information considered necessary but
not included above. :
Strike out which is not applicable Dated Signature of Tenderer(s) with seal
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 12 - Correction...…Nil...,……. - 12 - Overwriting…..Nil............
FORM ‘F’
(Affidavit on non judicial stamp paper of Rs. 10/- )
I/We undertake and confirm that eligible similar work(s) has / have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of Owner/ Employer, then I/we shall be debarred for
tendering for works controlled by the Owner/ Employer in future forever. Also, if
such a violation comes to the notice of Owner/ Employer, the Owner/ Employer shall
be free to forfeit the entire amount of Earnest Money Deposit/ Performance
Guarantee.
I/We confirm that I/we am/are in construction business for more than 7 years as on
previous day of last date of submission of tenders.
Date :
Place :
Signature (s) of Tenderer(s)
With Seal of Firm
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 13 - Correction...…Nil...,……. - 13 - Overwriting…..Nil............
FORM‘G’
DETAILS OF COMPLETED EDUCATIONSL INSTITUTE INCLUDING
DEVELOPMENT WORKS
Name of the firm / contractor………………………………….…………….
Sl.
No
. N
ame
of
wo
rk/
pro
ject
an
d l
oca
tio
n
Ow
ner
or
spo
nso
ring
org
aniz
atio
n
Co
st o
f w
ork
in
cro
res
Dat
e o
f co
mm
ence
men
t as
per
con
trac
t
Act
ual
dat
e o
f co
mp
leti
on
Wh
eth
er c
erti
fica
te i
ssu
ed f
rom
des
ign
ated
au
tho
rity
(c
op
y o
f
cert
ific
ate
to b
e at
tach
ed)
Nam
e an
d A
dd
ress
(Po
stal
& E
-mai
l)/
tele
ph
on
e num
ber
of
off
icer
to
wh
om
ref
eren
ce m
ay b
e
mad
e
Rem
ark
s ab
ou
t sp
ecif
ic f
eatu
res
for
edu
cati
on
al i
nst
itu
te.
1 2 3 4 5 6 7 8 9
Certified that the above list of works is complete and no work has been left out and that the
information given is correct to my/ our knowledge and belief.
SIGNATURE OF BIDDER(S)
WITH STAMP
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 14 - Correction...…Nil...,……. - 14 - Overwriting…..Nil............
FORM‘H’
DETAILS OF CERTIFICATION OF ISO:9001-2000
Name of the firm / contractor………………………………….…………….
I/ we hereby submit the above certification here under.
SIGNATURE OFBIDDER(S)
WITHSTAMP
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 15 - Correction...…Nil...,……. - 15 - Overwriting…..Nil............
FORM ‘I’
DETAILS OF COMPLETED BUILDING/ PROJECT WITH 3/ 4/ 5-STAR GRIHA
RATING
Name of the firm / contractor………………………………….…………….
Sl.
No
. N
ameo
f w
ork
/p
roje
ct
and
lo
cati
on
Ow
ner
or
spo
nso
rin
g o
rgan
izat
ion
Co
st o
f w
ork
in
cro
res
Pli
nth
are
a o
f th
e b
uil
din
g
Dat
e o
f co
mm
ence
Men
t as
per
co
ntr
act
Act
ual
dat
e o
f co
mp
leti
on
Wh
eth
er c
erti
fica
te i
ssu
ed f
rom
des
ign
ated
au
tho
rity
/ (
cop
y o
f
cert
ific
ate
to b
e at
tach
ed)
Nam
e an
d A
dd
ress
(P
ost
al &
E-
mai
l)/
tele
ph
on
e n
um
ber
of
off
icer
to w
ho
m r
efer
ence
may
be
mad
e
Rem
ark
s ab
ou
t sp
ecif
ic f
eatu
res
of
GR
IHA
Rat
ed p
roje
ct
1 2 3 4 5 6 7 8 9 10
Certified that the above list of works is complete and no work has been left out and that the
information given is correct to my/ our knowledge and belief.
SIGNATURE OF BIDDER(S)
WITH STAMP
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 16 - Correction...…Nil...,……. - 16 - Overwriting…..Nil............
ANNEXURE-I
CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS
FOR PRE-ELIGIBILITY / QUALIFICATION
Sr.
No.
Attributes Max
Mark
s
Evaluationcriteria
(A) Financial strength (Form ‘A’)
Average Annual Turnover
(15) (i) 60% marks for minimum eligibilitycriteria as
defined in Para 2.c
(ii) 100% marks for twice the minimum
eligibility criteria or more.
In between (i) & (ii) – on pro-rata basis
(B) Experience in completed similar
nature of work during last seven
years (Form ‘B’)
(15) (i) 60% marks for minimum eligibility criteria
as defined in 2.b
(ii) 100% marks for twice
theminimumeligibility In between (i) & (ii) – on pro-rata basis
(C) Performance on works (time over
run) (Form ‘D’) ---- “ For
Completed Works”
(30) If TOR [TOR=Actual time/ (Stipulated time
in agreement plus justified period of
extension of time)
Note: Marks for value in between the stages
indicated above is to be determined by straight
line variation basis.
<=1.00 1.25 1.50 1.75 2.00 >2.00
(i) Without levy of compensation 30 25 20 15 10 0
(ii) With levy ofcompensation 25 20 15 10 -10 -20
(iii) Levy of compensation not
decided 25 15 8.0 -5 -10 -15
(D) Performance on works (Quality) (Form
‘B’ & Form ‘D’)—
(35) Criteria as defined in 3.a.iii
(a) Evaluation as per Certificate “Form-D”
for completed qualifying works
10
(i) Outstanding
10
(ii) Very Good
8
(iii) Good 5
(iv) Fair 3
(v)
Poor 0
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 17 - Correction...…Nil...,……. - 17 - Overwriting…..Nil............
Sr.
No. Attributes Max.
Marks
Evaluationcriteria
(b) Evaluation for works in progress
(Form "C")
(Refer Para 3.a.iii)
25 Evaluation will be done as per actual site visit by
3rd party Inspection committee for any one
selected Work in Progress as per details given by
each tenderer in Form C.
(G) Desirable criteria (5)
(i) Execution of completed educational
institute including development works.
1 (i) 0 for nonexecution
(ii) 1/4 Mark for each work costing not less than
Rs. 8.8 Crores but less than Rs 13.2 Cr (iii) 1/2 Mark for each works >Rs. 13.2 Crores
but <= Rs. 17.6 Crores
(iv) 1 Mark for each work >Rs. 17.6 Crores.
(ii) Firm/ tenderer having valid
certification of ISO:9001-2000
2 (i) 0 for no certification
(ii) 1 Mark for valid certification
(iii) Experience of completed GRIHA-
3/4/5Star rating building having plinth
area of at least 5,000 sqm.
2 (i) 0 for non-rated or under executionwork
(ii) 1/4 Mark for 3 star Griha rating of completed
work
(iii) 1/2 Mark for 4 star Griha rating of completed
work
(iv) 1 Mark for 5 star Griha rating of completed
work
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 18 - Correction...…Nil...,……. - 18 - Overwriting…..Nil............
ANNEXURE-II
CONTRACTORS MINIMUM SITE SUPERVISION STAFF ORGANISATION
The contractor shall depute below mentioned site supervisory staff after the award of the
contract on full time basis.
Refer Clause No. 15 and 16 of General Conditions of Contract.
1. Project Manager Qualification and Experience Bachelors Degree in Electrical/ Mechanical Engineering with minimum of 20 (twenty)
years experience in similar nature of work. He should be aware of the Contractor’s role, his contractual general obligations and be completely familiarized with the Conditions of Contract. Project Manager should also be completely familiar with the construction network schedule techniques and its implementation.
2. Quality Control Engineer Qualification and Experience A qualified Bachelors Degree in Electrical/ Mechanical Engineering with a minimum
of 10 (ten) years experience in quality control, procedures of submissions, testing, mock-ups and execution.
3. Billing Engineer Qualification and Experience
A qualified (At least having Diploma in Electrical/ Mechanical Engineering ) Engineer with at least 10 (ten) years experience in the execution of similar nature of works.
4. General Foreman
Qualification and Experience
A qualified foreman with at least 10 (ten) years experience.
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 19 - Correction...…Nil...,……. - 19 - Overwriting…..Nil............
5. Safety Officer/Manager (On Site) Qualification and Experience Qualified safety officer with at least 10 (ten) years experience in similar projects of
high safety requirements. Within 15 (fifteen) days from the date of signing the Contract, the Contractor shall
submit the proof /details of qualification and experience of his staff for the approval of the Engineer . In the event that the Contractor fails to submit or fails to obtain the approval for any member of the staff indicated above or the staff or a member of the staff of the Contractor is unreasonably absent from site, there shall be a penalty as decided by engineer.
I/We hereby understand that the Employer attaches great importance to the quality of the Contractor’s Site Supervision Staff. Curriculum Vitae of the above personnel will be submitted to the Engineer for his approval or otherwise and his decision will be binding. I/We hereby agree that the qualifications and experience of the above mentioned Site Supervision Staff will be complied in fulfilment of my/our Contractual Obligations. The above staff shall be deployed on the work on full time basis . SIGNATURE OF CONTRACTOR’S REPRESENTATIVE WHO SIGNED THE TENDER: DATE:__________________________
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 20 - Correction...…Nil...,……. - 20 - Overwriting…..Nil............
ANNEXURE-III(A)
WILLINGNESS CERTIFICATE
FROM ELIGIBLE ASSOCIATE CIVIL CONTRACTOR
Name of Work:C/o Human Resource Development Centre for DPS Society at Knowledge
Park-V, Greater Noida- Package-II (MEP).
I hereby give my willingness to work as civil contractor for the component of Internal/
external associated civil components of the above mentioned work.
I will execute the work as per specifications, conditions of the agreement and as per direction
of the Engineer-In-Charge.
Also I will employ full time technically qualified supervisor as required for the work. I will
attend inspection of officers of the department as and when required.
Note: The tenderer is advised to clearly indicate the applicable Component of civil
work relevant to the Associate agencies.
Date
Signature of Main contractor Signature of
Associate Contractor
address &
Registration Detail
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 21 - Correction...…Nil...,……. - 21 - Overwriting…..Nil............
ANNEXURE-III(B)
WILLINGNESS CERTIFICATE
FROM ELIGIBLE ASSOCIATE ELECTRICAL CONTRACTOR
Name of Work:C/o Human Resource Development Centre for DPS Society at Knowledge
Park-V, Greater Noida- Package-II (MEP).
I hereby give my willingness to work as Electrical contractor for the component of External
Power Distribution system of the above mentioned work.
I will execute the work as per specifications, conditions of the agreement and as per direction
of the Engineer-In-Charge.
Also I will employ full time technically qualified supervisor as required for the work. I will
attend inspection of officers of the department as and when required.
Note: The tenderer is advised to clearly indicate the applicable Component of External
Power Distribution system relevant to the Associate agencies.
Date
Signature of Main contractor Signature of
Associate Contractor
address &
Registration Detail
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 22 - Correction...…Nil...,……. - 22 - Overwriting…..Nil............
ANNEXURE-III(C)
WILLINGNESS CERTIFICATE
FROM ELIGIBLE ASSOCIATE FIRE FIGHTING CONTRACTOR
Name of Work:C/o Human Resource Development Centre for DPS Society at Knowledge
Park-V, Greater Noida- Package-II (MEP).
I hereby give my willingness to work as fire-fighting contractor for the component of Fire-
fighting Installations of the above mentioned work.
I will execute the work as per specifications, conditions of the agreement and as per direction
of the Engineer-In-Charge.
Also I will employ full time technically qualified supervisor as required for the work. I will
attend inspection of officers of the department as and when required.
Note: The tenderer is advised to clearly indicate the applicable Component of Fire-
Fighting work relevant to the Associate agencies.
Date
Signature of Main contractor Signature of
Associate Contractor
address &
Registration Detail
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 23 - Correction...…Nil...,……. - 23 - Overwriting…..Nil............
ANNEXURE-III(D)
WILLINGNESS CERTIFICATE
FROM ELIGIBLE ASSOCIATE HVAC CONTRACTOR
Name of Work: C/o Human Resource Development Centre for DPS Society at Knowledge
Park-V, Greater Noida- Package-II (MEP).
I hereby give my willingness to work as HVAC contractor for the component of HVAC of the
above mentioned work.
I will execute the work as per specifications, conditions of the agreement and as per direction
of the Engineer-In-Charge.
Also I will employ full time technically qualified supervisor as required for the work. I will
attend inspection of officers of the department as and when required.
Note: The tenderer is advised to clearly indicate the applicable Component of HVAC
relevant to the Associate agencies.
Date
Signature of Main contractor Signature of
Associate Contractor
address &
Registration Detail
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 24 - Correction...…Nil...,……. - 24 - Overwriting…..Nil............
Section- III
LETTER OF TRANSMITTAL From:
To
The Secretary
Delhi Public School Society
F Block, East of Kailash ,
New Delhi -110065-
Sub: Submission of tenders for the work of “C/o Human Resource Development Centre for
DPS Society at Knowledge Park-V, Greater Noida- Package-II (MEP)”
Sir,
Having examined the details given in press notice and bid document for the above work,
I/ we hereby submit the relevant information.
1. I/ we hereby certify that all the statement made and information supplied in the
enclosed forms A to I and accompanying statement are true and correct.
2. I/we have furnished all the Annexures III (A) to III (D) containing willingness from
the associate specialist agencies required to execute respective component of works
related to their specialisation
3. I/we have furnished all information and details necessary for eligibility and have no
further pertinent information to supply.
4. I/we also authorize Owner/ Employer or his authorized representative to approach
individuals, Engineer-in-charges, firms and corporation to verify our competence and
general reputation.
5. I/ we submit the following certificates in format as per Form ‘D’ in support of our
suitability, technical knowledge and capability for having successfully completed the
works contained in Form B:
Sl. No. Name of Work Amount Certificate Issued by
6. Eligibility Document and Earnest money amounting to Rs ------ in the prescribed
forms is submitted herewith under the sealed envelop.
Enclosures:
Seal of tenderer
Date of submission: Signature(s) ofTenderer(s).
NOTICE INVITING TENDER
Addition..........Nil....,,,....... Deletion……....Nil....……. - 25 - Correction...…Nil...,……. - 25 - Overwriting…..Nil............
APPENDIX
Sub-Clause of General Conditions of Contract
Amount of performance security S.C.C. 2.5% of the contract price
7 days from the date of Letter of
Intent
Period of deposit of Performance
Guarantee
Minimum amount of third party insurance 23.2 Rs.5,00,000/- per occurrence, with the number of occurrences unlimited.
Mobilisation Time for issue of notice to commence
41.1. 10 days to be mentioned in the letter of award
Time for Completion 43.1 6 months after mobilisation period mentioned in letter of award.
Amount of liquidated damages 47.1 0.2%of total contract amount per day of delay subject to a maximum 10% of the contract price.
Defects Liability period 49.1 365 days
Contractor’s Profit including all overheads 52 15%
Limit of Retention Money S.C.C. 5% of bill value
Mobilisation Advance S.C.C.
10% in two instalment as per special conditions of contract.
Period of Final Measurements and Valuation
Six Months
Minimum amount of Interim Certificate 60.2 One Crore .
Initials of Signatory of Tender