Upload
dangthuan
View
214
Download
0
Embed Size (px)
Citation preview
BANK OF INDIA,AGRA ZONE
RELATION BEYOND BANKING
, , , , -282002 BANK OF INDIA ,ZONAL OFFICE
LIC BUILDING , IST FLOOR ,
SANJAY PLACE ,AGRA,PIN CODE -282002
/ TENDER NOTICE
PRE-QUALIFICATION (PQ) DOCUMENT
: Name of work:
- 2, , -II, , , 282001
PROPOSED CONSTRUCTION OF CURRENCY CHEST &
ZONAL OFFICE BUILDING ,H2, TAJ NAGRI PHASE-II,
FATEHABAD ROAD, NEAR JAYPEE HOTEL, AGRA -
282001
IOM NO : ZO:AGRA:PRN :585 : dated 25.5.2016
SECTION- I PRESS NOTICE
TENDER NOTICE FOR INVITING PRE-QUALIFICATION OF CONTRACTORS
Notice no:ZO:AGRA;PRN;585: dated .............
Bank of India , invites online pre-qualification (PQ) applications through e tendering mode
from reputed, qualified, experienced and financially sound Engineering construction applicants
who meet the eligibility criteria mentioned in Pre-Qualification document for Construction of
Currency chest & Zonal Office Building at Taj Nagri Phase-II,Agra
The estimated cost for the work is Rs.24 Crores (approx). Time of completion is 24 months.
The Scope of Work includes Civil, Plumbing, Electrical, Fire protection, HVAC works and
other associated works.
Detailed tender notice along with PQ Document is available on website www.bankofindia.com
for free view and downloading. The interested agencies are required to fill in and submitt the
specified documents along with processing fees on or before the closing date.
PQ documents are available for downloading on website, www.bank of india.com from
1.6.2016 to 30.6.2016 upto 5p.m
Tender processing fees shall be paid to the concerned Department namely
PremisesDepartment along with the Technical Documents.
The applicant can seek clarifications regarding PQ document up to 17.6.2016 (17:00 Hours)
by corresponding the mail to our email id [email protected] or teletalk on our
administrative Phone No-0562-2850086 and their queries can be solved The clarifications will
be resolved through mail or teletalk by 20.6.2016 (17:00 Hours).
Tender processing fees of Rs. 10,000/- should be in favour of Bank of india ,Zonal Manager
through demand draft ,Agra.
Short listing of the agencies shall be subject to thorough verification of their credentials and
inspection of works carried out by them, through a Technical Evaluation Committee,
constituted by the Bank of India ,Zonal Office .
The Bank reserves the right to verify the particulars furnished by the applicant independently.
Zonal Manager , reserves the right to reject any application/s without assigning any reason and
to restrict the list of pre-qualified agencies to any number deemed suitable in case too many
applications are received satisfying the laid down pre-qualification criteria.
For further information, please
Contact: PRAVIN R.NAIK SR MANAGER
BANK OF INDIA , ZONAL OFFICE , PREMISES DEPARTMENT LIC BUILDING ,FIRST FLOOR , SANJAY PLACE ,
AGRA-282002
P-1
http://www.bankofindia.com/http://www.bank/mailto:[email protected]
BANK OF INDIA,AGRA ZONE
RELATION BEYOND BANKING
, , , , , , BANK OF INDIA ,ZONAL OFFICE
LIC BUILDING IST FLOOR, SANJAY PLACE ,
AGRA-282002, Uttar Pradesh
Notice no: ZO:AGRA:CSD:PRN: 585 dated 25.5.2016
TENDER NOTICE INVITING PRE-QUALIFICATION OF CONTRACTORS
Bank of India invites online pre-qualification (PQ) applications through bank website
www.bankofindia.com mode from reputed, qualified, experienced and financially sound Engineering
construction agencies for works,
Proposed Construction of Currency chest & Zonal Office Building at Taj Nagri Phase-II,
Fatehabad Road,Near Jaypee Hotel. The details are as mentioned below:
PART-A: INSTRUCTION FOR AN APPLICANTS FOR APPLYING THE TENDER
DOCUMENTS.
Submission of the PQ document after the due date and time shall not be permitted. Time being
displayed on bank website www.bankofindia.com shall be final and binding on the applicant.
Applicants are advised to submit their documents well before the due date. Bank of India shall not be
responsible for any delay in submission of documents for any reason including server and technical
problems.
In case of any problem with the submission of the PQ document, the applicant may take necessary
assistance from premises department ,Zonal Office,LIC Building ,Ist floor ,Agra-282002 Tel No-0562-
2850086
P-2
http://www.bankofindia.com/http://www.bankofindia.com/
PART-B: PQ NIT DETAILS
SR.NO PQ NIT No.
1. Name of work Proposed construction of Currency chest and Zonal Office Building at Taj Nagri
Phase-II ,Agra-282002
2. Estimated cost Rs.24 crores
3. Completion period 24 month excluding Hindrance 37 days
4. PQ tender document cost Rs.10,000/-
5. Availability of tender documents
for view and download
1.6.2016 to 30.6.2016
6. Seeking clarification on PQ
Tender document, site visit by
agencies, if any
17.6.2016 to 20.6.2016
7. Address for site visit, if any H2-Taj Nagri Phase-II ,Fatehabad Road Near Jaypee Hotel ,Agra.
8. Last date and time for the
submission of tenders
30.6.2016. BANK OF INDIA ,AGRA
ZONAL OFFICE ,LIC BUILDING ,IST
FLOOR ,SANJAY PLACE-282002
Note: Zonal Manager reserves the right to accept or reject any application(s), without
assigning any reason thereof. The applications with any condition shall be rejected
forthwith.
P-3
PART-C: REQUIREMENTS AND ELIGIBILTY CRITERIA
The applicants, who fulfill the following requirements on their own, shall only be eligible
to apply.Joint ventures are not accepted 1.
Should have satisfactorily completed Structural Steel Building / RCC framed Building
work(s) with general finishes including Civil, Plumbing, Electrical, HVAC, Fire Fighting
services for Institutional Building as mentioned below during the last Seven years ending
on 31st May, 2016
(i) Three works each costing not less than Rs. 9.60 Crores should be completed in all
respect having completion certificate .
or
(ii) Two works each costing not less than Rs. 14.40 Crores should be completed in all
respect having completion certificate .
or
(iii) One work costing not less than Rs.19.20 Crores should be completed in all respect
having completion certificate .
Note: A certificate for qualifying completed work(s) issued by Engineer in Charge or
Owner or Consultant/Architect duly certified by the owner should be attached as per
prescribed format.
Important Note :
1. Cost of work shall mean gross value of the completed work including the cost of
materials supplied by the Client, but excluding those supplied free of cost. The value of
executed works shall be brought to the current costing level by enhancing the actual
value of work at a simple rate of 7% per annum; calculated from the date of
completion to the last date of receipt of applications for tender.
2. Services shall mean Plumbing works , Electrical works , HVAC works and Fire
Fighting works
2. Should have satisfactorily completed at least one work (any type of construction namely
Commercial Building /Corporate office /Institutional Building carried out basement work
and have good exposure in piling work ) costing not less Rs.15 Crores for Government /
Semi Government / Government Undertaking /
Autonomous Bodies of Government during the last seven years ending on 31st May, 2016.
3. Should have minimum of seven years of experience in building construction as on 31st
May,2016. 4. Should have valid minimum bank solvency of a Nationalized Bank/Scheduled Bank of
Rs. 24 Crores
5. Should have had minimum average annual turnover of Rs. 50 Crores during the last three
years ending 31st March, 2016
6. Should not have incurred any loss in more than two years during the last five years ending
on 31st March, 2016. 7. Proof of registration with Government / Semi Government organizations like CPWD,
MES,BSNL, Railways, State PWDs etc. in appropriate class and having experience in
execution of similar nature of works 8. Should have valid ISO: 9001 certification.
P-4
In addition to the supporting documents for eligibility criteria, information for the
following to be submitted: 1. List of Completed works during last 7 years ending on 31st May 2016
(As per Form C)
2. List of all ongoing Works As per Form D. All works of any nature in hand must be
furnished. No works shall be left out.
3. List of construction plant, machinery, equipments, accessories & infrastructure facilities
possessed by the applicant and that proposed to complete the work in time.(As per Form
H)
4. List of Administrative & Technical staff available with the applicant and that proposed to
be deployed to complete this work in time.(As per Form G) 5. DOCUMETNS : (Scanned copy of original certificates to be uploaded)
6. i) Performance Certificates
7. ii) WCT registration certificate
8. iii) TIN Registration Certificate
9. iv) Valid ISO :9001 Certificate
10.
v) PAN (Permanent Account Number) Registration
Undertaking to be submitted :
Undertaking as per Form I of PQ document should be submitted.
The applicant may furnish any additional information, which they think necessary to establish
their capabilities to successfully complete the envisaged work. No information shall be
entertained after last date of online submission of PQ tenders unless it is called by the
competent authority.
Short listing of the agencies shall be subject to thorough verification of their credentials
and inspection of works carried out by them, through a Technical Evaluation
Committee, constituted by Bank of India . After evaluation of pre-qualification applications a
list of qualified tenderers shall be prepared for further detailed tendering.
If any information furnished by the applicant is found incorrect at a later stage, they shall be
liable to be debarred from tendering /taking up of work in Bank of India . Bank of India reserves
the right to verify the particulars furnished by the applicant independently and reject any
application without assigning any reason and to restrict the list of pre-qualified agencies to any
number deemed suitable in case too many applications are received satisfying the laid down
Prequalification criteria.
NOTE: Prospective agencies shall satisfy themselves of fulfilling all the NIT criteria before
submission of PQ tender. The Banks reserves the right to not consider the PQ documents
of the agencies not fulfilling the stipulated criteria
P-5
PART- D: DOCUMENTS TO BE SCANNED & UPLOADED
Prospective applicants shall satisfy themselves of fulfilling all the pre-qualification eligibility
criteria and in possession of all the documents required before submission of online PQ tender.
The interested agencies are required to fill in and submitt the documents as per following lists
within the period of bid submission:
Note: The applicants are requested to fill up the facts & figure in the prescribed format.
Simply filling like Yes or No shall not be accepted.
1. Form A: Financial information: Financial Turn Over on construction works certified
by CA & Profit & Loss statement certified by CA.
Note: Supporting other Financial documents may be uploaded. Entire Balance sheet
need not be uploaded 2. Form B- Solvency certificate
3. Form C: List of Completed works during last 7 years ending on 31st May 2016
4. Form E- Performance report of works referred to in form C & D
5. Form F- Structure & organization
6. Form G- List of Administrative & Technical staff available with the applicant and
that proposed to be deployed to complete this work in time 7. Form H- List of construction plant, machinery, equipments, accessories &
infrastructure facilities possessed by the applicant and that proposed to complete the
work in time 8. Valid ISO :9001 Certificate
9. Proof of registration with Government / Semi Government organizations like Railways,
PWD, CPWD, MES etc. in appropriate class or having experience in carrying out similar
type of works. 10. Letter of transmittal
11. Tender money Rs.10,000/- D.D in favour of M/s. Bank of India,Agra
12. WCT registration certificate
13. TIN registration
14. PAN registration
15. Additional information if any to meet the eligibility criteria of pre-qualification
Note : Scanned copy of original certificates should send to our email id
[email protected] hard copy along with the tender document with
attestation of company seal.
P-6
FORMAT OF APPLICATION FOR PREQUALIFICATION OF CONTRACTORS
ANNEXURE A INTRODUCTION
1 Name of Contractor/Company/Firm
2. Full Address
3. Telephone Nos.- Office
3a. Fax No
3b. Mobile No
3c. Email Id
4. Year of Establishment
5. Constitution of the firm (whether
Propriety /Firm/ Partnership etc.)
Enclose certified copies of documents as
evidence
6. Name of Sole Proprietor / Partners/
Directors with particulars / Liabilities
7. Name of person holding the power of
Attorney (Attested Photocopy of power Of
attorney be enclosed
8. Registration with Authorities:
PAN
VAT/CST
SERVICE TAX
ESIC
EPF
9. Furnish copies of the returns filed
for last 3 years
10. Registration & Classification with Public
Sector Units, State PWD, CPWD, CIDCO,
and MCGB / NMMC / MHADA etc
11. Name and Address of the Bankers
12. Do you have any NPA account or defaulter
with any Bank or any dispute or any
Litigation? If so please furnish details.
SIGN AND SEAL OF THE APPLICANT
P-10
APPENDIX TO TENDER
1 Earnest Money Deposit
Rs.10,000/-
2. Security Deposit
Initial 2% of the tender document
3. Workmens Compensation Insurance As Required By Law
3a. Period of commencements of Works from
date of acceptance
3b. Time for Completion of Work 24 Months .
3c. Amount of Liquidated Damages 0.5% of Value of Contract per Week
4. Period of Maintenance [Defects Liability
Period]
12 Months from Certified Completion
5. Amount of interim Certificate 75% against the actual completion of work
6. Percentage of Retention from interim
Certificates [Inclusive of Initial Security
Deposit
5% will be released after virtual
completion of work.
7. Time within which payment shall be made
after architects certification
8. Interim Bill -75%
15 days
9. Final Bill -25% 30 days
10. Architect certificate for releasing the
payment along with recommendation
M/s Taneja Associates Pvt Ltd.
Contractors Signature:
Date:
P-11
Section II
Brief particulars of the work
The Bankof India aims to build a Currency Chest & Zonal Offfice Building of approximate
area of 5606 m2 approximately at Taj Nagri Phase-II,Fatehabad Road Near Jaypee Hotel ,
is proposed to accommodate support services like HVAC system, Electrical equipments, and
Central Air conditioning ducting system required for the proposed building.
TENTATIVE SCOPE OF WORK:
Construction Works including Civil work, Structural steel fabrication, cladding, Plumbing,
HVAC system (high side and low side), Electrical works and fire protection work for Currency
Chest & Zonal Office building situated at Fathebabad Road ,H2,Taj Nagri Phase-II and
infrastructure work including Under Ground water tanks and Paving of tiles at the external
development.
BRIEF BUILDINGS DESCRIPTION:
1) Currency Chest & Zonal Office Building:
The proposed Basement area of building is approximately 24.13x69.79m containing double basement approximately.
The building is proposed as steel structure only sky light purpose in the entrance main gate.
Ground floor is having currency chest 16.44m x 7.45mx3.90m admeasuring the plinth area 847.55 sqm .The specifications and drawing will be advised later in separate sheet
during the execution of building however in tender BQ the total quantity will be
highlighted to get the exact volume of the work .
First floor and second floor have same area admeasuring 841.18 sqm each respectively.
80% of the built volume is air conditioned space with various interfaces of services. Pipe rack network system is proposed in the basement area for BMS Console room to
house various service
The electrical utility and HVAC utility is planned in the same building Transformers, D.G. sets and Electrical panels to be housed in the electrical area
Pump House
The building is RCC structure of approx. size 22mt (L) X 24mt (B) with an
underground water tank.
Basic Finishes
Flooring: Concrete densifier, Epoxy, Polished Kota stone / vitrified tiles
Internal wall surfaces: Plastered /Painted,
External wall surfaces: PUF/PIR cladding, Stone cladding and Cement Fiber board cladding
Openings/Doors/Windows: Rolling Shutters / Aluminum sliding Window, Aluminum fixed
Window glazing , hollow steel doors /Flush Doors Shutters
External areas: Paver Blocks
Roads: Bituminous/concrete /pavements Road
Water supply: G.I/HDPE pipe with in line booster system.
HVAC works: Water Cooled type Air-Conditioning system of approximately 800 TR capacity
Fire Protection: Fire Detection systems and Wet Riser system
Electrical works: LT power distribution, Metal Halide High bay electrical fixture, CFL/LED
fittings, Street Lights. Note : The scope of work including built up areas are preliminary and indicative
nature and are liable to change.
P-12
SECTION III INFORMATION & INSTRUCTIONS FOR APPLICANTS
1.0 General:-
1.1 Letter of transmittal and forms for pre-qualification for the eligible category are given in
Section-
III.
1.2 All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet, this fact
should be mentioned against the relevant column. Even if no information is to be provided in a
column, a Nil or no such case entry should be made in that column. If any particulars
/queries are not applicable in case of the applicant, it should be stated as Not Applicable. The
applicants may lease note that giving incomplete/ unclear information called for in the forms,
or making any change in the prescribed forms, or deliberately suppressing any information,
may result in disqualification of the applicant summarily. The applicants should duly filled the
tender document in all respect to ensure that the respective document along with work order
should reached to the Administrative office before the closing date and time i.e 30.6.2016 An
applications shall be received in physical form will be entertained otherwise the tender
will be rejected directly.
1.3 The applicant should sign each page on the application along with enclosures with rubber
stamp before submitting the tender documents.
1.4 Overwriting should be avoided. Corrections, if any, should be made by neatly crossing out
and shall be rewritten with initials and date. Pages of the pre-qualification document are
numbered.
Additional sheets, if any added by the applicant, should also be numbered by him. They should
be attached the documents along with letter of transmittal.
1.5 References, information and certificates from the respective clients certifying suitability,
technical know how or capability of the applicant should be signed by an officer not below the
rank of Executive Engineer or equivalent.
1.6 The applicant may furnish any additional information, which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is, however, advised
not to furnish superfluous information. No information shall be entertained after submission of
pre-qualification document unless the banks calls for it.
1.7 Any information furnished by the applicant found to be incorrect either immediately or at a
later date, would render him liable to be debarred from tendering/taking up of work in BANK
OF INDIA .
1.8 Any clarification given by the Institute on the basis of queries raised by the applicants shall
be uploaded and shall become part of the tender condition.
1.9 The applicant can seek clarifications regarding PQ document up to (17:00 Hours) by
uploading their queries on website wwwbankofindia.com. The clarifications will be given by
the Technical department /consultant where the administrative office is setup at Agra before
25.06.2016 (17:00 Hours). No request for clarification will be considered after 25.06.2016
(17:00 Hours).
Note: The price bids along the general condition of contract document will be advised
separately those who have qualified the technical bids. Technical bids will be considered
as a part of the document for the agreement while submitting the price bids. Qualifying
the technical bids is the mere criteria, however, after the selection of the lowest bidders in
the tenders price bids followed by standard norms in general practice will be treated
bonafide.
P-13
1.10 Confidentiality
Confidentiality:
No party shall disclose any information to any Third party' concerning the matters under this
contract generally. In particular, any information identified as" Proprietary" in nature by the
disclosing party shall be kept strictly confidential by the receiving party and shall not be
disclosed to any third party without the prior written consent of the original disclosing party.
This clause shall apply to the sub-contractors, consultants, advisors or the employees engaged
by a party with equal force.
ii) "Restricted information":-
Any contravention of the above-mentioned provisions by any contractor, sub-contractor,
consultant,adviser or the employees of a contractor, will invite penal consequences under the
above said legislation.
iii) Prohibition against use of BANK OF INDIA name without permission for publicity
purposes: The contractor or sub-contractor, consultant, adviser or the employees engaged by
the contractor shall not use BOI s name for any publicity purpose through any public media
like Press, Radio, TV or Internet without the prior written approval of BANK OF INDIA .
2.0 Definitions:
2.1 In this document the following words and expressions have the meaning hereby assigned to
them.
2.2 Applicant means the individual, proprietary firm, firm in partnership, limited company
private or public or corporation.
2.3 Year means Financial Year" unless stated otherwise
2.4 BOI s means Bank of India ,Zonal Office,Sanjay Place,Ist floor ,LIC Building ,Agra-
282002.
2.5Zonal Manager , Bank Of India means Deputy General Manager ,Zonal Office ,Sanjay
Place ,LIC Building ,Ist Floor ,Agra-282002.
3.0 Method of Application:
3.1 If the applicant is an individual, the application shall be signed by him above his full type
written name and current address.
3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above
his full typewritten name and the full name of his firm with its current address.
3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of
the firm above their full typewritten names and current addresses or alternatively by a partner
holding power of attorney for the firm. In the latter case a certified copy of the power of
attorney should accompany the application. In both cases a certified copy of the partnership
deed and current address of all the partners of the firm should accompany the application.
3.4 If the applicant is a limited company or corporation, the application shall be signed by a
duly authorised person holding power of attorney for signing the application accompanied by a
copy of the power of attorney. The applicant should also upload a copy of the Memorandum of
Articles of Association duly attested by a Public Notary should send to
[email protected]. hard copy follows along with the tender documents.
mailto:[email protected]
P-14
4.0 Final
4.0 Final Decision Making Authority:
The Zonal Manager, Bank of India reserves the right to accept or reject any application/s and to
annul the prequalification process and reject all applications at any time, without assigning any
reason or incurring any liability to the applicants.
5.0 Particulars provisional:
The particulars of the work given in Section-I are provisional. They are liable to change and
must be considered only as advance information to assist the applicant.
6.0 Site Visit:
The applicant is advised to visit the site of work, at his own cost, and examine it and its
surroundings by himself, collect all information that he considers necessary for proper
assessment of the prospective assignment. He may contact Zonal Manager ,Premises
Department , or Sr.Tech Manager Architect at Zonal Office for fixing appointment prior to
visit the site.
7.0 INITIAL CRITERIA FOR ELIGIBILITY FOR PRE-QUALIFICATION
7.1 The applicant who fulfils the eligibility criteria mentioned in PART C- Requirements
& Eligibility Criteria of this document. The applicant should submit the supporting
documents for their eligibility.
7.2 The applicant should furnish all the information asked in Part C & Part D and other
Information strictly in the prescribed format. The application received with incomplete
information or not provided in the prescribed format, may be rejected.
7.3 At the time of submission of tender, the applicant shall have to furnish an affidavit as per
Form I given in Section III of this document.
7.4 The bidding capacity of the applicant should be equal to or more than the cost of the work.
The bidding capacity shall be worked out by the following formula:
Bidding Capacity = A x N x 2 - B
Where, A= Maximum value of construction works executed in any one year during the last five
years taking into account the completed as well as works in progress. The works considered
for evaluating this value shall be detailed in Form C.
N= Number of years prescribed for completion of work for which pre-qualification application
has been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which pre-qualification has been invited. The works considered for
evaluating this value shall be detailed in Form D.
The applicant shall workout the bidding capacity as per above procedure and upload the
same.
7.5 The applicant should own construction equipment as per list required for the proper and
timely execution of the work. Else, he should certify that he would be able to manage the
equipment by hiring, etc. and submit the list of firms from whom he proposes to hire.
7.6 The applicant should have sufficient number of Technical and Administrative employees
for the proper execution of the contract. The applicant should submit list of well qualified and
experienced Engineers and Supervisors stating clearly how those would be deployed for
execution of works.
7.7.Financial bids will be advised separately only those firms has been qualified on the basis of
technically background as per bank requirement .
7.8. In addition to this, for quoting the price bids , the tenderers are also requested to submit the
bank Guarantee which is equivalent 10% of the estimated value of the building within 15 day
after qualifying the price bids which will be valid for the period of 3 years.
P-15
P-10
Sr.no
Requirement of Technical Staff
Minimum
Experience
in years
Designation .
Qualifications (Min) Number
1. Project Manager Degree in Civil
Engineering
1 15 Principal Technical
Representative
2. Graduate Engineer Degree in
Civil / Electrical Engineering
3 10 Technical
Representative
reporting to Project
Manager
3. Diploma / Degree Engineer - Civil
/ Electrical Engineering
7 for
Diploma
holder/2 for
Degree
holder
Technical
representative
reporting to Project
Manager
7.5. The applicant shall submit/upload supporting document declaring present staff strength
of full time nature, with their qualification, experience and present position held etc.
8.0 EVALUATION CRITERIA FOR PRE-QUALIFICATION
8.1 For the purpose of pre-qualification, applicants will be evaluated in the following manner:
8.1.1 The initial criteria prescribed in Para 7.1 to 7.6 above in respect of experience of
similar class of works completed, bidding capacity and financial turn over etc. will first be
scrutinised and the applicants eligibility for pre-qualification for the work be determined.
8.1.2 The applicants qualifying the initial criteria as set out in PART C- REQUIREMENT
AND ELEGIBILITY CRITERIA of this document will be evaluated for following criteria
by scoring method on the basis of details furnished by them.
i) Financial strength (Form A & B) Maximum 20 Marks
ii) Experience in similar nature of Work
during last seven
years (Form 'C')
Maximum 20 Marks
iii) Performance on works (Form'E')-Time
over run
Maximum2 0 Marks
iv) Performance on works (Form 'E')-
Quality
Maximum 15 Marks
v) Personnel and Establishment (Forms 'F'
& "G")
Maximum 10 Marks
vi) Plant & Equipment (Form 'H') Maximum 15 Marks
Total 100 marks
P-16
To pre-qualify, the applicant must secure at least fifty percent marks in each and sixty
percent marks in aggregate.
The Institute, however, reserves the right to restrict the list of pre-qualified contractors to any
number deemed suitable by it.
Note:- The break-up of above scoring method is indicated in the table below: Sr.no Attributes Evaluation
a) Financial strength
(I) Average annual
turnover
(II) Solvency Certificate
20 marks)
16 marks
4 marks
i) 75% marks for minimum eligibility
criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)-on prorata basis b) Experience in similar class of
works
(20
marks)
i) 75% marks for minimum eligibility
criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)-on prorata basis c) Performance on works
( time over run=TOR )
(20
marks)
Parameter Calculation
for
point
Score Max
Marks
(i) Without levy of
compensation
(ii) With levy of
compensation
(iii) Levy of compensation
not decided
If TOR = 1.00 2.00 3.00 > 3.50
20 15 10 10
20 5 0 - 5
20 10 0 0
20
TOR = AT /ST, where AT = Actual Time; ST = Stipulated Time
d) Performance on works (
Quality)
(15 marks)
i) Very Good 15
ii) Good
(iii) Fair
(iv) Poor
10
5
0
f) Personnel and Establishment (i) Graduate Engineer
(ii) Diploma holder Engineer
(iii) Supervisory / Foreman
(Max. 10 marks)
2marks for each Max. 6 Marks
1marks for each upto Max.3 marks
1mark for each upto Max. 1 mark
Plant & Equipment
(i) Hopper Mixer
(ii) Truck / Tippers / Transit mixer
(iii) Steel shuttering
(iv) Tower Crane
(v) Building Hoist
(vi) Excavator
(vii) Batch Mix Plant
(viii) Vibrators
(ix) Vibration Compactor
(x) Paver Finisher
1marks for each upto Max.2 marks
1marks for each upto Max.2 marks
2marks for each 800 sqm upto max 4 marks
2marks for each upto Max.4 marks
1mark for each upto Max. 2 marks
1mark for each upto Max. 2 marks
2marks for each upto Max.4 marks
1mark for each upto Max. 2 marks
1mark for each upto Max. 2 marks
2mark for each upto Max. 4 marks
(xi) welding equipments 2mark for each upto Max. 4 marks
P-17
8.2 Even though an applicant may satisfy the above requirements, he would be liable to
disqualification if he has:
(a) Made misleading or false representation or deliberately suppressed the information in the
forms, statements and enclosures required in the pre-qualification document.
(b) Record of poor performance such as abandoning work, not properly completing the
contract, or financial failures /weaknesses etc.
8.3 Institute reserves the right to reject the applications of the agencies who are not fulfilling
the NIT stipulations and/or having adverse report on the works carried out by them in the past.
9. Short listing the agencies
Technical Evaluation Committee, constituted by Institute shall verify the credentials submitted
by the agencies and prepare preliminary evaluation reports. The Committee shall inspect the
works of those agencies who qualify in preliminary evaluation. The committee shall
recommend the agencies for pre-qualification by awarding marks on inspection of works on
above criteria.
After completing the evaluation process a list of short listed agencies shall be prepared, who
only will be eligible for further tendering process.
10. The Institute reserves the right, without being liable for any damages or obligation to
inform the applicant, to:
(a) Amend the scope and value of contract to the applicant.
(b) Reject any or all the applications without assigning any reason.
11. Any effort on the part of the applicant or his agent to exercise influence or to pressurize the
Institute would result in rejection of his bid. Canvassing of any kind is prohibited.
P-18
SECTION IV INFORMATION REGARDING ELIGIBILITY
Letter of Transmittal From:
To
The Zonal Manager
Bank of India , LIC Building ,Ist floor , Sanjay Place,
Agra-282002
Subject: Submission of Pre-qualification application for Proposed Construction of Currency chest &
Zonal Office Building at Taj Nagri Phase-II
Sir,
Having examined the details given in pre-qualification tender notice and pre-qualification document for
the above work, I/We hereby submit the pre-qualification document and other relevant information.
1. I/We hereby certify that all the statements made and information supplied in the enclosed Forms A to I and accompanying statements are true and correct.
2. I/We have furnished all information and details necessary for pre-qualification and have no further pertinent information to supply.
3. I/We submit the requisite certified solvency certificate and authorize Bank of India to approach the Bank issuing the solvency certificate to confirm the correctness thereof.
I/We also authorise Bank of India officials to approach individuals, employers, firms and
corporation to verify our competence and general reputation.
4. I/We submit the following certificates in support of our suitability, technical know how and capability for having successfully completed the following works:
Sr.No
Name of work Certified by/from
Enclosures.
1.
2.
3.
Date of submission:
P-19
FORM A: FINANCIAL INFORMATION
I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit and loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies should attached along
with application)
Sr.no Particulars Financial Year
2009-10 2010- 2011 2011-12 2012-13 2013-14 2014-15 2015-16
1. Gross Annual
turnover on
construction work
2.
ii)Profit/Loss
3. iii) Certified by
II. Financial arrangements for carrying out the proposed work.
III. The following certificates should be submitted along with document:
(a) Profit & Loss account certified by CA & as submitted to Income Tax Department.
(b) Solvency Certificate from bankers of applicant in the Form B.
Signature of Chartered Accountant with seal
P-20
FORM B: FORM OF BANKERS CERFIFICATE FROM A SCHEDULED BANK
This is to certify that to the best of our knowledge and information that M/s.
_________________________
( with address ) a customer of our bank are / is respectable and can be treated as good for any
engagement up to a limit of Rs. _____________ (Rupees
_______________________________________).
This certificate is issued without any guarantee or responsibility on the bank or any of the officers.
(Signature)
For the Bank
NOTE: (1) Bankers certificates should be on letter head of the Bank.
1.1.1 In case of partnership firm, certificate should include names of all partners as recorded with
the Bank.
P-21
FORM C: PRESCRIBED FORMATS: DETAILS TO BE FURNISHED FOR COMPLETED
WORKS DURING LAST SEVEN YEARS ENDING ON 31ST MAY 2016
Details Work -1 Work -2 Work-3
Project name & Location
Owner or client: (Name and Address,
contact Number of
Officer to whom reference can be made)
Year of Establishment
Constitution of the firm (whether
Propriety /Firm/ Partnership etc.)
Enclose certified copies of documents as
evidence
Name of Sole Proprietor / Partners/
Directors with particulars / Liabilities
Do you have any NPA account or defaulter
with any Bank or any dispute or any
Litigation? If so please furnish details.
Project description:
1. Type of Building:
2. Built Up Area (in sq. mts):
3. Number of Floors:
4. Type of Structure Load
bearing/RCC/Steel:
5. Information to illustrate the attention to
detail construction quality (close up
photographs
Whether For Government/Semi
Government/
Government undertaking/ Government
autonomous
bodies:
Tendered Project Cost:
Actual Project Cost:
Actual Cost with breakup of Utilities
Works such as
HVAC, Electrical, Fire Protection etc.
(Excluding civil
& Structural Works)
Structural Steel Fabrication Work (in
Tons)
Project duration (as per contract): (in
months)
Start date (dd/mm/yy):
Actual date of Completion (dd/mm/yy):
Actual duration (Months):
Reasons for delay (if any):
Any penalty/ Bonus:
Any
Litigation/Arbitration/claim/Dispute
pending
(with details of claim and award if any):
Copy of Completion certificate & Work
order received from client to be attached
Note:
1) For similar completed works ,Original or attested scanned copies of initial work order and final completion certificate from client have to attached the relevant document along with
application..
2) The final completion certificate shall mention Name of work, Work order value, Completion value, duration, Client name & Address, Location of work, Stipulated start and completion date,
Actual Start and Completion date, Reasons for Delay (if any), Nature of Work etc.
3) Attach Photographs of the projects.
4) Applicant should submit separate form for giving details of work completed for each year,
separate sheets if any shall be numbered in sequence.
5) Certified that the above list of work complete and no work has been left-out and the information
given is correct to knowledge and belief.
P-23
FORM E: PERFORMANCE REPORT OF WORKS REFFERED TO IN FORM C & D:
(Separate certificate for each work/ Project)
1. Name of work/Project & Location
2. Client / Owner Name and Address:
3. Agreement No.
4. Estimated Cost
5. Tendered Cost (Work Order Value)
6. Stipulated date of start :
7. Actual date of start :
8. Date of completion
(i) Stipulated date of completion
(ii) Actual date of completion
(iii) Present position of work, if in progress.
9. Completion Value / Work done value till date:
10. Amount of compensation levied for delayed completion, if any.
11. Amount of reduced rate items, if any.
12. Performance Report.
(1) Quality of work Very Good/Good/Fair/Poor
(2) Financial soundness Very Good/Good/Fair/Poor
(3) Technical Proficiency Very Good/Good/Fair/Poor
(4) Resourcefulness Very Good/Good/Fair/Poor
(5) General behavior Very Good/Good/Fair/Poor
(6) Time Consciousness Very Good/Good/Fair/Poor
Dated: Owner or Executive Engineer or equivalent
Signature with Seal
P-24
M F INFORMATION ABOUT ORGANISATION STRUCTURE:
Sr.NO Particulars Details to be filled
1. Name of Firm
2. Postal Address
3. Contact Nos.
4. Office
5. Residence
6. Mobile
7. Fax No.
8. Name of Contact Person
9. E mail Address
10.
Legal status of applicant : (Please tick and
attach attasted copies of original document
defining the legal status)
11 Particulars of registration with various
Government bodies (Attached all the photo
copies with duly attested by any Gazetted
officer)
Dept./Organisation & Place of registration,
Registration No.
1.
2.
12 Names and Titles of Director & Officers with
designation proposed to be concerned with
this work
13 Designation of individuals authorised to act
for the
organization
14 Was the applicant ever required to suspend construction for a period of more
than six months continuously after you commenced the construction? If so, give
the name of the project and reasons of suspension of work.
15 Has the applicant or any constituent partner in case of partnership firm, ever
abandoned the awarded work before its completion? If so, give name of the
project and reasons for abandonment
16 Has the applicant, or any constituent partner in case of partnership firm, ever
been debarred / black listed for tendering in any organisation at any time? If so
give details.
17 Has the applicant, or any constituent partner in case of partnership firm , ever
been convicted by a court of law? If so, give details
18 In which fields of Engineering construction the applicant has specialisation and
interest?
19 Any other information considered necessary but not included above.
P-25
FORM G: INFORMATION ABOUT ADMINISTRATIVE & TECHNICAL STAFF
AVAILABLE WITH THE APPLICANT AND THAT PROPOSED TO BE DEPLOYED TO
COMPLETE THIS WORK
IN TIME:
1.0 The bidders should submit list of technical and administrative employees for proper execution of
project. The bidder should submit a list of these employees stating how these would be involved in the
project.
Sr.no
Name Qualification Designation Professional
experience
and details
of work
carried out
Since
when
working
in your
firm
Total
Experience
(In years)
Capacity
in
which
will
be
involved
for this
work (if
to
be
deployed
for this
work)
Rem
arks
Note: Bidder should attach separate sheets if required and if space given in the formats is not sufficient
but strictly as per above formats only.
P-26
FORM H: INFORMATION ABOUT Construction plant, machinery, equipments,
accessories & infrastructure facilities possessed by the applicant and that proposed to complete
the work in time.
Sr.
No
Name of Equipment/
Plant
Nos Capacity
or
Type
&
make
Age Co
ndi
tio
n
Ownership
status
Curre
nt
Locat
ion
How
many
Propo
sed
for
the
Proej
ct
Remarks
1. Earth moving
equipment
Excavators(various
sizes)
2. Equipment for
hoisting
1.Tower crane
2. Builders hoist
3. Equipment for
concrete
work
1 Concrete batching
plant
2.Concrete pump
3.Concrete transit
mixer
4.Concrete mixer
(diesel)
5.Concrete mixer
(elect.)
6.Needle vibrator
(elect.)
7.Needle
vibrator(petrol)
8.Needlevibrator
(elect/petrol)
9. Curing pumps
(various
capacities)
4. Equipment for
building
work
1. Block making
machine
2. Bar bending
machine
3. Bar cutting
machine
4. Wood thickness
planers
5. Drilling machine
6. Circular saw
machine
7. Welding generators
8. Welding
transformers
9. Welding testing
equipments.
10.Welding Machines
11.Soil Compector
12.M.S.pipes
13. Steel shuttering
14. Steel scaffolding
15.Grinding/Polishing
machines
5. Testing
Equipments
1. Cube Testing
2. Sieve analysis
3. Ultrasonic test
4. Silt test
5. Micron gauger
6. Moisture Metre
7. Any other
Equipment for road
work
1.Road rollers
2.Bitumen paver
finishers
3.Hot mix plant / Wet
mix
Plant
4.Spreaders
5.Earth rammers
6. Vibratory road
rollers
Equipment for
transportation
1. Tippers
2. Trucks
3. Water tankers
Pneumatic
equipment
1.Air compressors
(diesel)
2. Air Compressors
( Elect)
Dewatering
equipment
1.Pump (diesel)
2.Pump (electric)
Power equipment
1.Diesel generators
Equipment for
Piling
works
1. Hydraulic piling
rig
2. Piling rigs
Any other
plants/equipments
FORM I - UNDERTAKING:
I/We undertake and confirm that eligible similar works(s) has/have not been executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of the Institute,
then I/we shall be debarred for bidding in the Institute in future forever. Also, if such a violation comes
to the notice of the Institute before date of start of work, the Engineer-in-Charge shall be free to forfeit
the entire amount of Earnest Money Deposit/Performance Guarantee.
Date: Signature with Seal of the company
P-29
D E C L A R A T I O N
1. All the information furnished by me/us here above is correct to the best of my
knowledge and belief.
2. I/we have no objection if enquiries are made about the work listed by me / us in the
accompanying sheets / annexure.
3. I / We agree that the decision of committee in selection will be final and binding to
me / us.
4. I / We have read the instructions appended to the proforma and I / we understand that
if any false information is detected at a later date the committee is at liberty to act in a
manner it feels deemed fit.
Place :
SIGNATURE OF THE APPLICANT
NAME & DESIGNATION
Date : SEAL OF ORGANISATION
P-30
Check list to be filled by the applicants
1 Have you signed in all the sheets?
Yes or No
2. Whether copy I.T or other tax is enclosed? Yes or No
3. Whether enclosed proof for year of establishment? Yes or No
4. Whether proof for average annual financial turnover enclosed?
Yes or No
5. Whether documentary proof for having undertaken the qualifying works is enclosed?
Yes or No
6. Whether enclosed proof for valid registration certificate as per annexure-
Yes or No
7. Whether documentary proof for having completed the works of similar nature is enclosed?
Yes or No
8. If yes, Number of certificates enclosed
Yes or No