Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
PRE-QUALIFICATION DOCUMENTS
FOR
SECTION I
REQUEST FOR PROPOSAL
SECTION I
PRESS NOTICE
Sub: Prequalification of contractors for construction and development of Rural
Electrification Corporation World Head Quarter Building at Sector 29 Gurgaon
(Haryana), India
TCIL invites Applications in prescribed format for Pre- Qualification of Contractors for
Construction & Development of REC World HQ Building at Gurgaon (Haryana).
Interested bidders send the offers to O/o GM(Civil), Room No 308, 3rd floor, TCIL Bhawan, New
Delhi latest by 1500 hrs on 13.08.2013. RFP details are available on TCIL website at www.tcilindia.com. All Addendums /Corrigendums, if any, shall be displayed on TCIL web site only.
Dated 09.07.2013
2.
Estimated value of
Construction Works
3.
Cost of PQ documents
4.
5.
Stipulated period of
completion of construction
works
24 months.
6.
7.
Date of opening PQ
documents
8.
Officer to be contacted
(Name and Address)
PQ documents shall be available from the office of General Manager (Civil), 3rd Floor, TCIL
Bhawan, Greater Kailash-I, New Delhi - 110 048 on payment of non-refundable fee of
Rs. 20,000/- by Demand Draft in favour of "Telecommunications Consultants India Ltd.",
Payable at New Delhi, India.
1.1 General
Salient details of the work for which pre-qualification proposals are invited as under:
a)
b)
c)
stories and include two main office blocks, 400-seat auditorium, conference center and two-level
subterranean parking. A third tower houses leased office space and recreation facilities.
A network of bridges traverses the site, connecting the two main blocks and the third tower.
Bridges serve as more than passages; some contain meeting rooms to encourage collaboration
between departments. The green roofs of bridges function like hanging terraces, an easily
accessed outdoor space that affords views of the activity below. The auditorium and conference
facilities are designed to foster the energy of public gathering spaces.
The REC HQ Campus is located on a 4.22 -acre flat urban site, with 19,000 Sq m of gross buildup
area and 20,000 sq. m of 2 levels subterranean parking with light wells and sunken gardens.
Covering only 30% of the site more than 50% remains open for public use and plazas spaces, a
8,800 Sqm solar peragola with hanging gardens attached to the large span steel structure, linked
to all 3 building blocks will provide a comfortable Bio-climatic environment while creating
renewable energy to become a NET POSITIVE building and achieve GRIHA-5 star certification.
The aim is to provide occupants with a healthier work environment, comfortable indoor and
outdoor work and social places, cleaner indoor air, comfortable indoor temperature, natural
diffused light, shaded and open plaza, green terraces, lush gardens while conserving energy and
other natural resources.
The REC HQ building will have high performance environmental strategies and technologies
such as:
The special features of the building for which the Applicant need to have experience is given
hereunder .
i)
Proper timing of the construction, preserve topsoil and existing vegetation, staging and
spill prevention, and erosion and sedimentation control as per GRIHA requirements.
ii)
Proper topsoil laying, stabilization of the soil, and maintenance of adequate fertility of
the soil to support vegetative growth as per GRIHA requirement.
iii)
iv)
v)
vi)
vii)
viii)
Use of fly ash in structural and non structural members as per GRIHA requirement.
ix)
x)
Cast in Situ / Architectural Concrete (Fair Face Concrete with pre-engineered form work)
(1)
Slabs, Beams, Columns, Walls
20,000 cu. m.
(2)
Execution of PT slabs and beams
2,000 sq. m
(3)
Execution of green decks w/ landscape
10,000 sq. m
xi)
Aluminum work / Window Wall / Doors / Curtain Wall / Louvers / Sun Screen / Built in
shading device / Architectural Cladding Panels etc.
(1)
Building Faade area
13,000 sq. m
xii)
Large Span Steel structure pergola for horizontal and vertical installation of photovoltaic
panels
(1)
Large span Steel Structure
(2)
8,000 sq. M
(3)
Photovoltaic Panel
8,800 sq. M
xiii)
MEP services / AC Plant / Radiant cooling floors / Renewable energy / Intelligent building
management controls / Day Light and Occupancy sensors / Firefighting under a single
composite agreement.
(1)
Radiant Cooling floors
15,000 sq. M
(2)
Renewable energy PV
8,800 sq. M
(3)
Cooling plant capacity
500 TR
(4)
LED based lighting system
15000 sqm
8
(5)
xiv)
xv)
Acoustical
(1)
Auditorium
(2)
Conference center
400 seats
100 seats
xvi)
Landscaping for planters below solar pergola, roof terraces, building faade vertical
gardens, ground covers, trees, etc.
(1)
Arborist
(2)
Horticulturalist
xvii)
Elevators
(1)
Custom Passenger Elevators Cabs
xxi)
Having completed at least one building of 16,000 sq. m, which obtained GRIHA 4 or IGBC
LEED certification.
The Applicant shall have been involved in the Civil Engineering Construction Business
for the last seven years or more. The Applicant must provide necessary supporting
documents as proof in respect of the eligibility criteria mentioned below:
1.4.1. Experience of having successfully completed similar works during last 7 years ending
31.12.2012 should be either of the following:
a)
b)
c)
1.4.2 Similar work shall mean Development and Construction of multi-storied Office
Buildings/Commercial complex with RCC framed structure, large span steel structure,
including Internal and external Electrical works, renewable energy, recycled water
management systems, radiant cooling, firefighting works, security systems, HVAC,
interior works, intelligent building management systems/controls, lifts and development
works executed in India or internationally.
9
1.4.3 The value of works shall be brought to current costing level by enhancing the actual value
of work at simple rate 5% per annum calculated from the date of completion to last date
of receipt of applications for PQ documents
1.4.4 For this purpose, cost of work shall mean gross value of the completed work including
the cost of materials supplied by the Govt. /Client, but excluding those supplied free of
cost.
1.4.5
Average Annual Financial Turnover during last 5 years ending 31st March 2012 should be
at least 100 Crores. (Please submit copies of audited balance sheets of last 5 years i.e. from
2008-09, 2009-2010, 2010 -11, 2011-2012 & 2012-13)
1.4.6
Shall not have incurred any loss in more than two years during the last five years ending
31st March, 2013.
1.4.7
Shall have a solvency of Rs.100 Crores. The applicant shall submit the solvency
certificate, not older than three months prior to 31st March 2013, issued by any scheduled
bank in original.
1.4.8
1.4.9
Shall not be black listed by any State/Central Department or PSU or Autonomous bodies.
The Applicant must submit a duly notarized Affidavit to this effect .Bids received
without this declaration in original shall stand automatically rejected.
1.4.10 The applicant must submit information of on-going litigations and litigations had in the
past five years. In the event that the applicant has no litigations either in process or in the
past 5 years, an Affidavit to this effect, duly notarized must be submitted in original.
1.5
The applicants who meet the minimum qualification criteria will be qualified only if their
available bid capacity is more than the total estimated bid value. The bidding capacity
shall be worked out by the following formula:
Bidding Capacity = A x N x 2 B, where
10
A= Maximum value of construction works executed in any one year during the last five
years (up dated to 2012 price level) taking into account the completed as well as works in
progress.
S. No.
Particular
Updation Factor
1.
Year 1
1.00
2.
Year 2
1.05
3.
Year 3
1.10
4.
Year 4
1.15
5.
Year 5
1.20
In case of joint venture with specialty vendors, the Applicant shall enclose experience
certificates of venders executed specialty works to make the Applicants eligible for the
works as per eligibility criteria.
EVALUATION
The evaluation will be done on the eligibility criteria parameters. The qualified Applicants will be
invited for submission of financial bid and detailed Tender documents comprising of BOQ,
technical specifications, tender drawings and price bid format for submitting their financial bids.
Prequalification documents received without requisite Prequalification document fee and valid
EMD/ inadequate Prequalification document fee (in case of downloaded tenders) & improper
EMD shall be summarily rejected.
Qualified agencies will be called for price bid submission at a later date to be notified separately.
Prequalification documents fee (when documents are downloaded from website) shall be part of
the PQ documents and should be submitted in separate envelop. The documents as above must
be serially page numbered, signed/stamped and tied up securely before submission. The
documents without the duly filled in checklist shall be liable for rejection.
11
The PQ documents shall be submitted in the Office of General Manager (Civil), TCIL, 3rd Floor,
TCIL Bhawan, G.K.-I, New Delhi-110048, India on or before 15:00 hrs, on 13.08.2013.
PQ documents shall be opened at 16:00 hrs, on 13.08.2013 in the presence of Tenderers or their
authorized representatives present at the time of bid opening.
Only the Pre- qualified agencies under this RFP shall be eligible to get issued the detailed Tender
documents including price bid of the work and the date of issuance, submission, opening of
detailed price bid shall be notified separately to them. No other than qualified parties under this
process shall be allowed to participate in the price bid opening of the subjected bid.
TCIL reserves the right to accept or reject any or all the tenders without assigning any reason.
END OF SECTION-I
12
SECTION II
13
SECTION II
General Provisions and Instructions to Applicants
2.1
GENERAL PROVISIONS
2.1.1
2.1.2
Inducements
Any attempt or effort by a Applicant to influence the processing or evaluation of Proposals
or the decision making process of TCIL, or any officer, agent or advisor thereof, may
result in the rejection of such Applicants Proposal.
2.2
CONFIDENTIALITY
2.2.1
Each person or entity to which this Prequalification document is issued, shall, whether or
not he/it submits a proposal, treat this Prequalification document, related clarifications,
information and solutions provided by TCIL in relation to the Project or the bidding
process as confidential for a period of five (5) years from the date of issuance of the
Prequalification documents package. During this period, the concerned person or entity
shall not disclose or utilize in any manner, any such documents, information or solutions,
without the prior written approval of TCIL,
2.2.2
TCIL shall have the right to make available the Proposal related information provided by
the Applicants to its advisors/consultants/project developers etc. for the purpose of
availing their assistance in evaluating the Proposals.
2.2.3
2.3
2.3.1
All communications to TCIL, in the context of this TENDER document and related
issues, unless specified otherwise, shall be addressed to:
14
2.4
2.4.1
It would be deemed that prior to submission of the Proposal, the Applicant has:
a.
b.
c.
d.
Made a complete and careful examination of project site other information set forth
in this Prequalification document.
Examined all the relevant information as it has received from TCIL in respect of
the project.
Made a complete and careful examination to determine the difficulties and matters
incidental to the performance of its obligations under the Agreement, including,
but not limited to:
Determined to its satisfaction, the nature and the extent of the difficulties and
hazards concerning project implementation.
2.4.2
TCIL or its advisors, consultants, project developers etc. do not accept any responsibility
or liability for any errors, omissions, inaccuracies or errors of judgment with respect to
information or data provided in this Prequalification document or otherwise, with regard to
the Project or its surroundings. Although such information and data are correct and
authentic to the best of the knowledge of TCIL, verification thereof is the sole
responsibility of the Applicants.
2.4.3
The Applicant or any of its authorized representative will be granted permission to visit,
carry out investigations or studied on the Project Site upon receipt of a formal request well
in advance to the proposed date of inspection of the Project Site. However, the permission
would be subject to the express condition that the Applicant will indemnify TCIL or its
agent from and against all liability in respect of and will be responsible for physical injury,
loss of or damage to property and any other loss, costs and expenses however caused in
carrying out such visits.
15
2.5
2.5.1
(ii)
TCIL reserves the right to contact the Applicants, their bankers, their consultants,
former clients of the Applicants and other such sources for verifying the
information, references and data submitted by the Applicants in the Proposal,
without further reference to the Applicants.
(b)
Failure by the Applicant to provide all the requisite information in the Proposal or
any additional information required by TCIL, shall be at the Applicants sole risk
and cost and may impact evaluation of proposal besides leading to rejection of
proposal as being non-responsive.
(c)
TCIL reserves the right to use and interpret the Proposal documents data etc, it
receives from the Applicants in its absolute discretion.
(d)
TCIL shall be fully entitled to disqualify any Applicant from the Prequalification
process for any reason whatsoever including but not limited to the following
reasons:
i.
16
ii.
iii.
iv.
(e)
In the event TCIL disqualifies any Applicant under (d) above, it shall not be
required to disclose the reason for such disqualification.
3.
QUALIFICATION INFORMATION
3.1
General Rules
(a)
(b)
d)
e)
TCIL will not entertain or enter into any correspondence (written or oral) with the
Applicants except where TCIL seeks clarification from Applicants or where a
Applicant seeks clarification from TCIL in writing before submission of Bid,
whereupon TCIL may provide written clarification.
17
f)
All documents, data, information etc. submitted by the Applicants will be treated
as confidential and will not be returned to Applicants.
g)
The Applicants shall bear all costs associated with the preparation and submission
of its/their Pre-Qualification Statement.
2.
3.
4.
5.
6.
Audited financial reports for the past five financial years ending March 31, 2013,
including sheets, profit and loss accounts, and cash flow statement. The results
should be as per annualized accounting practices and should follow Indian
guidelines in force as given in Form 7. Explanation for changes in accounting
practices should be enclosed.
7.
Summary statement of net cash accruals for past three financial years, net worth
certified by a Chartered Accountant.
8.
18
9.
In case of Joint Venture, a copy of the Joint Venture Agreement to be provided for
consideration as a valid Joint Venture. The Agreement should include but not
limited to.
a.
b.
c.
10.
11.
12.
List of minimum plant and equipment proposed to be deployed for executing the
project as per Form 13.
13.
Sales Tax Registration Certificate in the State of Haryana, India along with
TIN number.
Service Tax Registration Certificate.
Provident Fund Registration Certificate.
PAN number.
Labour License.
3.2.2 Applicants are required to submit the information in the prescribed format(s) (Form 1 to
Form 14) enclosed at the end of this section for Qualification Statement.
19
3.2.4 Each member/partner shall accept joint and several responsibilities for the obligations of
the unincorporated Joint or partnership firm or Consortium as a whole during the
Proposal Validity Period. All proposals shall indicate the full legal name of each
member/partner who shall abide by terms of the proposal.
3.2.5 The Applicant shall provide information on current projects undertaken by the Applicant
and all members of the Joint Venture/partnership firm/Consortium as given in the Form
8 of the Prequalification Document.
3.2.6 The Applicant shall provide financial default Information for Applicant/each
Consortium and Joint Venture/partnership firm/incorporated Joint Venture Member as
given in the Form 9.
3.2.7 The Applicant shall provide information on current litigation status as per the Form 10.
3.2.8
If the Proposal consists of more than one volume Applicant shall clearly number the
volumes constituting the Proposal and provide an indexed table of contents for each
volume.
3.2.9
All documents in the same envelope should be either singularly or with several documents
bound together. The Proposal should not include any loose papers.
4.
Submission of Bids:
The Prequalification Documents must be submitted as under:
a)
Applicants who wish to download the tender documents from TCIL website should
submit DD for Rs 20,000/- in favour of TCIL towards cost of prequalification
documents in the Cost of PQ documents Envelope A.
20
5.
b)
Earnest Money deposit amounting to Rs. 10,00,000/- (Rs. Ten lakhs only),
payable in the form of D.D./bankers cheque in favour of Telecommunications
Consultants India Limited payable at New Delhi from any Nationalised/
Scheduled bank or Bank Guarantee of the equivalent amount valid for 180 days
from the scheduled date of submission of bids plus 30 days from Nationalized/
Scheduled bank through its branch at New Delhi on the prescribed format in
Envelope A.
c)
Proposal
No.
TCIL/05/527/322/2013/ACD.
d)
e)
Both the envelopes should be sealed in outer Envelope with Name of Work and
Proposal No. and name of the bidder, his address and telephone number
mentioned on the envelope.
f)
6.
7.
Debarment/Black listing
Notwithstanding the above, the Employer may debar or blacklist any of the Applicant(s)
for their misleading or false representations in the forms, statements etc. for the period to
be decided by the Employer. EMD of the agencies giving false information shall be
forfeited.
21
8.
9.
10.
11.
11.1 At any time prior to the deadline for submission of bids, the Employer may, for any
reason, whether at his own initiative or in response to a clarification requested by a
prospective Applicant, amend prequalification documents by issuing addendum.
11.2
Any Addendum thus issued shall be part of the prequalification documents pursuant and
shall be communicated in writing or by fax/email to all purchasers of the bidding
documents. Prospective Applicants shall acknowledge receipt of each addendum by fax to
the Employer.
12.
Language of Bid
The bid, and all correspondence and documents related to the bid exchanged between the
Applicant and the Employer shall be written in the English language. Supporting
documents and printed literature furnished by the Applicant may be in another language
provided they are accompanied by by an accurate translation of the relevant passages in
the English language, in which case, for purposes of interpretation of the bid, the English
translation shall prevail.
22
13.
14.
Entire bidding document either purchased from TCIL office or downloaded from
website duly signed & stamped.
(b)
(c)
(d)
(e)
Earnest Money deposit amounting to INR 10,00,000/- (Rs. Ten lakhs only) ,
payable in the form of D.D./bankers cheque in favour of Telecommunications
Consultants India Limited payable at New Delhi from any Nationalised/
Scheduled bank or Bank Guarantee of the equivalent amount valid for 180 days
from the scheduled date of submission of bids plus 30 days from Nationalized/
Scheduled bank through its branch at New Delhi on the prescribed format.
14.1 Bids must be received by the Employer at the address specified above not later than the
time and date specified in the RFP.
14.2 The Employer may, at his discretion, extend the deadline for submission of bids by issuing
an amendment in accordance with Clause 11.1, in which case all rights and obligations of
the Employer and the Applicants previously to the original deadline will thereafter be
subject to the deadline as extended.
15.
Late Bids
15.1
Any bid received by the Employer after the deadline for submission of bids will be
returned unopened to the Applicant.
16.
16.1 The Applicant may modify or withdraw his bid after bid submission, provided that written
notice of the modification or withdrawal is received by the Employer prior to the deadline
for submission of bids.
16.2 No bid shall be modified by the Applicant after the deadline for submission of bids.
23
17.
Conditions:
Conditional offers are liable to be rejected.
18.
Modifications :
Bids must conform to such information as included in Pre-qualification documents.
19.
OPENING OF BIDS.
The bids shall be opened on due date and time provided in the RFP Documents. The
Envelope A containing Tender cost and EMD shall be opened first. If this is in order, the
Envelope B shall be opened, otherwise, Envelope B shall not be considered for opening
.
24
SECTION III
FORMS
25
FORM 1 :
COVERING LETTER OF THE APPLICANT
26
FORM 2 :
POWER OF ATTORNEY
( TO BE PROVIDED ON APPROPRIATE STAMP PAPER BY EACH MEMBER OF THE APPLICANT, IN
THE FAVOUR OF LEAD MEMBER)
Dated :..
TO WHOMSOVER IT MAY CONCERN
WHEREAS we have decided to participate in the Prequalification process for the
Witness 2
Signature
Name..
Name
Address :..
Address :..
SEALED HEREIN
By.
Signature :..
Name:.
Title :..
27
FORM 3:
POWER OF ATTORNEY BY LEAD MEMBER / PARTNER IN FAVOUR OF DESIGNATED
PERSON(S)
Know all
men by these presents
that we ......
incorporated in India under the Companies Act, 1956 and having its Registered Office at
....(India) ("Hereinafter called the
Company")
DOTH
hereby
nominate,
constitute
and
appoint
Shri
to be true and lawful attorney in fact and at law of the
Company for and in the name and on behalf of the Company, to do, execute and perform all or
any of the following acts, deeds, matters and things namely :1.
To appear for and represent the Company to all intents and purposes in connection with the
matters pertaining to signing and submission of Prequalification documents and all affairs
ancillary or incidental thereto.
2.
AND the Company hereby agree that all acts, deeds and things lawfully done by the said
attorney shall be construed as acts, deeds and things done by the Company itself on the above
matter and the Company hereby undertakes to ratify and confirm all and whatever its attorney
shall lawfully do or cause to be done for and on behalf of the Company by virtue of the powers
hereby given.
In witness whereof Mr.. of the Company acting for and on behalf of the
Company under the authority conferred by the Board of Directors of the Company in its
has signed this Power of Attorney at on this
.
The signatures of Shri given below are hereby certified.
WITNESS:1.
2. .
CERTIFIED
28
FORM 4:
INFORMATION ABOUT APPLICANT
Members Name
Role
Proportion of Equity
Main Business :
Address of Lead Member/Lead Partner:
Telephone :
Fax :
E-mail :
2. Information about Designated Person(s)
Name :
Position :
Telephone :
Fax :
E-mail :
mailto:sk.jain@tcil-india.com
3. Equity contribution by Members/ Partners
Equity Contribution
Note:
1. In case of a Consortium / JV / Partnership Firm, Copy of Applicants interse agreement /
Power of Attorney, if any, should be attached.
29
FORM 5:
INFORMATION ABOUT MEMBERS / PARTNERS
Brief Introduction
Fax :
2. Main Business
In Own Country
Internationally
In India
Date of Incorporation (in Own Country)
Under Present Management Since (Year)
3. Management
Chairman of Board
Chief Executive Officer
Chief Operating Officer
4. List of Shareholders (more than 10% of shares)
Name of Shareholders
Name of Office
Name of Chief
Address
Tel
Note:
1. Particulars should be furnished separately by each member / Partner
30
Fax
FORM 6 :
EXPERIENCE IN DEVELOPMENT & CONSTRUCTION OF PROJECTS IN BUILDING SECTOR
Actual
Planned
Actual
Actual
Actual
Planned
Arranger
O&M Contractor
Partner in Consortium
13. Name
:
Address
:
Contact Person
:
Tel/Fax of the Owner of the Project
14. Details of the Project Company
Name
:
Address
:
Contact Person
:
31
Tel
Fax
:
:
Brief description of the financial plan of the project (balance sheet funding/non-recourse funding,
amount of fund raised, terms on which funds raised) and role played by the Applicant.
Note:
1.
The Applicants shall complete the information in this form or in other forms that the Applicants may
regard as proper. The Applicants should provide the above mentioned at the minimum.
2.
All project costs shall be converted to Indian Rupee at the rate of exchange at the end of the
construction period reported or at the time of award of the contract (if the construction is not yet
completed).
3.
The Applicants shall provide supporting documentation for the above including but not limited to
completion certificates, certificate of good performance etc.
4.
Please use separate sheet for each project.
5.
Listing of contracts shall be deemed an authorization by the Applicants for the TCIL to request such
references and for the contracts to release them to the TCIL.
32
FORM 7:
CURRENT FINANCIAL STATUS ABOUT APPLICANT
Name of the Applicant :
Name of the Member/Partner :
The Applicant Member/Partner shall provide copies of its audited financial statements and other
financial data for the immediately preceding five years. The statements shall include, but not be limited
to, for the immediately preceding three years:
1. Audited financial accounts :
2. Unabridged Annual reports :
3. Statement of Accounting policies:
4. Additional information supporting the evaluation of the companys financial and legal status :
5. Latest Credit Rating information amount, instrument, time of rating, Credit rating agency:
The information provided shall be detailed enough to demonstrate, and allow evaluation of the
Applicants financial capacity to fulfill its financial obligations, if awarded the contract.
6. Banks from which reference can be obtained:
List Name and Address of Bankers from whom Reference can be obtained
Name of Bank
Contact Person
Address
Listing of bankers shall be deemed an authorization by the Applicants and Member(s) / Partner(s) for the
TCIL to request such references and for the bankers to release them to the TCIL.
7) Debt, Raised by Applicant/Consortium/JV/Partnership Firm Member in the preceding five years.
Applicant / Consortium/JV/Partnership Firm Member shall provide information on instrument, amount
raised, purpose and nature of fund raising (non-recourse/balance sheet)
Note:
1. TCIL may use publicly available information on any Consortium Members for its Evaluation.
33
FORM 8 :
CURRENT PROJECTS FOR APPLICANT
Description of Work
2012
2013
Cost
of
Project
& Year schedule for
Completion
2014
2015
Amount to be invested
1
2
3
4
Note:
1. Applicant and each Member / Partner shall provide information on its total commitment to the
project, i.e risk capital (equity, contract turnover, liquidated damages, promoters guarantees).
34
FORM 9 :
FINANCIAL DEFAULT INFORMATION FOR APPLICANT
The information shall include any defaults on financial commitments in the immediately preceding years. A
separate sheet should be used for each Member/Partner.
Year
Nature of Default
Period of Default:
Current Status
35
Applicant shall provide information on any current or pending litigation or arbitration. A separate sheet
should be used for each Member/Partner.
Year
Note:
1. Applicant to indicate the disputed amount, if known, else it should be indicated as closely as
possible.
36
37
FORM 12 :
KEY PERSONNEL AND OTHER PROJECT MANPOWER
The minimum experience and number of key personnel to be deployed by the contractor at the
project site during the construction are given below. The contractor shall provide a brief bio-data
of each of the key personnel.
Sno.
Key Personnel
Minimum
Number
Total
Experience
(Years)
Project
Manager
15
10
Deputy Project
Manager
10
Sr
Material
engineer
10
Plant
Equipment
Manager
10
Should
have
maintained
concrete
batching
plant,
pumps,
Tower
cranes,
vibrators and other building
related equipments.
Structural
Engineer
10
Should
have
executed
minimum two building works
of Rs 50 crores each.
Civil Engineers
10
Should
have
executed
minimum two building works
of Rs 50 crores each.
Electrical
engineer
10
Should
have
executed
minimumtwo building works
of Rs 50 crores each.
Bills
Planning
Engineer
10
Should
have
executed
minimumtwo building works
of Rs 50 crores each.
&
and
38
Minimum
Minimum experience
experience
similar work
in similar
works
(Years)
in
10
Public relations
officer
10
Should
have
executed
minimumtwo building works
of Rs 50 crores each.
NOTE :The list is not exhaustive and any other staff required for execution of various
activities and associated works as per BOQ and specifications shall be arranged by the contractor.
Signature:
e :
_________________________
Designation:
Company:
Date :
39
FORM 13 :
LIST OF MINIMUM PLANT AND EQUIPMENT PROPOSED TO BE DEPLOYED FOR
EXECUTING THE PROJECT
Whereas it is entirely the responsibility of the Contractor to deploy sufficient construction plant and
equipment to ensure compliance with his obligations under the Contract. This list constitutes the
Employers estimate of the minimum essential basic holding of construction plant and equipment, which
the Contractor must own or have long term leasing arrangements (Applicant to indicate if the equipment
is proposed to be Owned / Leased / Purchased)
S.No.
Type of Equipment
Capacity
Max Age
(Years)
Number
Excavators
JCB
.35 M3
Cranes
20 Tonne capacity
10 cum capacity
Tippers
14 Cum capacity
Concrete pump
200m horizontal
&100m vertical
Tower Crane
50m
10
Hoist lifts
50 mtrs
11
Needle Vibrators
12
Total station
13
Leveling Instruments
14
Generators
15
Steel Shuttering
6000 Sqm
1.25 m3
325 KVA
NOTE :The list is not exhaustive and any other Machinery, Equipments and tool and plants
required to be procured for successful completion of project as per targets shall be brought by the
Contractor.
40
FORM 14 :
QUALITY MANAGEMENT & RELATED EXPERIENCE:-
A.
Quality Management
A write-up on management covering management style, approach and strengths,
Particular emphasis should be laid on:
Experience in Building Construction works.
Experience, if any, in operation and maintenance of toll roads /
bridge projects.
Related Experience
A write-up on experience of Applicant in the following areas:
Project implementation / Consortium Experience
Project Design
EPC
Operation and Maintenance
Financial and Commercial
In case the Applicant is a Consortium / unincorporated Joint Venture / Partnership Firm,
then write-up on how the Members / Partners cover the required skill set for the Project.
41
1.
This deed of Guarantee made this ________ day of ________ 2013 ___ by
_____________________________________________________(Name of the Bank)
having
one
of
its
branch
at
_________________________________________________
acting
through
its
Manager (hereinafter called the Bank) which expression shall wherever the context so
requires includes its successors and permitted assigns in favour of M/s
Telecommunications Consultants India Limited (A Govt. of India Enterprise) registered
under the Companies Act, 1956, having its office at TCIL Bhawan, Greater Kailash-I,
New Delhi 110048 (hereinafter called TCIL) which expression shall include its
successors and assigns.
WHEREAS TCIL has invited Proposal for Prequalification of contractors for construction
& Development of Rural Electrification Corporation World head Quarter Building at
Sector 29, Gurgaon (Haryana) India vide their Notice No. TCIL/05/527/322/2013/ACD
Dated 09.07.2013 to be opened on 13.08.2013 AND WHEREAS M/s
________________________ (Name of Applicant) having its office at
_______________________________________ (hereinafter called the Applicant),
has/have in response to aforesaid Proposal for Prequalification of contractors notice
offered to supply/do the job Construction of Rural Electrification Corporation World
Head Quarter Building at Sector 29 Gurgaon (Haryana) as contained in the
Prequalification documents.
AND WHEREAS the Applicant is required to furnish to TCIL a Bank Guarantee for a
sum of Rs. 10,00,000 (Rupees Ten Lakhs only) as Earnest Money for participation in
the Proposal for Prequalification of contractors aforesaid.
AND WHEREAS, we _________________________ (Name of the Bank) at the request
of the Applicant agree to give TCIL this as hereinafter contained.
NOW, THEREFORE, in consideration of the promises we, the undersigned, hereby
covenant that, the aforesaid Proposal for Prequalification of contractors shall remain
open for acceptance by TCIL for a period of 180 days plus 30 days or for any extension
thereof, as TCIL and the Applicant may subsequently agree, and if the Applicant for any
reason withdraw his offer, whether expressly or impliedly, from his said Proposal for
Prequalification of contractors during the period of 180 days plus 30 days, we hereby
unconditionally undertake to pay TCIL, New Delhi on demand and without demur to the
extent of Rs. 10,00000/- (Rupees Ten lakhs only).
42
DATE :
43