prequalif doc contractor construction rechq

Upload: nazir-hussain

Post on 13-Apr-2018

221 views

Category:

Documents


0 download

TRANSCRIPT

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    1/43

    Telecommunications Consultants India Limited

    (A Government of India Enterprise)

    PRE-QUALIFICATION DOCUMENTS

    FOR

    Construction and Development of Rural Electrification

    Corporation World Headquarter Building at Sector 29,

    Gurgaon(Haryana), India

    PROPOSAL NO. TCIL/05/527/322/2013/ACD

    Telecommunications Consultants India Ltd.

    TCIL Bhawan, Greater Kailash-I,

    New Delhi 110048, India

    Phone : 91-11-26202020, Fax No. : 91-11-26242266

    Website-www.tcil-india.com

    http://www.tcil-india.com/http://www.tcil-india.com/http://www.tcil-india.com/http://www.tcil-india.com/
  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    2/43

    SECTION I

    REQUEST FOR PROPOSAL

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    3/43

    SECTION I

    REQUEST FOR PROPOSAL

    Notice No. : TCIL/05/527/322/2013/ACD

    Date of Publication: 09.07.2013

    Last Date: 13.08.2013

    Sub: Prequalification of contractors for construction & Development of RuralElectrification Corporation World Head Quarter Building at Sector 29 Gurgaon

    (Haryana), India

    Prequalification in prescribed format are invited from reputed and experienced contractors to

    prepare a list of technically and financially competent agencies for inviting financial bids at a

    later date for Construction & Development of Rural Electrification Corporation World Head

    Quarter Building at Sector 29 Gurgaon (Haryana).

    The agencies having ability and experience in building projects having civil, electrical, and

    other associated works and interested in Execution of work may submit their Prequalification

    Documents latest by 3.00 P.M. on 13.08.2013 at the address given below.

    The received offers shall be opened on the 13.08.2013 at 4.00 P.M. at TCIL New Delhi.

    Details of work are available in the detailed Prequalification Documents, a copy of which can

    be obtained from the following address after Submission of written request with a fee of Rs.

    20,000/- in the form of Demand Draft in favour of Telecommunications Consultants IndiaLimited payable at New Delhi against Prequalification Documents fee.

    A set of prequalification documents may be downloaded from TCIL web site and can be used

    for submission. For such prequalification documents , applicant will require to submit a D.D.

    of Rs. 20,000/-in favor of "Telecommunications Consultants India Limited" payable at NewDelhi towards the cost of Prequalification Documents.

    For further details, please contact-

    Shri Anil Kumar Kataria

    General Manager (Civil)

    3rd Floor, TCIL Bhawan, Greater Kailash,

    New Delhi-110048, INDIA

    Phone no - 91-11-26241607, Fax no. - 91-11-26241865

    Email [email protected],[email protected]

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]
  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    4/43

    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, 3rdfloor, TCIL Bhawan, New

    Delhi latest by 1500 hrs on 13.08.2013. RFP details are available on TCIL website atwww.tcil-

    india.com. All Addendums /Corrigendums, if any, shall be displayed on TCIL web site only.

    General Manager (Civil)

    TCIL New Delhi

    India

    http://www.tcil-india.com/http://www.tcil-india.com/http://www.tcil-india.com/http://www.tcil-india.com/http://www.tcil-india.com/
  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    5/43

    Tender No.: TCIL/05/527/322/2013/ACD Dated 09.07.2013

    REQUEST FOR PROPOSAL

    Sealed applications are invited from eligible agencies for Pre- Qualification of Contractors for

    Construction & Development of REC World HQ building Sector 29 at Gurgaon (Haryana)

    1. Name of the work Pre- Qualification of Contractors for Construction &

    Development of REC World HQ at Building at Sector

    29, Gurgaon (Haryana)

    2. Estimated value of

    Construction Works

    Approx. Cost INR Rs. 200 Crores

    3. Cost of PQ documents Rs. 20,000/- (Rs. Twenty Thousand only) non

    refundable, payable in the form of D.D./bankerscheque in favour of Telecommunication Consultants

    India Limited payable at New Delhi.

    4. Earnest Money Deposit 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 prescribedformat.

    5. Stipulated period of

    completion of construction

    works

    24 months.

    6. Date, time and place of

    submission of PQ documents

    13.08.2013 up to 15:00 hrs at the Office of General

    Manager (Civil), TCIL Bhawan, Greater Kailash-1,

    New Delhi-110048, India.

    7. Date of opening PQ

    documents13.08.2013 at 16.00 hrs at the Office of GeneralManager (Civil), TCIL Bhawan, Greater Kailash-1,

    New Delhi-110048,India8. Officer to be contacted

    (Name and Address)

    1.Sh. S.P. Sharma Executive Director (Civil)

    2.Sh. Anil Kumar Kataria General Manager(Civil)

    3rdFloor, TCIL Bhawan, Greater Kailash-I, New Delhi-

    48, India

    PQ documents shall be available from the office of General Manager (Civil), 3rdFloor, 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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    6/43

    Tenderers requesting PQ documents through post should include an additional amount of

    Rs. 500/- .Mailing of tender will be wholly at the risk of the Applicants.

    Last date of sale of Prequalification documents is 13.08.2013 up to 12 P.M.

    CompletePrequalificationdocuments are also available on TCIL's website, address given below:

    http ://www.tcil-india.com

    The documents downloaded by the parties from the website shall be valid for participation in the

    prequalification process. Those making use of thePrequalificationdocuments downloaded from

    the website shall have to pay the fee of the document in the form of a demand draft along with the

    Offers. offers received without the requisite fee shall be considered as invalid ab-initio.

    Last date for seeking clarification, if any: 7 (seven) days prior to the date of opening of bids.

    Applicants are advised to check the TCIL website regularly for amendments, if any.

    1.1 General

    Salient details of the work for which pre-qualification proposals are invited as under:

    a) Name of Work: Pre-qualification of Contractors for Construction Of Rural ElectrificationCorporation World Headquarters at Sector 29, Gurgaon (Haryana), India.

    (General Civil works, Mechanical, Electrical, Plumbing, Fire Fighting,

    Landscaping,Aircoditioning, Intelligent building management controls, radiantcooling, GRIHA-5 star rating and all other associated works and services)

    b) Estimated cost: Rs. 200 Crores

    c) Time of Completion: 24 Months

    1.2 About the Project

    Rural Electrification Corporation (A Govt of India Enterprise) has intended to Construct their

    World HQ Building campus at Gurgaon (Haryana), India.

    Telecommunications Cosultants India Ltd (A Govt of India Enterprise) has been appointed by

    REC as their Project Management Consultants.

    The REC World HQ Campus is designed as Class A, office building with plaza, gardens,

    auditorium, art gallery, cafes and rental offices.

    The building design for this headquarters is centered on the idea of a porous urban campus thatavoids the fortress mentality of the traditional office tower. The buildings are planned to be 2- 6

    http://www.tcil-india.com/http://www.tcil-india.com/
  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    7/43

    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 collaborationbetween 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:

    Solar pergola PV panels with renewable energy High performance glass curtain wall

    Insulated roof and AAC blocks wall

    Radiant cooling floors

    Filtered air intake towers using high efficiency MERV filters

    Intelligent building management controls

    Full water management system, Rainwater harvesting, with under ground storage tanks /waste water recycling

    LED lighting / occupancy and motion sensor controls.

    Interior works, landscaping, Airconditioning and Fire fighting and other associated works.

    1.3 Special features of the building

    1.3.1 Execution of Class A rating Corporate office facilities which includes experience in High

    performance Curtain walls, exposed fair face architectural concrete, large span steel structures,

    auditorium, conference centers with audio visual capabilities, indoor and outdoor raised floor

    systems, renewable energy with PV panels, and recycle water management systems. The

    Applicant has at least one of the valid certifications, namely ISO 9001 -2000 valid on the date of

    application.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    8/43

    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) Segregation & storage of waste as per GRIHA requirement.

    iv) Waste water treatment plant as per GRIHA requirement.

    v) Rain water harvesting system as per GRIHA requirement.

    vi) Air pollution prevention measures as per GRIHA requirement.

    vii) Low VOC paints for building finishes.

    viii) Use of fly ash in structural and non structural members as per GRIHA requirement.

    ix) Structures with a built up area greater than 16,000 Sqm.

    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 inshading 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 photovoltaicpanels

    (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 buildingmanagement 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

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    9/43

    (5) Building management system integrated with energy management controls

    xiv) IT Infrastructure / Data Center / Security Systems / Audio & Visual

    xv) Acoustical(1) Auditorium 400 seats(2) Conference center 100 seats

    xvi) Landscaping for planters below solar pergola, roof terraces, building faade verticalgardens, ground covers, trees, etc.

    (1) Arborist(2) Horticulturalist

    xvii) Flooring to include interior and exterior conditions

    (1) Outdoor Pedestal system for terraces

    (2) Indoor Raised Floor with stone & Carpet inlays

    xviii) Interiors systems / Movable partitions / Glazing / Furniture systems

    (1) Pre-engineered Architectural Wall and systems furniture

    xix) 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.

    ELIGIBILITY CRITERIA FOR PREQUALIFICATION

    1.4 The Applicant shall have been involved in the Civil Engineering Construction Businessfor 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) 3 (Three) similar works each costing not less than 80 Crores .Or

    b) 2 (Two) similar works each costing not less 100 Crores .

    Or

    c) One similar work costing not less 160 Crores.

    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 developmentworks executed in India or internationally.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    10/43

    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 31stMarch 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 solvencycertificate, not older than three months prior to 31st March 2013, issued by any scheduled

    bank in original.

    1.4.8 Shall have average net worth of Rs. 100 Crores.

    Certificate(s) from Chartered Accountant/statutory auditors specifying the net worth of the

    Applicants, as at the close of the preceding financial year, and also specifying that the

    methodology adopted for calculating such net worth conforms to the provisions of thisClause. For the purpose of this pre-qualification, net worth (the "Net Worth") shall mean

    the sum of capital (paid up capital in case of companies) and reserves from which shall be

    deducted the sum of revaluation reserves, miscellaneous expenditure not written off and

    reserves not available for distribution to equity share holders (in case of companies).

    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 receivedwithout this declaration in original shall stand automatically rejected.

    1.4.10 The applicant must submit information of on-going litigations and litigations had in thepast 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 theiravailable 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

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    11/43

    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 Factor1. Year 1 1.00

    2. Year 2 1.05

    3. Year 3 1.10

    4. Year 4 1.15

    5. Year 5 1.20

    N= Number of years prescribed for completion of work for which pre-qualification

    application has been invited - 2 Years (24 Months)

    B = Value at the year 2012 price level of existing commitments and on-going works to becompleted during the period of completion of work for which pre-qualification has been

    invited. (next 24 months)

    The applicant shall submit the calculation sheet of Bid Capacity and also indicate value of

    balance work in hand. (Certified by a Chartered Accountant)

    1.6 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 validEMD/ 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. Thedocuments without the duly filled in checklist shall be liable for rejection.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    12/43

    The PQ documents shall be submitted in the Office of General Manager (Civil), TCIL, 3rdFloor,

    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.

    General Manager (Civil)

    TCIL, New Delhi

    END OF SECTION-I

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    13/43

    SECTION II

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    14/43

    SECTION II

    General Provisions and Instructions to Applicants

    2.1 GENERAL PROVISIONS

    2.1.1 Prohibition against collusion amongst Applicants

    Each Applicant shall warrant by its Proposal that the contents of its Proposal have been

    arrived at independently. Any Proposal which has been arrived at through connivance or

    collusion or pooling amongst two or more Applicants for the purpose of restricting

    competition, shall be deemed to be invalid and the concerned Applicants shall lose its/their

    EMD, at TCIL sole discretion.

    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 biddingprocess 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 Any information relating to examination, clarification, evaluation and comparison ofProposals and recommendations for the selection of the Applicants shall not be disclosed

    to any other person not officially concerned with such process.

    2.3 COMMUNICATION BETWEEN APPLICANTS & TCIL

    2.3.1 All communications to TCIL, in the context of this TENDER document and related

    issues, unless specified otherwise, shall be addressed to:

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    15/43

    General Manager (Civil),

    Address: - 3rd

    Floor, Room No 308

    TCIL Bhawan, Greater Kailash-I,

    New Delhi 110048, India

    Email - [email protected];[email protected];

    Telephone No - 011-26241607

    Fax number - 011-26241865

    2.3.2 All communications to the Applicants shall be sent to the designated person/representative

    of the Applicant at the address mentioned in the covering/forwarding letter of its Proposal,

    as addressed to TCIL, unless TCIL is advised otherwise by the concerned Applicant.

    2.4 INSPECTION OF THE PROJECT SITE

    2.4.1 It would be deemed that prior to submission of the Proposal, the Applicant has:

    a. Made a complete and careful examination of project site other information set forthin this Prequalification document.

    b. Examined all the relevant information as it has received from TCIL in respect ofthe project.

    c. Made a complete and careful examination to determine the difficulties and mattersincidental to the performance of its obligations under the Agreement, including,

    but not limited to:

    d. 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.

    mailto:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]:[email protected]
  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    16/43

    2.5 RIGHT TO ACCEPT ANY PROPOSAL AND TO REJECT ANY OR ALL

    PROPOSALS

    2.5.1 Notwithstanding anything contained in this Prequalification document, TCIL reserves the

    right to accept or reject any Proposal, at any time without incurring any liability towardsthe rejected Applicants or any obligation to inform the affected Applicants of the grounds

    for rejection and without assigning any reason for the same.

    2.6 INTERPRETATION OF DOCUMENTS

    2.6.1 TCIL will have the sole discretion in relation to:

    (i) The interpretation of this Prequalification document, the Proposals and any

    documents provided in support of the Proposals; and

    (ii) All decisions in relation to the evaluation ranking of Proposals.

    TCIL will have no obligation to explain or justify its interpretation of this

    Prequalification document, the Proposal(s) or their supporting/ related

    documents/information or to justify the evaluation process, ranking process or the

    selection of the Preferred Applicant.

    2.7 OTHER CONDITIONS OF BIDDING PROCESS

    (a) 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 orany 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, itreceives 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. Failure to submit the requisite information (including any additional

    information requested by TCIL) and supporting documents within therequired time frame.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    17/43

    ii. Material inconsistencies in the information submitted.

    iii. Willful misrepresentation in any document provided by the Applicant.

    iv. If a particular Applicant or entity submits more than one proposal eitherindependently or as a part of different Consortium, Joint Venture,

    partnership firm etc.

    (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) The Prequalification Document should be signed by a person(s), duly authorized tosign on behalf of the Applicant. All the members of the Applicant should

    separately authorize the signatory in the case of Applicant being a Consortium or

    Joint Venture or a partnership firm. Such authorization shall be established by the

    Applicant to the satisfaction of TCIL, by way of producing one or more Power of

    Attorney, Board Resolution etc., in favor of the signatory of the Pre-Qualification

    Document.

    (b) Private Sector Applicants that comprise an unincorporated Joint Venture,partnership firm or a Consortium shall nominate a lead member or a lead

    partner to represent the Applicant. The maximum number of members

    /partners in a Consortium or Joint Venture is limited to Three (3)members/partners for Civil construction works only. However, the Applicantshall have the option to have joint ventures for specialty works mentioned in

    the Special features of the building under 1.3 of this document. In case ofjoint venture with specialty vendors, The Applicant shall enclose experience

    certificates of venders who executed specialty works viz. solar paragola, Highperformance curtain wall, radiant cooling floors, intelligent building

    management systems/controls etc to make the Applicants eligible for theworks. The Joint venture agreement must inter-alia contain the following :

    a. It shall clearly demarcate the role and responsibilities of joint venturepartners.

    b. It will identify the lead member who will be responsible for interactingwith TCIL/REC.

    c. All the partners of Joint venture will be jointly and severally liable forthe execution of entire project.

    d) A Private Limited Company or a Limited Company can also apply.

    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 aApplicant seeks clarification from TCIL in writing before submission of Bid,

    whereupon TCIL may provide written clarification.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    18/43

    f) All documents, data, information etc. submitted by the Applicants will be treatedas confidential and will not be returned to Applicants.

    g) The Applicants shall bear all costs associated with the preparation and submissionof its/their Pre-Qualification Statement.

    3.2 QUALIFICATION INFORMATION

    3.2.1 List of Qualification Information required from Applicants:

    The Applicants shall provide the Qualification Information in response to this Request for

    proposal as under for the Project including financial statements for the Financial Year

    2008-09, 2009-10, 2010-11, 2011-12, 2012-13 certified by Auditors.

    The following is a list of qualification information that is required from the Applicants.

    The list is not exhaustive and additional documents can be called for if the situation so

    warrants:

    1. Covering letter in Form 1.

    2. Notarized copy of Memorandum of Association/Articles of Association as filedbefore the Registrar of Companies.

    3. Power of Attorney to be provided on Appropriate Stamp paper by each member ofthe Applicant, in the favour of Lead member as given in Form 2.

    4. Power of Attorney by lead Member / partner in favour of designated person(s) asgiven in Form 3.

    5. Documents in support of the background of the Applicant as per Form 4 and 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. Document in support of experience of Applicant (letter of award/notice of award

    and work completion certificate or notarized copy of Project Agreement also to beattached) as given in Form 6.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    19/43

    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. It shall clearly demarcate the role and responsibilities of joint venturepartners.

    b. It will identify the lead member who will be responsible for interactingwith TCIL/REC.

    c. All the partners of Joint venture will be jointly and severally liable for theexecution of entire project.

    10. In case of unincorporated Joint Venture or partnership firm or Consortium,

    separate information/supporting documents in respect of each of the

    partners/members should be provided.

    11. Details & experience of Key personnel & manpower to be deployed alongwith

    Bio-data duly signed by the Applicant and Authorized Signatory to Pre-

    Qualification Documents as per Form 12.

    12. List of minimum plant and equipment proposed to be deployed for executing the

    project as per Form 13.

    13. Duly Notarized copies of Registration certificates to the following :

    (i) Sales Tax Registration Certificate in the State of Haryana, India along with

    TIN number.

    (ii) Service Tax Registration Certificate.

    (iii) Provident Fund Registration Certificate.

    (iv) PAN number.

    (v) Labour License.

    Applicants willing to participate shall give an undertaking that they shallregister themselves with concerned Departments as given in Para 13 (i) to 13

    (v) above if the work is awarded to them well within the deadlines fixed by theconcerned Deptts.

    14. Quality Management & Related Experience as per Form 14.

    3.2.2 Applicants are required to submit the information in the prescribed format(s) (Form 1 toForm 14) enclosed at the end of this section for Qualification Statement.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    20/43

    3.2.3 Proposal(s) submitted by an unincorporated Joint Venture or partnership firm orConsortium must provide a written agreement among all the members/partners, which

    describes the responsibilities and equity commitments of all the members/partners. The

    Agreement shall be attached in Form 11. The authority of the lead member or lead

    partner to act on behalf of the unincorporated Joint Venture or partnership firm or

    Consortium shall be evidenced by a power of attorney, signed by legally authorized

    signatories of all the members/partners as given in Form 2 unless specially advised to the

    contrary, TCIL will assume that the lead member/lead partner is authorized to perform all

    the tasks, including, but not limited to, providing information, responding to inquires and

    entering into contractual commitments on behalf of the unincorporated Joint Venture or

    partnership firm or Consortium as the case may be. Any and all limitations to the

    authority of the lead partner/lead member designated person should be detailed in such

    power of attorney. The format of such power of attorney Form 3 as provided in the

    Prequalification document.

    3.2.4 Each member/partner shall accept joint and several responsibilities for the obligations ofthe 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 Applicantand 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/eachConsortium and Joint Venture/partnership firm/incorporated Joint Venture Member asgiven in the Form9.

    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 shouldsubmit DD for Rs 20,000/- in favour of TCIL towards cost of prequalification

    documents in the Cost of PQ documents Envelope A.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    21/43

    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) The pre-qualification documents shall be in separate sealed envelope marked asEnvelope-B super scribed PQ Documents Proposal No.

    TCIL/05/527/322/2013/ACD.

    d) Entire Original bid documents purchased from TCIL/ downloaded fromwebsite must be submitted along with Technical offer duly stamped & signed

    on each page by authorized signatory in token of acceptance of all the clausesof the prequalification documents, otherwise the bids submitted shall be

    rejected.

    e) Both the envelopes should be sealed in outer Envelope with Name of Work andProposal No. and name of the bidder, his address and telephone number

    mentioned on the envelope.

    f) Unsealed Documents are liable to be rejected.

    5. Time of Receipt & opening of Tender:

    Bids shall be received not later than 15:00 Hrs. on the specified date. Bids received later

    will be rejected even if they are dispatched before the fixed date. The Envelope-Acontaining cost of PQ documents and EMD shall be opened first on the same day at 16:00

    Hrs in the presence of representatives of the applicants. After ascertaining that the cost of

    PQ documents & EMD is valid as required in the PQ documents, the Envelope-Bcontaining pre-qualification documents will be opened.

    6. Availability of the project Area:

    The employer shall provide the clear site for the project and other Appurtenant works to

    the contractor as per Technical specifications & Drawings.

    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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    22/43

    8. One Bid per Applicant

    Each Applicant shall submit only one bid for the package. An Applicant who submits or

    Participates in more than one bid for a contract package will be disqualified.

    9. Cost of Preparation and submission of Prequalification Documents.

    The Applicant shall bear all costs associated with the preparation and submission of his

    bid and the Employer will in no case be responsible or liable for those costs.

    10. Clarification of Prequalification Documents

    A prospective Applicant requiring any clarification of the bidding documents may notify

    the employer in writing or by fax (hereinafter, the term fax is deemed to include

    electronic transmission such as facsimile, cable and telex)/email at the Employers address

    indicated in the Request for proposal. The Employer will respond to any request for

    clarification. Copies of the Employers response will be forwarded to all purchasers of the

    bidding documents, including a description of the enquiry without identifying its source

    not later than 7 days before schedule date of submission of bids.

    11. Amendment of Bidding Documents

    11.1 At any time prior to the deadline for submission of bids, the Employer may, for anyreason, 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 andshall 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.

    11.3 To afford prospective Applicants reasonable time in which to take an Addendum in toaccount in preparing their bids, the Employer may extend as necessary the deadline for

    submission of bids, in accordance with Clause14.

    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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    23/43

    13. Documents comprising the Bid

    (a) Entire bidding document either purchased from TCIL office or downloaded from

    website duly signed & stamped.

    (b) Information as specified in Clause 3.2

    (c) Any other material information required to be submitted in accordance with theseGeneral terms and conditions.

    (d) DD for Tender cost if the documents are downloaded from Website.

    (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. Deadline for Submission of Bids

    14.1 Bids must be received by the Employer at the address specified above not later than thetime and date specified in the RFP.

    14.2 The Employer may, at his discretion, extend the deadline for submission of bids by issuingan 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 bereturned unopened to the Applicant.

    16. Modification and withdrawal of Bids

    16.1 The Applicant may modify or withdraw his bid after bid submission, provided that writtennotice 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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    24/43

    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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    25/43

    SECTION III

    FORMS

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    26/43

    FORM 1 :

    COVERING LETTER OF THE APPLICANT

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    27/43

    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..(Name of Work) (the Project) as a member of (name ofConsortium) independently, we (name of the authorizing company), a companyincorporated under the laws of.., the registered address of which is

    hereby duly authorize .the registered address of which is..to lawfully represent and act on our behalf as the Lead member ofthe Consortium/Joint Venture/Partnership firm to sign any qualification statement, Proposal, conductnegotiations, sign contracts, incur liabilities and received instructions for us and or our behalf and executeall other necessary matters in connection with the Project. We hereby confirm that we are jointly andseverally liable, together with the other members of the Consortium/ Partnership Firm/Joint Venture, tothe TCIL for all the obligations of the Consortium/ Partnership Firm/Joint Venture in respect of ourqualification statement for the Project, in accordance with this TENDER document for the Project issuedon..and as amended prior to the date here of.

    We hereby ratify and confirm that all the acts done by our said attorney .(name of lead

    entity/member) shall be binding on us if the same had been done by us personally.

    IN WITNESS WHEREOF, we have hereunto set our respective hands this.day of..2013 in the presence of the following witnesses.

    Witness 1 Witness 2

    Signature Signature

    Name.. Name

    Address :.. Address :..

    SEALED HEREIN

    By. (the authorizing company)

    Signature :.. (Signature of authorized signing officer)

    Name:. (Name of authorized signing officer)

    Title :.. (Title of authorized signing officer)

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    28/43

    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

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    29/43

    FORM 4:

    INFORMATION ABOUT APPLICANT

    Name of the Applicant :

    Names, roles and proposed equity shares of all the members of the Applicant should be givenbelow:

    S.NO. Members Name Role Proportion of Equity

    1. Information about Lead Member/Lead Partner

    Registered Name of Lead Member/Lead Partner :

    Main Business :

    Addressof Lead Member/Lead Partner:

    Telephone :Fax :

    E-mail :

    2. Information about Designated Person(s)

    Name :

    Position :

    Telephone :

    Fax :

    E-mail :mailto:[email protected]

    3. Equity contribution by Members/ Partners

    Name of Lead Member/ Lead Partner Equity Contribution

    1.

    2.

    Note:

    1. In case of a Consortium / JV / Partnership Firm, Copy of Applicants interse agreement /Power of Attorney, if any, should be attached.

    mailto:[email protected]:[email protected]:[email protected]
  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    30/43

    30

    FORM 5:

    INFORMATION ABOUT MEMBERS / PARTNERS

    1. Name of the Applicant :

    2. Name of Member / Partner :

    1. Brief Introduction

    Name of the Member / Partner

    Head Office Address

    Tel: 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 Portion of Shares (%) Address

    Name of Office Address Name of Chief Tel Fax

    Note:

    1. Particulars should be furnished separately by each member / Partner

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    31/43

    31

    FORM 6 :

    EXPERIENCE IN DEVELOPMENT & CONSTRUCTION OF PROJECTS IN BUILDING SECTOR

    1. Name of the Applicant :2. Name of Member / Partner :

    1. Name of the Project:

    2. Nature of the Project :

    3. Total Project Cost: Actual

    Planned

    4. Costbreak-down by major components :

    5. Date of start of work Actual

    Planned

    6. Date of Construction Completion ActualPlanned

    7. Date of commission of the Project Actual

    Planned

    8. Applicants Role in the Project :

    Prime Contractor Arranger O&M Contractor

    Partner in Consortium Leading Partner in Consortium

    Others (Please specify)

    9. Name, Address Contact Person,

    Tel/Fax of the Members and

    Their roles in the Project :

    10. Location of the Project :

    11. Technical Details of Major

    equipment used in projects,

    if applicable :

    12. Operating Performance :

    (for the immediately

    proceeding three years)

    13. Name :

    Address :

    Contact Person :

    Tel/Fax of the Owner of the Project

    14. Details of the Project Company

    Name :

    Address :

    Contact Person :

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    32/43

    32

    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 mayregard 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 theconstruction period reported or at the time of award of the contract (if the construction is not yetcompleted).

    3. The Applicants shall provide supporting documentation for the above including but not limited tocompletion 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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    33/43

    33

    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 otherfinancial data for the immediately preceding five years. The statements shall include, but not be limitedto, 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 Tel and Fax no.

    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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    34/43

    34

    FORM 8 :

    CURRENT PROJECTS FOR APPLICANT

    Name of the Applicant :

    Name of the Member / Partner :

    Description of Work 2012 2013 2014 2015

    Cost of Project& Year schedule forCompletion

    Amount to be invested

    1

    2

    3

    4

    Note:

    1. Applicant and each Member / Partner shall provide information on its total commitment to theproject, i.erisk capital (equity, contract turnover, liquidated damages, promoters guarantees).

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    35/43

    35

    FORM 9 :

    FINANCIAL DEFAULT INFORMATION FOR APPLICANT

    1. Name of the Applicant :

    2. Name of Member / Partner :

    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

    Default amount (Current value,

    Rs. Millions Equivalent)

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    36/43

    36

    FORM 10 : CURRENT LITIGATION STATUS

    1. Name of the Applicant :

    2. Name of Member / Partner :

    Applicant shall provide information on any current or pending litigation or arbitration. A separate sheetshould be used for each Member/Partner.

    Year Name of disputingApplicants cause of

    litigation/arbitrationand matter in dispute

    (Applicant initiatingto be underlined)

    Disputed amount(current value, in

    Rupees)

    Interim Award Order orDecree For or Against

    Applicant

    Note:

    1. Applicant to indicate the disputed amount, if known, else it should be indicated as closely as

    possible.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    37/43

    37

    FORM 11: AGREEMENT (IN CASE OF JOINT VENTURE)

    (To be submitted by Lead member/Lead Partner of the Consortium/ unincorporated Joint

    venture/Partnership firm)

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    38/43

    38

    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 MinimumNumber

    TotalExperience(Years)

    Minimumexperiencein similar

    works(Years)

    Minimum experience insimilar work

    1 ProjectManager

    1 15 10 Should have completed at least

    one similar project as ProjectManager.

    2 Deputy ProjectManager

    2 10 5 Should have completed at leastone project of 50 crores asDeputy Project Manager or

    Construction Manager.

    3 Sr Materialengineer

    1 10 5 Should have worked asMaterials Engineer or as Lab

    Engineer for minimum of twobuilding projects of 50 Croreseach.

    4 Plant &Equipment

    Manager

    1 10 5 Should have maintainedconcrete batching plant,

    pumps, Tower cranes,vibrators and other building

    related equipments.

    5 StructuralEngineer

    1 10 5 Should have executedminimum two building works

    of Rs 50 crores each.

    6 Civil Engineers 2 10 2 Should have executedminimum two building worksof Rs 50 crores each.

    7 Fire and safetyEngineer

    1 5 5 Should have experience in Firesafety and Other Safety

    reqirement of workers

    8 Electricalengineer

    2 10 5 Should have executedminimumtwo building works

    of Rs 50 crores each.

    9 Bills andPlanning

    Engineer

    1 10 5 Should have executedminimumtwo building works

    of Rs 50 crores each.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    39/43

    39

    10 Public relations

    officer

    1 10 5 Should have executed

    minimumtwo building worksof Rs 50 crores each.

    NOTE :- The list is not exhaustive and any other staff required for execution of variousactivities and associated works as per BOQ and specifications shall be arranged by the contractor.

    Signature: _________________________

    e :

    Designation:

    Company:

    Date :

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    40/43

    40

    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 andequipment to ensure compliance with his obligations under the Contract. This list constitutes theEmployers estimate of the minimum essential basic holding of construction plant and equipment, whichthe Contractor must own or have long term leasing arrangements (Applicant to indicate if the equipmentis proposed to be Owned / Leased / Purchased)

    S.No. Type of Equipment Capacity Max Age

    (Years)

    Number

    1 Concrete Batch Mixing Plant with weighing multi-

    compartment overhead bins and computerized integratedsystem

    30 to 50 Cum per

    hour

    5 1

    2 Excavators 1.25 m3 5 1

    3 Concrete Mixed with integrated weight batching facility 10 to 15 Cum per

    hour

    5 2

    4 JCB .35 M3 5 2

    5 Cranes 20 Tonne capacity 5 1

    6 Low Bed Truck 10 cum capacity 5 1

    7 Tippers 14 Cum capacity 5 4

    8 Concrete pump 200m horizontal

    &100m vertical

    5 2

    9 Tower Crane 50m 5 2

    10 Hoist lifts 50 mtrs 5 2

    11 Needle Vibrators 3 8

    12 Total station 3 1

    13 Leveling Instruments 3 2

    14 Generators 325 KVA 3 2

    15 Steel Shuttering 1 6000 Sqm

    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 theContractor.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    41/43

    41

    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.

    Proposed approach for implementation of the project.

    B. 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.

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    42/43

    42

    1. BANK GUARANTEE FORMAT (EARNEST MONEY)

    This deed of Guarantee made this ________ day of ________ 2013 ___ by_____________________________________________________(Name of the Bank)having one of its branch at

    _________________________________________________ acting through itsManager (hereinafter called the Bank) which expression shall wherever the context sorequires includes its successors and permitted assigns in favour of M/sTelecommunications Consultants India Limited (A Govt. of India Enterprise) registeredunder the Companies Act, 1956, having its office at TCIL Bhawan, Greater Kailash-I,New Delhi 110048 (hereinafter called TCIL) which expression shall include itssuccessors and assigns.

    WHEREAS TCIL has invited Proposal for Prequalification of contractors for construction& Development of Rural Electrification Corporation World head Quarter Building atSector 29, Gurgaon (Haryana) India vide their Notice No. TCIL/05/527/322/2013/ACDDated 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 noticeoffered to supply/do the job Construction of Rural Electrification Corporation WorldHead Quarter Building at Sector 29 Gurgaon (Haryana) as contained in thePrequalification documents.

    AND WHEREAS the Applicant is required to furnish to TCIL a Bank Guarantee for asum of Rs. 10,00,000 (Rupees Ten Lakhs only) as Earnest Money for participation inthe Proposal for Prequalification of contractors aforesaid.

    AND WHEREAS, we _________________________ (Name of the Bank) at the requestof the Applicant agree to give TCIL this as hereinafter contained.

    NOW, THEREFORE, in consideration of the promises we, the undersigned, herebycovenant that, the aforesaid Proposal for Prequalification of contractors shall remainopen 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 anyreason withdraw his offer, whether expressly or impliedly, from his said Proposal forPrequalification of contractors during the period of 180 days plus 30 days, we herebyunconditionally undertake to pay TCIL, New Delhi on demand and without demur to theextent of Rs. 10,00000/- (Rupees Ten lakhs only).

  • 7/26/2019 Prequalif Doc Contractor Construction RECHQ

    43/43

    We further agree as follows:-

    01. That TCIL may without affecting this guarantee extend the period of validity of thesaid Proposal for Prequalification of contractors or negotiate further with the Applicant inregard to the conditions contained in the said Proposal for Prequalification ofcontractors or thereby modify these conditions or add thereto any further conditions asmay be mutually agreed to in between TCIL and the Applicant. AND the said Bank shallnot be released from its liability under these presents by an exercise by TCIL or itsliberty with reference to the matters aforesaid or by reason of time being given to the

    Applicant or any other forbearance, act or omission on the part of the TCIL or any othermatter or thing whatsoever which under law relating to Guarantee would be for thisprovision have the effect of so releasing the Bank from its such liability.

    02. The Bank hereby waive all rights at any time inconsistent with the terms of thisGuarantee and the obligations of the Bank in terms thereof shall not be otherwise

    affected or suspended by reason of any dispute or dispute having been raised by theApplicant (whether or not pending before any arbitrator, tribunal or court) or any denialof liability by the Applicant stopping or preventing or purporting to stop or prevent anypayment by the Bank to TCIL in terms thereof.

    03. We the said Bank, lastly undertake not to revoke this Guarantee during itscurrency except with the previous consent of TCIL in writing and agree that any changein the constitution, winding up, dissolution or insolvency of the Applicant, the said Bankshall not be discharged from their liability.

    NOTWITHSTANDING anything contained above, the liability of the Bank in respect of

    this Guarantee is restricted to the said sum of Rs.10,00000/- (Rupees Ten Lakhs only)and this Guarantee shall remain in force till ________ unless a claim under thisguarantee is filed with the bank within 30 (thirty) days from the date i.e. upto

    _________________ all rights under this Guarantee shall lapse and the Bank bedischarged from all liabilities hereunder.

    In witness whereof the Bank has subscribed and set its name and seal hereunder.

    DATE :