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 :