बैंक ऑफ इंडिया, आंचलिक कायाािय एिआईसी बबल्िंग, फ़र्स्ा फ्िोर ,संजय प्िेस ,आगरा 282002 BANK OF INDIA,AGRA ZONE RELATION BEYOND BANKING BANK OF INDIA ,ZONAL OFFICE LIC BUILDING , IST FLOOR , SANJAY PLACE ,AGRA,PIN CODE -282002 निविदा सूचिा/ TENDER NOTICE PRE-QUALIFICATION (PQ) DOCUMENT निर्ााण काया का िार् : Name of work: प्रर्सतावित करें सी चेर्स् एिं आंचलिक कायाािय बबल्िंग का एच- 2, ताजिागरी, फेस-II, फ़तेहाबाद रोि, जे पी हो्ि के पास, आगरा – 282001 र्ें निर्ााण काया PROPOSED CONSTRUCTION OF CURRENCY CHEST & ZONAL OFFICE BUILDING ,H2, TAJ NAGRI PHASE-II, FATEHABAD ROAD, NEAR JAYPEE HOTEL, AGRA 282001 IOM NO : ZO:AGRA:PRN :585 : dated 25.5.2016 SECTION- I PRESS NOTICE TENDER NOTICE FOR INVITING PRE-QUALIFICATION OF CONTRACTORS Notice no:ZO:AGRA;PRN;585: dated ............. Bank of India , invites online pre-qualification (PQ) applications through e tendering mode from reputed, qualified, experienced and financially sound Engineering construction applicants who meet the eligibility criteria mentioned in Pre-Qualification document for “Construction of Currency chest & Zonal Office Building at Taj Nagri Phase-II,Agra The estimated cost for the work is Rs.24 Crores (approx). Time of completion is 24 months. The Scope of Work includes Civil, Plumbing, Electrical, Fire protection, HVAC works and other associated works. Detailed tender notice along with PQ Document is available on website www.bankofindia.com for free view and downloading. The interested agencies are required to fill in and submitt the specified documents along with processing fees on or before the closing date. PQ documents are available for downloading on website, www.bank of india.com from 1.6.2016 to 30.6.2016 upto 5p.m Tender processing fees shall be paid to the concerned Department namely PremisesDepartment along with the Technical Documents. The applicant can seek clarifications regarding PQ document up to 17.6.2016 (17:00 Hours) by corresponding the mail to our email id [email protected] or teletalk on our administrative Phone No-0562-2850086 and their queries can be solved The clarifications will be resolved through mail or teletalk by 20.6.2016 (17:00 Hours). Tender processing fees of Rs. 10,000/- should be in favour of Bank of india ,Zonal Manager through demand draft ,Agra. Short listing of the agencies shall be subject to thorough verification of their credentials and inspection of works carried out by them, through a Technical Evaluation Committee, constituted by the Bank of India ,Zonal Office . The Bank reserves the right to verify the particulars furnished by the applicant independently. Zonal Manager , reserves the right to reject any application/s without assigning any reason and to restrict the list of pre-qualified agencies to any number deemed suitable in case too many applications are received satisfying the laid down pre-qualification criteria. For further information, please Contact: PRAVIN R.NAIK –SR MANAGER BANK OF INDIA , ZONAL OFFICE , PREMISES DEPARTMENT LIC BUILDING ,FIRST FLOOR , SANJAY PLACE , AGRA-282002 P-1 बैंक ऑफ इंडिया, आंचलिक कायाािय, फ़र्स्ा फ्िोर ,एिआईसी बबल्िंग, संजय प्िेस, आगरा, उत्तर प्रदे श। BANK OF INDIA,AGRA ZONE RELATION BEYOND BANKING BANK OF INDIA ,ZONAL OFFICE LIC BUILDING IST FLOOR, SANJAY PLACE , AGRA-282002, Uttar Pradesh॰ Notice no: ZO:AGRA:CSD:PRN: 585 dated 25.5.2016 TENDER NOTICE INVITING PRE-QUALIFICATION OF CONTRACTORS Bank of India invites online pre-qualification (PQ) applications through bank website www.bankofindia.com mode from reputed, qualified, experienced and financially sound Engineering construction agencies for works, “Proposed Construction of Currency chest & Zonal Office Building at Taj Nagri Phase-II, Fatehabad Road,Near Jaypee Hotel. The details are as mentioned below: PART-A: INSTRUCTION FOR DOCUMENTS. AN APPLICANTS FOR APPLYING THE TENDER Submission of the PQ document after the due date and time shall not be permitted. Time being displayed on bank website www.bankofindia.com shall be final and binding on the applicant. Applicants are advised to submit their documents well before the due date. Bank of India shall not be responsible for any delay in submission of documents for any reason including server and technical problems. In case of any problem with the submission of the PQ document, the applicant may take necessary assistance from premises department ,Zonal Office,LIC Building ,Ist floor ,Agra-282002 Tel No-05622850086 P-2 PART-B: PQ NIT DETAILS SR.NO PQ NIT No. 1. Name of work 2. Estimated cost Proposed construction of Currency chest and Zonal Office Building at Taj Nagri Phase-II ,Agra-282002 Rs.24 crores 3. Completion period 24 month excluding Hindrance 37 days 4. PQ tender document cost Rs.10,000/- 5. 6. 7. 8. Availability of tender documents for view and download Seeking clarification on PQ Tender document, site visit by agencies, if any Address for site visit, if any Last date and time for the submission of tenders 1.6.2016 to 30.6.2016 17.6.2016 to 20.6.2016 H2-Taj Nagri Phase-II ,Fatehabad Road Near Jaypee Hotel ,Agra. 30.6.2016. BANK OF INDIA ,AGRA ZONAL OFFICE ,LIC BUILDING ,IST FLOOR ,SANJAY PLACE-282002 Note: Zonal Manager reserves the right to accept or reject any application(s), without assigning any reason thereof. The applications with any condition shall be rejected forthwith. P-3 PART-C: REQUIREMENTS AND ELIGIBILTY CRITERIA The applicants, who fulfill the following requirements on their own, shall only be eligible to apply.Joint ventures are not accepted 1. Should have satisfactorily completed Structural Steel Building / RCC framed Building work(s) with general finishes including Civil, Plumbing, Electrical, HVAC, Fire Fighting services for Institutional Building as mentioned below during the last Seven years ending on 31st May, 2016 (i) Three works each costing not less than Rs. 9.60 Crores should be completed in all respect having completion certificate . or (ii) Two works each costing not less than Rs. 14.40 Crores should be completed in all respect having completion certificate . or (iii) One work costing not less than Rs.19.20 Crores should be completed in all respect having completion certificate . Note: A certificate for qualifying completed work(s) issued by Engineer in Charge or Owner or Consultant/Architect duly certified by the owner should be attached as per prescribed format. Important Note : 1. Cost of work shall mean gross value of the completed work including the cost of materials supplied by the Client, but excluding those supplied free of cost. The value of executed works shall be brought to the current costing level by enhancing the actual value of work at a simple rate of 7% per annum; calculated from the date of completion to the last date of receipt of applications for tender. 2. Services shall mean Plumbing works , Electrical works , HVAC works and Fire Fighting works 2. Should have satisfactorily completed at least one work (any type of construction namely Commercial Building /Corporate office /Institutional Building carried out basement work and have good exposure in piling work ) costing not less Rs.15 Crores for Government / Semi Government / Government Undertaking / Autonomous Bodies of Government during the last seven years ending on 31st May, 2016. 3. Should have minimum of seven years of experience in building construction as on 31st May,2016. 4. Should have valid minimum bank solvency of a Nationalized Bank/Scheduled Bank of Rs. 24 Crores 5. Should have had minimum average annual turnover of Rs. 50 Crores during the last three years ending 31st March, 2016 6. Should not have incurred any loss in more than two years during the last five years ending on 31st March, 2016. 7. Proof of registration with Government / Semi Government organizations like CPWD, MES,BSNL, Railways, State PWDs etc. in appropriate class and having experience in execution of similar nature of works 8. Should have valid ISO: 9001 certification. P-4 In addition to the supporting documents for eligibility criteria, information for the following to be submitted: 1. List of Completed works during last 7 years ending on 31st May 2016 (As per Form “C”) 2. List of all ongoing Works As per Form “D”. All works of any nature in hand must be furnished. No works shall be left out. 3. List of construction plant, machinery, equipments, accessories & infrastructure facilities possessed by the applicant and that proposed to complete the work in time.(As per Form “H”) 4. 5. List of Administrative & Technical staff available with the applicant and that proposed to be deployed to complete this work in time.(As per Form “G”) DOCUMETNS : (Scanned copy of original certificates to be uploaded) 6. i) Performance Certificates 7. ii) WCT registration certificate 8. iii) TIN Registration Certificate 9. iv) Valid ISO :9001 Certificate 10. v) PAN (Permanent Account Number) Registration Undertaking to be submitted : Undertaking as per Form “I” of PQ document should be submitted. The applicant may furnish any additional information, which they think necessary to establish their capabilities to successfully complete the envisaged work. No information shall be entertained after last date of online submission of PQ tenders unless it is called by the competent authority. Short listing of the agencies shall be subject to thorough verification of their credentials and inspection of works carried out by them, through a Technical Evaluation Committee, constituted by Bank of India . After evaluation of pre-qualification applications a list of qualified tenderers shall be prepared for further detailed tendering. If any information furnished by the applicant is found incorrect at a later stage, they shall be liable to be debarred from tendering /taking up of work in Bank of India . Bank of India reserves the right to verify the particulars furnished by the applicant independently and reject any application without assigning any reason and to restrict the list of pre-qualified agencies to any number deemed suitable in case too many applications are received satisfying the laid down Prequalification criteria. NOTE: Prospective agencies shall satisfy themselves of fulfilling all the NIT criteria before submission of PQ tender. The Bank’s reserves the right to not consider the PQ documents of the agencies not fulfilling the stipulated criteria P-5 PART- D: DOCUMENTS TO BE SCANNED & UPLOADED Prospective applicants shall satisfy themselves of fulfilling all the pre-qualification eligibility criteria and in possession of all the documents required before submission of online PQ tender. The interested agencies are required to fill in and submitt the documents as per following lists within the period of bid submission: Note: The applicants are requested to fill up the facts & figure in the prescribed format. Simply filling like Yes or No shall not be accepted. 2. Form “A”: Financial information: Financial Turn Over on construction works certified by CA & Profit & Loss statement certified by CA. Note: Supporting other Financial documents may be uploaded. Entire Balance sheet need not be uploaded Form “B”- Solvency certificate 3. Form “C”: List of Completed works during last 7 years ending on 31st May 2016 4. Form “E”- Performance report of works referred to in form “C” & “D” 5. Form “F”- Structure & organization 6. Form “G”- List of Administrative & Technical staff available with the applicant and that proposed to be deployed to complete this work in time Form “H”- List of construction plant, machinery, equipments, accessories & infrastructure facilities possessed by the applicant and that proposed to complete the work in time Valid ISO :9001 Certificate 1. 7. 8. 9. Proof of registration with Government / Semi Government organizations like Railways, PWD, CPWD, MES etc. in appropriate class or having experience in carrying out similar type of works. 10. Letter of transmittal 11. Tender money Rs.10,000/- D.D in favour of M/s. Bank of India,Agra 12. WCT registration certificate 13. TIN registration 14. PAN registration 15. Additional information if any to meet the eligibility criteria of pre-qualification Note : Scanned copy of original certificates should send to our email id – [email protected] hard copy along with the tender document with attestation of company seal. P-6 FORMAT OF APPLICATION FOR PREQUALIFICATION OF CONTRACTORS ANNEXURE A – INTRODUCTION 1 Name of Contractor/Company/Firm 2. Full Address 3. Telephone Nos.- Office 3a. Fax No 3b. Mobile No 3c. Email Id 4. Year of Establishment 5. Constitution of the firm (whether Propriety /Firm/ Partnership etc.) Enclose certified copies of documents as evidence Name of Sole Proprietor / Partners/ Directors with particulars / Liabilities 6. 7. 8. Name of person holding the power of Attorney (Attested Photocopy of power Of attorney be enclosed Registration with Authorities: PAN VAT/CST SERVICE TAX ESIC EPF 9. Furnish copies of the returns filed for last 3 years 10. Registration & Classification with Public Sector Units, State PWD, CPWD, CIDCO, and MCGB / NMMC / MHADA etc Name and Address of the Bankers 11. 12. Do you have any NPA account or defaulter with any Bank or any dispute or any Litigation? If so please furnish details. SIGN AND SEAL OF THE APPLICANT P-10 APPENDIX TO TENDER 1 Earnest Money Deposit 2. Security Deposit 3. Rs.10,000/- Initial 2% of the tender document Workmen’s Compensation Insurance As Required By Law Period of commencements of Works from date of acceptance 3b. Time for Completion of Work 3a. 24 Months . 3c. Amount of Liquidated Damages 0.5% of Value of Contract per Week 4. Period of Maintenance [Defects Liability Period] Amount of interim Certificate 12 Months from Certified Completion 5% will be released after virtual completion of work. 8. Percentage of Retention from interim Certificates [Inclusive of Initial Security Deposit Time within which payment shall be made after architects certification Interim Bill -75% 9. Final Bill -25% 30 days 10. Architect certificate for releasing the payment along with recommendation M/s Taneja Associates Pvt Ltd. 5. 6. 7. 75% against the actual completion of work 15 days Contractor’s Signature: Date: P-11 Section II Brief particulars of the work The Bankof India aims to build a Currency Chest & Zonal Offfice Building of approximate area of 5606 m2 approximately at Taj Nagri Phase-II,Fatehabad Road Near Jaypee Hotel , is proposed to accommodate support services like HVAC system, Electrical equipments, and Central Air conditioning ducting system required for the proposed building. TENTATIVE SCOPE OF WORK: Construction Works – including Civil work, Structural steel fabrication, cladding, Plumbing, HVAC system (high side and low side), Electrical works and fire protection work for Currency Chest & Zonal Office building situated at Fathebabad Road ,H2,Taj Nagri Phase-II and infrastructure work including Under Ground water tanks and Paving of tiles at the external development. BRIEF BUILDINGS DESCRIPTION: 1) Currency Chest & Zonal Office Building: The proposed Basement area of building is approximately 24.13x69.79m containing double basement approximately. The building is proposed as steel structure only sky light purpose in the entrance main gate. Ground floor is having currency chest 16.44m x 7.45mx3.90m admeasuring the plinth area 847.55 sqm .The specifications and drawing will be advised later in separate sheet during the execution of building however in tender BQ the total quantity will be highlighted to get the exact volume of the work . First floor and second floor have same area admeasuring 841.18 sqm each respectively. 80% of the built volume is air conditioned space with various interfaces of services. Pipe rack network system is proposed in the basement area for BMS Console room to house various service The electrical utility and HVAC utility is planned in the same building Transformers, D.G. sets and Electrical panels to be housed in the electrical area Pump House The building is RCC structure of approx. size 22mt (L) X 24mt (B) with an underground water tank. Basic Finishes Flooring: Concrete densifier, Epoxy, Polished Kota stone / vitrified tiles Internal wall surfaces: Plastered /Painted, External wall surfaces: PUF/PIR cladding, Stone cladding and Cement Fiber board cladding Openings/Doors/Windows: Rolling Shutters / Aluminum sliding Window, Aluminum fixed Window glazing , hollow steel doors /Flush Doors Shutters External areas: Paver Blocks Roads: Bituminous/concrete /pavements Road Water supply: G.I/HDPE pipe with in line booster system. HVAC works: Water Cooled type Air-Conditioning system of approximately 800 TR capacity Fire Protection: Fire Detection systems and Wet Riser system Electrical works: LT power distribution, Metal Halide High bay electrical fixture, CFL/LED fittings, Street Lights. Note : The scope of work including built up areas are preliminary and indicative nature and are liable to change. P-12 SECTION – III INFORMATION & INSTRUCTIONS FOR APPLICANTS 1.0 General:1.1 Letter of transmittal and forms for pre-qualification for the eligible category are given in SectionIII. 1.2 All information called for in the enclosed forms should be furnished against the relevant columns in the forms. If for any reason, information is furnished on a separate sheet, this fact should be mentioned against the relevant column. Even if no information is to be provided in a column, a “Nil” or “no such case” entry should be made in that column. If any particulars /queries are not applicable in case of the applicant, it should be stated as “Not Applicable”. The applicants may lease note that giving incomplete/ unclear information called for in the forms, or making any change in the prescribed forms, or deliberately suppressing any information, may result in disqualification of the applicant summarily. The applicants should duly filled the tender document in all respect to ensure that the respective document along with work order should reached to the Administrative office before the closing date and time i.e 30.6.2016 An applications shall be received in physical form will be entertained otherwise the tender will be rejected directly. 1.3 The applicant should sign each page on the application along with enclosures with rubber stamp before submitting the tender documents. 1.4 Overwriting should be avoided. Corrections, if any, should be made by neatly crossing out and shall be rewritten with initials and date. Pages of the pre-qualification document are numbered. Additional sheets, if any added by the applicant, should also be numbered by him. They should be attached the documents along with letter of transmittal. 1.5 References, information and certificates from the respective clients certifying suitability, technical know how or capability of the applicant should be signed by an officer not below the rank of Executive Engineer or equivalent. 1.6 The applicant may furnish any additional information, which he thinks is necessary to establish his capabilities to successfully complete the envisaged work. He is, however, advised not to furnish superfluous information. No information shall be entertained after submission of pre-qualification document unless the bank’s calls for it. 1.7 Any information furnished by the applicant found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/taking up of work in BANK OF INDIA . 1.8 Any clarification given by the Institute on the basis of queries raised by the applicants shall be uploaded and shall become part of the tender condition. 1.9 The applicant can seek clarifications regarding PQ document up to (17:00 Hours) by uploading their queries on website wwwbankofindia.com. The clarifications will be given by the Technical department /consultant where the administrative office is setup at Agra before 25.06.2016 (17:00 Hours). No request for clarification will be considered after 25.06.2016 (17:00 Hours). Note: The price bids along the general condition of contract document will be advised separately those who have qualified the technical bids. Technical bids will be considered as a part of the document for the agreement while submitting the price bids. Qualifying the technical bids is the mere criteria, however, after the selection of the lowest bidders in the tenders price bids followed by standard norms in general practice will be treated bonafide. P-13 1.10 Confidentiality Confidentiality: No party shall disclose any information to any ‘Third party' concerning the matters under this contract generally. In particular, any information identified as" Proprietary" in nature by the disclosing party shall be kept strictly confidential by the receiving party and shall not be disclosed to any third party without the prior written consent of the original disclosing party. This clause shall apply to the sub-contractors, consultants, advisors or the employees engaged by a party with equal force. ii) "Restricted information":Any contravention of the above-mentioned provisions by any contractor, sub-contractor, consultant,adviser or the employees of a contractor, will invite penal consequences under the above said legislation. iii) Prohibition against use of BANK OF INDIA name without permission for publicity purposes: The contractor or sub-contractor, consultant, adviser or the employees engaged by the contractor shall not use BOI ‘s name for any publicity purpose through any public media like Press, Radio, TV or Internet without the prior written approval of BANK OF INDIA . 2.0 Definitions: 2.1 In this document the following words and expressions have the meaning hereby assigned to them. 2.2 Applicant means the individual, proprietary firm, firm in partnership, limited company private or public or corporation. 2.3 Year means “Financial Year" unless stated otherwise 2.4 BOI ‘s means Bank of India ,Zonal Office,Sanjay Place,Ist floor ,LIC Building ,Agra282002. 2.5Zonal Manager , Bank Of India means Deputy General Manager ,Zonal Office ,Sanjay Place ,LIC Building ,Ist Floor ,Agra-282002. 3.0 Method of Application: 3.1 If the applicant is an individual, the application shall be signed by him above his full type written name and current address. 3.2 If the applicant is a proprietary firm, the application shall be signed by the proprietor above his full typewritten name and the full name of his firm with its current address. 3.3 If the applicant is a firm in partnership, the application shall be signed by all the partners of the firm above their full typewritten names and current addresses or alternatively by a partner holding power of attorney for the firm. In the latter case a certified copy of the power of attorney should accompany the application. In both cases a certified copy of the partnership deed and current address of all the partners of the firm should accompany the application. 3.4 If the applicant is a limited company or corporation, the application shall be signed by a duly authorised person holding power of attorney for signing the application accompanied by a copy of the power of attorney. The applicant should also upload a copy of the Memorandum of Articles of Association duly attested by a Public Notary should send to [email protected]. hard copy follows along with the tender documents. P-14 4.0 Final 4.0 Final Decision Making Authority: The Zonal Manager, Bank of India reserves the right to accept or reject any application/s and to annul the prequalification process and reject all applications at any time, without assigning any reason or incurring any liability to the applicants. 5.0 Particulars provisional: The particulars of the work given in Section-I are provisional. They are liable to change and must be considered only as advance information to assist the applicant. 6.0 Site Visit: The applicant is advised to visit the site of work, at his own cost, and examine it and its surroundings by himself, collect all information that he considers necessary for proper assessment of the prospective assignment. He may contact Zonal Manager ,Premises Department , or Sr.Tech Manager –Architect at Zonal Office for fixing appointment prior to visit the site. 7.0 INITIAL CRITERIA FOR ELIGIBILITY FOR PRE-QUALIFICATION “ 7.1 The applicant who fulfils the eligibility criteria mentioned in “PART – C- Requirements & Eligibility Criteria” of this document. The applicant should submit the supporting documents for their eligibility. 7.2 The applicant should furnish all the information asked in “Part – C” & “Part –D” and other Information strictly in the prescribed format. The application received with incomplete information or not provided in the prescribed format, may be rejected. 7.3 At the time of submission of tender, the applicant shall have to furnish an affidavit as per Form “I” given in Section –III of this document. 7.4 The bidding capacity of the applicant should be equal to or more than the cost of the work. The bidding capacity shall be worked out by the following formula: Bidding Capacity = A x N x 2 - B Where, A= Maximum value of construction works executed in any one year during the last five years taking into account the completed as well as works in progress. The works considered for evaluating this value shall be detailed in Form –“C”. N= Number of years prescribed for completion of work for which pre-qualification application has been invited. B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which pre-qualification has been invited. The works considered for evaluating this value shall be detailed in Form –“D”. The applicant shall workout the bidding capacity as per above procedure and upload the same. 7.5 The applicant should own construction equipment as per list required for the proper and timely execution of the work. Else, he should certify that he would be able to manage the equipment by hiring, etc. and submit the list of firms from whom he proposes to hire. 7.6 The applicant should have sufficient number of Technical and Administrative employees for the proper execution of the contract. The applicant should submit list of well qualified and experienced Engineers and Supervisors stating clearly how those would be deployed for execution of works. 7.7.Financial bids will be advised separately only those firms has been qualified on the basis of technically background as per bank requirement . 7.8. In addition to this, for quoting the price bids , the tenderers are also requested to submit the bank Guarantee which is equivalent 10% of the estimated value of the building within 15 day after qualifying the price bids which will be valid for the period of 3 years. P-15 P-10 Minimum Experience Requirement of Technical Staff Sr.no 1. 2. Designation . in years Qualifications (Min) Number Project Manager – Degree in Civil Engineering Graduate Engineer – Degree in Civil / Electrical Engineering 1 15 3 10 Diploma / Degree Engineer - Civil / Electrical Engineering 7 Principal Technical Representative Technical Representative reporting to Project Manager Technical representative reporting to Project Manager for Diploma holder/2 for Degree holder 7.5. The applicant shall submit/upload supporting document declaring present staff strength of full time nature, with their qualification, experience and present position held etc. 8.0 EVALUATION CRITERIA FOR PRE-QUALIFICATION 8.1 For the purpose of pre-qualification, applicants will be evaluated in the following manner: 8.1.1 The initial criteria prescribed in Para 7.1 to 7.6 above in respect of experience of similar class of works completed, bidding capacity and financial turn over etc. will first be scrutinised and the applicant’s eligibility for pre-qualification for the work be determined. 8.1.2 The applicants qualifying the initial criteria as set out in “PART C- REQUIREMENT AND ELEGIBILITY CRITERIA” of this document will be evaluated for following criteria by scoring method on the basis of details furnished by them. 3. i) Financial strength (Form ‘A’ & ‘B’) ii) Maximum 20 Marks Experience in similar nature of Work during last seven years (Form 'C') iii) Performance on works (Form'E')-Time over run Maximum 20 Marks iv) Performance on works (Form 'E')Quality Maximum 15 Marks v) Personnel and Establishment (Forms 'F' & "G") Maximum 10 Marks vi) Plant & Equipment (Form 'H') Maximum 15 Marks Total 100 marks Maximum2 0 Marks P-16 To pre-qualify, the applicant must secure at least fifty percent marks in each and sixty percent marks in aggregate. The Institute, however, reserves the right to restrict the list of pre-qualified contractors to any number deemed suitable by it. Note:- The break-up of above scoring method is indicated in the table below: Sr.no Attributes Evaluation a) Financial strength (I) Average annual turnover (II) Solvency Certificate 20 marks) 16 marks 4 marks b) Experience in similar class of works (20 marks) c) Performance on works ( time over run=TOR ) (20 marks) Parameter Calculation Score for point If TOR = 1.00 2.00 3.00 > 3.50 20 15 10 10 20 5 0 - 5 20 10 0 0 i) 75% marks for minimum eligibility criteria (ii) 100% marks for twice the minimum eligibility criteria or more In between (i) & (ii)-on prorata basis i) 75% marks for minimum eligibility criteria (ii) 100% marks for twice the minimum eligibility criteria or more In between (i) & (ii)-on prorata basis (i) Without levy of compensation (ii) With levy of compensation (iii) Levy of compensation not decided TOR = AT /ST, where AT = Actual Time; ST = Stipulated Time d) f) Performance on works ( Quality) (15 marks) i) Very Good 15 ii) Good (iii) Fair (iv) Poor 10 5 0 Personnel and Establishment (i) Graduate Engineer (ii) Diploma holder Engineer (iii) Supervisory / Foreman Plant & Equipment (Max. 10 marks) 2marks for each Max. 6 Marks 1marks for each upto Max.3 marks 1mark for each upto Max. 1 mark (i) Hopper Mixer (ii) Truck / Tippers / Transit mixer (iii) Steel shuttering (iv) Tower Crane (v) Building Hoist (vi) Excavator (vii) Batch Mix Plant (viii) Vibrators (ix) Vibration Compactor (x) Paver Finisher 1marks for each upto Max.2 marks 1marks for each upto Max.2 marks 2marks for each 800 sqm upto max 4 marks 2marks for each upto Max.4 marks 1mark for each upto Max. 2 marks 1mark for each upto Max. 2 marks 2marks for each upto Max.4 marks 1mark for each upto Max. 2 marks 1mark for each upto Max. 2 marks 2mark for each upto Max. 4 marks Max Marks 20 (xi) welding equipments 2mark for each upto Max. 4 marks P-17 8.2 Even though an applicant may satisfy the above requirements, he would be liable to disqualification if he has: (a) Made misleading or false representation or deliberately suppressed the information in the forms, statements and enclosures required in the pre-qualification document. (b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures /weaknesses etc. 8.3 Institute reserves the right to reject the applications of the agencies who are not fulfilling the NIT stipulations and/or having adverse report on the works carried out by them in the past. 9. Short listing the agencies Technical Evaluation Committee, constituted by Institute shall verify the credentials submitted by the agencies and prepare preliminary evaluation reports. The Committee shall inspect the works of those agencies who qualify in preliminary evaluation. The committee shall recommend the agencies for pre-qualification by awarding marks on inspection of works on above criteria. After completing the evaluation process a list of short listed agencies shall be prepared, who only will be eligible for further tendering process. 10. The Institute reserves the right, without being liable for any damages or obligation to inform the applicant, to: (a) Amend the scope and value of contract to the applicant. (b) Reject any or all the applications without assigning any reason. 11. Any effort on the part of the applicant or his agent to exercise influence or to pressurize the Institute would result in rejection of his bid. Canvassing of any kind is prohibited. P-18 SECTION – IV INFORMATION REGARDING ELIGIBILITY Letter of Transmittal From: To The Zonal Manager Bank of India , LIC Building ,Ist floor , Sanjay Place, Agra-282002 Subject: Submission of Pre-qualification application for “Proposed Construction of Currency chest & Zonal Office Building at Taj Nagri Phase-II Sir, Having examined the details given in pre-qualification tender notice and pre-qualification document for the above work, I/We hereby submit the pre-qualification document and other relevant information. 1. I/We hereby certify that all the statements made and information supplied in the enclosed Forms “A” to “I” and accompanying statements are true and correct. 2. I/We have furnished all information and details necessary for pre-qualification and have no further pertinent information to supply. 3. I/We submit the requisite certified solvency certificate and authorize Bank of India to approach the Bank issuing the solvency certificate to confirm the correctness thereof. I/We also authorise Bank of India officials to approach individuals, employers, firms and corporation to verify our competence and general reputation. 4. I/We submit the following certificates in support of our suitability, technical know how and capability for having successfully completed the following works: Sr.No Name of work Enclosures. 1. 2. 3. Date of submission: Certified by/from P-19 FORM “A”: FINANCIAL INFORMATION I. Financial Analysis - Details to be furnished duly supported by figures in balance sheet/ profit and loss account for the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax Department (Copies should attached along with application) Sr.no Particulars Financial Year 2009-10 1. 2010- 2011 2011-12 2012-13 2013-14 Gross Annual turnover on construction work 2. ii)Profit/Loss 3. iii) Certified by II. Financial arrangements for carrying out the proposed work. III. The following certificates should be submitted along with document: (a) Profit & Loss account certified by CA & as submitted to Income Tax Department. (b) Solvency Certificate from banker’s of applicant in the Form ‘B’. Signature of Chartered Accountant with seal P-20 2014-15 2015-16 FORM “B”: FORM OF BANKER’S CERFIFICATE FROM A SCHEDULED BANK This is to certify that to the best of our knowledge and information that M/s. _________________________ ( with address ) a customer of our bank are / is respectable and can be treated as good for any engagement up to a limit of Rs. _____________ (Rupees _______________________________________). This certificate is issued without any guarantee or responsibility on the bank or any of the officers. (Signature) For the Bank NOTE: (1) Bankers certificates should be on letter head of the Bank. 1.1.1 In case of partnership firm, certificate should include names of all partners as recorded with the Bank. P-21 FORM “C”: PRESCRIBED FORMATS: DETAILS TO BE FURNISHED FOR COMPLETED WORKS DURING LAST SEVEN YEARS ENDING ON 31ST MAY 2016 Details Project name & Location Owner or client: (Name and Address, contact Number of Officer to whom reference can be made) Year of Establishment Constitution of the firm (whether Propriety /Firm/ Partnership etc.) Enclose certified copies of documents as evidence Name of Sole Proprietor / Partners/ Directors with particulars / Liabilities Do you have any NPA account or defaulter with any Bank or any dispute or any Litigation? If so please furnish details. Project description: 1. Type of Building: 2. Built Up Area (in sq. mts): 3. Number of Floors: 4. Type of Structure Load bearing/RCC/Steel: 5. Information to illustrate the attention to detail construction quality (close up photographs Whether For Government/Semi Government/ Government undertaking/ Government autonomous bodies: Tendered Project Cost: Actual Project Cost: Actual Cost with breakup of Utilities Works such as HVAC, Electrical, Fire Protection etc. (Excluding civil & Structural Works) Structural Steel Fabrication Work (in Tons) Project duration (as per contract): (in months) Work -1 Work -2 Work-3 Start date (dd/mm/yy): Actual date of Completion (dd/mm/yy): Actual duration (Months): Reasons for delay (if any): Any penalty/ Bonus: Any Litigation/Arbitration/claim/Dispute pending (with details of claim and award if any): Copy of Completion certificate & Work order received from client to be attached Note: 1) For similar completed works ,Original or attested scanned copies of initial work order and final completion certificate from client have to attached the relevant document along with application.. 2) The final completion certificate shall mention Name of work, Work order value, Completion value, duration, Client name & Address, Location of work, Stipulated start and completion date, Actual Start and Completion date, Reasons for Delay (if any), Nature of Work etc. 3) Attach Photographs of the projects. 4) Applicant should submit separate form for giving details of work completed for each year, separate sheets if any shall be numbered in sequence. 5) Certified that the above list of work complete and no work has been left-out and the information given is correct to knowledge and belief. P-23 FORM “E”: PERFORMANCE REPORT OF WORKS REFFERED TO IN FORM “C” & “D”: (Separate certificate for each work/ Project) 1. Name of work/Project & Location 2. Client / Owner Name and Address: 3. Agreement No. 4. Estimated Cost 5. Tendered Cost (Work Order Value) 6. Stipulated date of start : 7. Actual date of start : 8. Date of completion (i) Stipulated date of completion (ii) Actual date of completion (iii) Present position of work, if in progress. 9. Completion Value / Work done value till date: 10. Amount of compensation levied for delayed completion, if any. 11. Amount of reduced rate items, if any. 12. Performance Report. (1) Quality of work Very Good/Good/Fair/Poor (2) Financial soundness Very Good/Good/Fair/Poor (3) Technical Proficiency Very Good/Good/Fair/Poor (4) Resourcefulness Very Good/Good/Fair/Poor (5) General behavior Very Good/Good/Fair/Poor (6) Time Consciousness Very Good/Good/Fair/Poor Dated: Owner or Executive Engineer or equivalent Signature with Seal P-24 M “F” INFORMATION ABOUT ORGANISATION STRUCTURE: Sr.NO Particulars 1. Name of Firm 2. Postal Address 3. Contact Nos. 4. Office 5. Residence 6. Mobile 7. Fax No. 8. Name of Contact Person 9. E – mail Address 10. Legal status of applicant : (Please tick and attach attasted copies of original document defining the legal status) Particulars of registration with various Dept./Organisation & Place of registration, Government bodies (Attached all the photo Registration No. copies with duly attested by any Gazetted 1. officer) 2. Names and Titles of Director & Officers with designation proposed to be concerned with this work Designation of individuals authorised to act for the organization Was the applicant ever required to suspend construction for a period of more than six months continuously after you commenced the construction? If so, give the name of the project and reasons of suspension of work. Has the applicant or any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment 11 12 13 14 15 16 17 18 Details to be filled Has the applicant, or any constituent partner in case of partnership firm, ever been debarred / black listed for tendering in any organisation at any time? If so give details. Has the applicant, or any constituent partner in case of partnership firm , ever been convicted by a court of law? If so, give details In which fields of Engineering construction the applicant has specialisation and interest? 19 Any other information considered necessary but not included above. P-25 FORM “G”: INFORMATION ABOUT ADMINISTRATIVE & TECHNICAL STAFF AVAILABLE WITH THE APPLICANT AND THAT PROPOSED TO BE DEPLOYED TO COMPLETE THIS WORK IN TIME: 1.0 The bidders should submit list of technical and administrative employees for proper execution of project. The bidder should submit a list of these employees stating how these would be involved in the project. Sr.no Name Qualification Designation Professional experience and details of work carried out Since when working in your firm Total Capacity Rem Experience in arks (In years) which will be involved for this work (if to be deployed for this work) Note: Bidder should attach separate sheets if required and if space given in the formats is not sufficient but strictly as per above formats only. P-26 FORM “H”: INFORMATION ABOUT Construction plant, machinery, equipments, accessories & infrastructure facilities possessed by the applicant and that proposed to complete the work in time. Sr. Name of Equipment/ Capacity Age Co Ownership Curre How Remarks Nos or No Plant ndi status nt many Type tio Locat Propo & n ion sed make for the Proej ct 1. 2. 3. 4. Earth moving equipment Excavators(various sizes) Equipment for hoisting 1.Tower crane 2. Builders hoist Equipment for concrete work 1 Concrete batching plant 2.Concrete pump 3.Concrete transit mixer 4.Concrete mixer (diesel) 5.Concrete mixer (elect.) 6.Needle vibrator (elect.) 7.Needle vibrator(petrol) 8.Needlevibrator (elect/petrol) 9. Curing pumps (various capacities) Equipment for building work 1. Block making machine 2. Bar bending machine 3. Bar cutting machine 4. Wood thickness planers 5. Drilling machine 6. Circular saw machine 5. 7. Welding generators 8. Welding transformers 9. Welding testing equipments. 10.Welding Machines 11.Soil Compector 12.M.S.pipes 13. Steel shuttering 14. Steel scaffolding 15.Grinding/Polishing machines Testing Equipments 1. Cube Testing 2. Sieve analysis 3. Ultrasonic test 4. Silt test 5. Micron gauger 6. Moisture Metre 7. Any other Equipment for road work 1.Road rollers 2.Bitumen paver finishers 3.Hot mix plant / Wet mix Plant 4.Spreaders 5.Earth rammers 6. Vibratory road rollers Equipment for transportation 1. Tippers 2. Trucks 3. Water tankers Pneumatic equipment 1.Air compressors (diesel) 2. Air Compressors ( Elect) Dewatering equipment 1.Pump (diesel) 2.Pump (electric) Power equipment 1.Diesel generators Equipment for Piling works 1. Hydraulic piling rig 2. Piling rigs Any other plants/equipments FORM “I” - UNDERTAKING: I/We undertake and confirm that eligible similar works(s) has/have not been executed through another contractor on back to back basis. Further that, if such a violation comes to the notice of the Institute, then I/we shall be debarred for bidding in the Institute in future forever. Also, if such a violation comes to the notice of the Institute before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee. Date: Signature with Seal of the company P-29 DECLARATION 1. All the information furnished by me/us here above is correct to the best of my knowledge and belief. 2. I/we have no objection if enquiries are made about the work listed by me / us in the accompanying sheets / annexure. 3. I / We agree that the decision of committee in selection will be final and binding to me / us. 4. I / We have read the instructions appended to the proforma and I / we understand that if any false information is detected at a later date the committee is at liberty to act in a manner it feels deemed fit. Place : SIGNATURE OF THE APPLICANT NAME & DESIGNATION Date : SEAL OF ORGANISATION P-30 Check list to be filled by the applicants 1 Have you signed in all the sheets? Yes or No 2. Whether copy I.T or other tax is enclosed? Yes or No 3. Whether enclosed proof for year of establishment? Yes or No 4. Whether proof for average annual financial turnover enclosed? Whether documentary proof for having undertaken the qualifying works is enclosed? Yes or No 6. Whether enclosed proof for valid registration certificate as per annexure- Yes or No 7. Whether documentary proof for having completed the works of similar nature is enclosed? Yes or No 8. If yes, Number of certificates enclosed Yes or No 5. Yes or No
© Copyright 2026 Paperzz