PRE-QUALIFICATION (PQ) - Institute for Plasma Research

inakT [indra pula,a BaaT,
BaaT gaaMQaInagar - 382 428 (Baart
Baart)
Baart
Bhat, Nr Indira Bridge,
Gandhinagar – 382 428. GUJARAT (INDIA)
Tel. : + 91 – 23962000
Fax : + 91 – 23962277
PRE-QUALIFICATION (PQ) DOCUMENT
Name of work:
Construction of Laboratory & Auxiliary buildings including
Services at IPR campus, Bhat, Gandhinagar, Gujarat
Tender No.IPR/TN/CIVIL-PR/PQ/01/2014 dated 31.07.2014
Page 1
CONTENTS:
Sr. No.
Section –I
Section-II
Section –III
Particular
1. Press Notice
2. Notice inviting tenders for Prequalification
a) Part-A: Instruction for online Submission
b) Part-B: PQ NIT Details
c) Part-C: Requirements and Eligibility Criteria
d) Part-D : Documents to be Scanned & Uploaded
4
6
7
9
Brief Particulars of the work
10
Information and Instruction for applicants
12
1.
2.
3.
4.
5.
6.
7.
8.
9.
General
Definitions
Method of Application
Final decision making Authority
Particulars provisional
Site visit
Initial Criteria of Eligibility for Pre-Qualification
Evaluation Criteria for Pre-Qualification
Short listing the Agencies
Section –IV Information Regarding Eligibility
Section -V
Page No.
3
12
13
13
13
14
14
14
15
17
19
1. Letter of Transmittal
19
2. FORM “A” Financial information
20
3. FORM “B” Solvency Certificate from Applicants Bankers
21
4. Form “C”: List of Completed works during last 7 years ending
on 31st May 2014
22
5. Form “D”: List of all Ongoing Works
23
6. FORM “E” Performance report of works referred to in Form “C”
24
& “D”
7. FORM “F” Structure & Organization
25
8. FORM “G” List of Administrative & Technical staff available
with the applicant and that proposed to be deployed to complete this
26
work in time
9. FORM “H” List of construction plant, machinery, equipments,
accessories & infrastructure facilities possessed by the applicant and
27
that proposed to complete the work in time
10. FORM “I” Undertaking from Applicant
30
ANNEXURE DRAWINGS :
• G – 1 Ground Floor Plan of Laboratory Building
• G – 2 Cross Section of Laboratory Building
• G – 3 Side Elevations of Laboratory Building
• G – 4 Ground Floor Plan of Auxiliary Building
31 to 39
• G – 5 Cross Section of Auxiliary Building
• G – 6 Side Elevation of Auxiliary Building
• XL.101- Integrated Services layout: Ground Floor Lower Lvl PlanLaboratory Building
• XL.201- Integrated Services layout: Section - Laboratory Building
Page 2
SECTION- I
PRESS NOTICE
inakT [indra pula,a BaaT,
Baart)
BaaT gaaMQaInagar - 382 428 (Baart
Baart
Bhat, Nr Indira Bridge,
Gandhinagar – 382 428. GUJARAT (INDIA)
Tel. : + 91 – 23962000
Fax : + 91 – 23962277
TENDER NOTICE FOR INVITING PRE-QUALIFICATION OF CONTRACTORS
Notice no: IPR/TN/CIVIL-PR/PQ/01/2014 dated 31.07.2014
Director, Institute for Plasma Research, invites online pre-qualification (PQ) applications through etendering mode from reputed, qualified, experienced and financially sound Engineering construction
applicants who meet the eligibility criteria mentioned in Pre-Qualification document for “Construction of
Laboratory & Auxiliary buildings including services” at IPR campus, Bhat, Gandhinagar.
The estimated cost for the work is Rs.60.00 Crores (approx). Time of completion is 18 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.tenderwizard.com/DAE
for free view and downloading. To participate in e-tendering process, it is mandatory to get registered on
the above e-tender portal. The interested agencies are required to scan/fill in and upload the specified
documents along with processing fees on or before the closing date.
PQ documents are available for downloading on website, www.tenderwizard.com/DAE from 04.08.2014
(11:00 Hours) to 26.08.2014 (17:00 Hours). Closing of online submission of tenders up to 17.09.2014
(17:00 Hours). Tender processing fees shall be paid online only. Online opening of PQ tender on
18.09.2014 at 15:30 Hours.
The applicant can seek clarifications regarding PQ document up to 02.09.2014 (17:00 Hours) by uploading
their queries on website www.tenderwizard.com/DAE. The clarifications will be uploaded on the same
web portal www.tenderwizard.com/DAE by 08.09.2014 (17:00 Hours).
Tender processing fees of Rs. 562/- should be paid only by e-payment through electronic mode to M/S ITI
Limited.
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 Institute.
The Institute reserves the right to verify the particulars furnished by the applicant independently.
Director, IPR 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.
Detailed NIT & PQ Document are also available on the Institute’s website
http://www.ipr.res.in/advertisements.html for reference purpose only. For further information, please
contact: 079 23964022/24, Fax: 079 23962277.
Page 3
inakT [indra pula,a BaaT,
Baart)
BaaT gaaM
gaaMQaInagar - 382 428 (Baart
Baart
Bhat, Nr Indira Bridge,
Gandhinagar – 382 428. GUJARAT (INDIA)
Tel. : + 91 – 23962000
Fax : + 91 – 23962277
Notice no: IPR/TN/CIVIL-PR/PQ/01/2014 dated 31.07.2014
E-TENDER NOTICE INVITING PRE-QUALIFICATION OF CONTRACTORS
INFORMATION AND INSTRUCTIONS FOR e-TENDERING
Director, Institute for Plasma Research invites online pre-qualification (PQ) applications through e-tendering mode
from reputed, qualified, experienced and financially sound Engineering construction agencies for works,
“Construction of Laboratory & Auxiliary buildings including Services” at IPR campus, Bhat Gandhinagar. The
details are as mentioned below:
PART-A: INSTRUCTION FOR ONLINE SUBMISSION
1.
It is mandatory for all the applicants to have class-III digital signature certificate from any of the licensed
Certifying Applicant to participate in e-tendering
2.
In order to participate in online e-tendering process, it is mandatory for the applicants to have user ID &
password to get access to the website www.tenderwizard.com/DAE. The applicants have to get registered
their firm / company with the service provider, M/s ITI Limited for user ID & password. The registration shall
be done by paying an annual registration fees to M/s ITI Limited and completing other formalities as
mentioned in the website, www.tenderwizard.com/DAE. Validity of online registration is for one year from
the date of its issuance and may be renewed by paying the applicable amount. For assistance/clarifications
please contact Mr. Sunil K Patel at mobile 09624981992, e-mail: [email protected] or
[email protected] or All India Help line No: 91-80-40482000, e-mail:[email protected].
3.
The applicants, who have already obtained such valid user ID and password from M/s ITI Limited, for any
other tender of DAE, need not obtain fresh user ID and password for the purpose of participation in the present
PQ tender.
4.
The services for e-tendering in IPR/DAE is provided by M/s ITI Ltd., Tender wizard Help Desk Centre, # 24,
1st Floor, Sudha Complex, Near Havanoor Circle, 3rd Stage, 4th Block, Basaveshwaranagar, Bangalore - 560
079, Ph:91-80-40482000, Telefax: 91-80-40482114, Email: [email protected].
5.
The PQ application shall be submitted online in the prescribed format before the date and time as mentioned in
PQ document. No other mode of submission is acceptable.
6.
On successful e-payment of tender processing fees, the applicants can download the PQ document (including
Excel sheets, if any) from the e-tendering portal.
The applicants have to upload the details of e-payment towards processing fees, before the last date & time and
download the PQ documents (including Excel sheets, if any) from the e-tendering portal only, otherwise, it
will not be possible for them to upload the e-tender documents on the e-tendering portal.
Note: Downloading the PQ documents (including Excel sheets, if any) without confirmation of payment
details on above e-tendering portal shall not be valid and rejected summarily.
Applicants are advised to upload their documents well in time, to avoid last minutes rush on the server or
complications in uploading. IPR, in any case, will not be responsible for any type of problem in uploading the
documents.
Page 4
7.
Submission of the PQ document after the due date and time shall not be permitted. Time being displayed on etendering portal shall be final and binding on the applicant.
8.
Applicants are advised to submit their documents well before the due date. IPR shall not be responsible for
any delay in submission of documents for any reason including server and technical problems.
9.
In case of any problem with the submission of the PQ document, the applicant may have the assistance of help
desk or use the help manual given on the said website or mobile and e-mail mentioned elsewhere.
Page 5
PART-B: PQ NIT DETAILS
1
2
PQ NIT No.
Name of work
3
4
5
6
Estimated cost
Completion period
PQ tender document cost
Tender processing fees in favour
of service provider.
Availability of tender documents
for view and download
7
8
9
Seeking clarification on PQ
Tender document, site visit by
agencies, if any
Help Desk for e-tendering related
queries /services
IPR/TN/CIVIL-PR/PQ/01/2014 dated 31/07/2014
Construction of Laboratory & Auxiliary buildings including
Services at IPR campus, Bhat, Gandhinagar
Scope of Work includes Civil, Plumbing, Electrical, Fire
protection, HVAC works and other associated works.
Rs. 60.00 Crores (approximately)
18 months (including monsoon period)
NIL
Rs. 562.00, by e-payment through electronic mode to M/S ITI
Limited
from 0 4 . 0 8 . 2014 ( 1 1 : 0 0 H o u r s )
to 2 6 . 0 8 . 2014
(17:00 Hours) on website www.tenderwizard.com/DAE
The Pre-qualification (PQ) document is also available on the
website:
http://www.ipr.res.in/advertisements.html
(for
reference only and not for online submission)
The applicant can seek clarifications regarding PQ document up to
02.09.2014 (17:00 Hours) by uploading their queries on website
www.tenderwizard.com/DAE. The clarifications will be uploaded
on the same web portal by 08.09.2014 (17:00 Hours).
Site visit by Agencies (if any) - Up to 02.09.2014 (17:00 Hours)
Contact office of Division Head, Infrastructure (New Buildings) at
IPR division, Institute for Plasma Research, Near Indira Bridge,
Bhat, Gandhinagar -382428
Phone no.: 079 23964022/24
Fax: 079 23962277
e-mail : [email protected]
a) Representative of M/s ITI
Shri Sunil K Patel
Mobile No. 09624981992
e-mail : [email protected],
[email protected],
[email protected]
b) All India Help line No: 91-80-40482000,
10
Address for site visit, if any
11
Last date and time of closing of
online submission of tenders
Date and time of online opening of
PQ tender.
12
e-mail: [email protected]
From 10.00 AM to 6.00 PM on all working days.
Division Head, Infrastructure (New Buildings) at IPR division,
Institute for Plasma Research,
Near Indira Bridge,
Bhat,Gandhinagar -382428
Phone no. 079 23964022/24
email : [email protected]
17.09.2014 (17:00 Hours)
18.09.2014 (15:30 Hours) in the Office of Division Head,
Infrastructure (New Buildings) at IPR division, Institute for Plasma
Research, Near Indira Bridge, Bhat, Gandhinagar -382428
Note: Director, IPR reserves the right to accept or reject any application(s), without assigning any
reason thereof. The applications with any condition shall be rejected forthwith.
Page 6
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.
2.
Should have satisfactorily completed Structural Steel Building / RCC framed Building
work(s) with general finishes including Civil, Plumbing, Electrical, HVAC, Fire Fighting
services for Airport or Indoor Sport Complex or Laboratory Building or Institutional Building
as mentioned below during the last seven years ending on 31st May, 2014
(i) Three works each costing not less than Rs. 24 Crores out of which services is not less
than Rs.4.8 Crores
or
(ii) Two works each costing not less than Rs. 36 Crores out of which services is not less than
Rs. 7.2 Crores
or
(iii) One work costing not less than Rs. 48 Crores out of which services is not less than Rs.
9.6 Crores
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
Should have satisfactorily completed work(s) involving Structural Steel fabrication as
mentioned below during the last seven years ending on 31st May, 2014
(i) Three works each involving structural steel works not less than 500 tons each
or
(ii) Two works each involving structural steel works not less than 750 tons each
or
(iii)One work involving structural steel works not less than 1000 tons
3.
4.
5.
6.
7.
8.
9.
Should have satisfactorily completed at least one work (any type of construction) costing not
less Rs. 10 Crores for Government / Semi Government / Government Undertaking /
Autonomous Bodies of Government during the last seven years ending on 31st May, 2014.
Should have minimum of seven years of experience in building construction as on 31st May,
2014.
Should have valid minimum bank solvency of a Nationalized Bank/Scheduled Bank of Rs. 24
Crores.
Should have had minimum average annual turnover of Rs. 150 Crores during the last three
years ending 31st March, 2013.
Should not have incurred any loss in more than two years during the last five years ending on
31st March, 2013.
Proof of registration with Government / Semi Government organizations like CPWD, MES,
BSNL, Railways, State PWDs etc. in appropriate class OR having experience in execution of
similar nature of works.
Should have valid ISO: 9001 certification.
Page 7
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 2014
(As per Form “C”)
2.
3.
4.
5
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.
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”)
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)
i) Performance Certificates
ii) WCT registration certificate
iii) TIN Registration
iv) Valid ISO :9001 Certificate
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 IPR. 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 IPR. IPR 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 Institute reserves the right to not consider the PQ documents of
the agencies not fulfilling the stipulated criteria.
Page 8
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 scan / fill in and upload the documents as per following lists within the period of bid
submission:
Note: The applicants are requested to fill up the facts & figure in the prescribed format. Simply
filling like Yes or No shall not be accepted.
1
Form “A”: Financial information: Financial Turn Over on construction works certified by
CA & Profit & Loss statement certified by CA.
Note: Supporting other Financial documents may be uploaded. Entire Balance sheet need
not be uploaded.
Form “B”- Solvency certificate
2
3
5
Form “C”: List of Completed works during last 7 years ending on 31st May 2014
Form “D”: List of all ongoing Works All works of any nature in hand must be furnished. Any
ongoing works left out shall be viewed seriously, leading to rejection of application. No works
shall be left out.
Form “E”- Performance report of works referred to in form “C” & “D”
6
Form “F”- Structure & organization
7
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
Form “I”- Undertaking that the list submitted towards eligible similar work(s) have not been
executed through another contractor on back to back basis.
Valid ISO :9001 Certificate
4
8
9
10
11
12
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.
Letter of transmittal
13
E-payment towards tender processing fees in favour of M/s. ITI Ltd , New Delhi.
14
WCT registration certificate
15
TIN registration
16
PAN registration
17
Additional information if any to meet the eligibility criteria of pre-qualification
Note : Scanned copy of original certificates to be uploaded
*****
Page 9
SECTION – II
BRIEF PARTICULARS OF THE WORK
The Institute aims to build a Laboratory Building of approximate area of 13000 m2 in its campus at Bhat,
Gandhinagar. Another Auxiliary building (approximate area of 2400 m2) is proposed to
accommodatesupport services like HVAC system, Electrical equipments, and chilled water system
required for the Laboratory 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 Laboratory building and
Auxiliary Building at IPR, BHAT, Gandhinagar and infrastructure work including water tanks, road and
Pipe rack structure.
BRIEF BUILDINGS DESCRIPTION:
1) Laboratory Building:
• The proposed laboratory building is of area approximately 100mt (L) X 50mt (B) X 24 mt (H)
• The building is proposed as steel structure with PUF/PIR panel cladding and intermediate steel
deck slab with steel staircase.
• High Bay area (100mt x 21mt) with gentry giving 16m clear height
• Two intermediate mezzanine floors with 25mt x 15m overlooking into high bay area.
• 80% of the built volume is air conditioned space with various interfaces of services.
• Pipe rack network system is proposed in the mezzanine area to house various service requirements
2) Auxiliary Building
• The proposed Auxiliary building is of area approximately 80mt (L) X 30mt (B) X 9 mt (H)
• The building is proposed as steel structure with PUF/PIR panel cladding and intermediate steel
deck slab with RCC & steel staircase.
• The electrical utility and HVAC utility is planned in the auxiliary building
• Transformers, D.G. sets and Electrical panels to be housed in the electrical area
• HVAC system for comfort cooling of Lab building and CWS system for chilled water process
requirement is also housed in the Auxiliary Building
• Small Mezzanine space in the CWS area is planned to house its control room.
• Part RCC structure to house the Transformers and D.G.
3) Pump House
•
The building is RCC structure of approx. size 22mt (L) X 24mt (B) with an underground water
tank.
Page 10
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, hollow steel doors /Flush Doors Shutters
• External areas: Paver Blocks
• Roads: Bituminous 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.
Page 11
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
please 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. Applications duly filled in / scan copies of original
shall be uploaded in web site: www.tenderwizard.com/DAE before closing date and time of online
submission of tender. No applications shall be received in physical form.
1.3
The applicant should sign each page on the application along with enclosures with rubber stamp
before scanning / uploading.
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
uploaded 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 Institute 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 IPR.
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 02.09.2014 (17:00 Hours) by
uploading their queries on website www.tenderwizard.com/DAE. The clarifications will be
uploaded on the same web portal by 08.09.2014 (17:00 Hours). No request for clarification will be
considered after 02.09.2014 (17:00 Hours).
1.10
Confidentiality Clauses: i) 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
Page 12
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 IPR's name without permission for publicity purposes: The contractor
or sub-contractor, consultant, adviser or the employees engaged by the contractor shall not use
IPR's name for any publicity purpose through any public media like Press, Radio, TV or Internet
without the prior written approval of IPR.
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
IPR or Institute means Institute for Plasma Research, Bhat, Gandhinagar
2.5
Director, IPR means Director, Institute for Plasma Research, Near Indira Bridge, Bhat,
Gnadhinagar.
3.0
Method of Application:
3.1
If the applicant is an individual, the application shall be signed by him above his full typewritten
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.
4.0
Final Decision Making Authority:
The Director, IPR 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.
Page 13
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 Division Head, Infrastructure (New Buildings) at IPR
division ( e-mail: [email protected]), Institute for Plasma Research, Near Indira Bridge, Bhat,
Gandhinagar -382428. Tel No:-079-23964022/24 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.
Page 14
Minimum requirements of Technical Staff for this work furnished as under which shall be
assessed for evaluation.
Sl
No
Requirement of Technical Staff.
Qualification (Min)
Minimum
experience
Number
Designation
in years
1
Project Manager – Degree in Civil
Engineering
1
15
Principal Technical
Representative
4
Graduate Engineer – Degree in Civil /
Electrical Engineering
3
10
Technical
Representative
reporting to Project
Manager
6
Diploma / Degree Engineer - Civil /
Electrical Engineering
7
5 for
Diploma
holder/2 for
Degree
holder
Technical
representative
reporting to Project
Manager
7.5. The applicant shall submit/upload supporting document declaring present staff strength of full time
nature, with their qualification, experience and present position held etc.
8.0 EVALUATION CRITERIA FOR PRE-QUALIFICATION
8.1
For the purpose of pre-qualification, applicants will be evaluated in the following manner:
8.1.1 The initial criteria prescribed in Para 7.1 to 7.6 above in respect of experience of similar class of
works completed, bidding capacity and financial turn over etc. will first be scrutinised and the
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.
i)
Financial strength (Form ‘A’ & ‘B’)
: Maximum 20 Marks
ii)
Experience in similar nature of Work during last seven
years (Form 'C')
: Maximum 20 Marks
iii) Performance on works (Form'E')-Time over run
: 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
Page 15
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:
Sl.No.Attributes
(a)
Evaluation
Financial strength
(20 marks)
(I) Average annual
16 marks
(i)
turnover
criteria
(ii)
(II) Solvency Certificate
60% marks for minimum eligibility
4 marks
100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)-on prorata basis
(b)
Experience in similar class of (20 marks)
works
(i) 60% marks for minimum eligibility
criteria
(ii) 100% marks for twice the minimum
eligibility criteria or more
In between (i) & (ii)-on prorata basis
(c)
Performance on works
( time over run=TOR )
(20 marks)
Parameter
Calculation for
point
If TOR =
Score
Max
Marks
1.00
2.00
3.00 > 3.50
20
15
10
10
20
5
0
-5
20
10
0
0
20
(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
Note : Marks for value in between the stage indicated above is to be determined by straight line
variation basis.
(d)
Performance on works ( Quality)
(15 marks)
(i) Very Good
15
Page 16
(e)
(f)
(ii) Good
10
(iii) Fair
5
(iv) Poor
0
Personnel and Establishment
(Max. 10 marks)
(i) Graduate Engineer
2marks for each Max. 6 Marks
(ii) Diploma holder Engineer
1marks for each upto Max.3 marks
(iii) Supervisory / Foreman
1mark for each upto Max. 1 mark
Plant & Equipment
(i)
(Max. 15 marks)
1marks for each upto Max.2 marks
Hopper Mixer
(ii) Truck / Tippers / Transit mixer
1marks for each upto Max.2 marks
(iii) Steel shuttering
2marks for each 800 sqm upto max 4 marks
(iv) Tower Crane
2marks for each upto Max.4 marks
(v)
1mark for each upto Max. 2 marks
Building Hoist
(vi) Excavator
1mark for each upto Max. 2 marks
(vii) Batch Mix Plant
2marks for each upto Max.4 marks
(viii) Vibrators
1mark for each upto Max. 2 marks
(ix) Vibration Compactor
1mark for each upto Max. 2 marks
(x) Paver Finisher
2mark for each upto Max. 4 marks
(xi) welding equipments
2mark for each upto Max. 4 marks
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
Page 17
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)
(b)
11.
Amend the scope and value of contract to the applicant.
Reject any or all the applications without assigning any reason.
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.
Page 18
SECTION – IV
INFORMATION REGARDING ELIGIBILITY
Letter of Transmittal
From:
To
Director,
Institute for Plasma Research,
Bhat,
Gandhinagar – 382006
Subject: Submission of Pre-qualification application for “Construction of Laboratory and Auxiliary building
including Services at IPR campus, Bhat, Gandhinagar.”
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 IPR to approach the Bank
issuing the solvency certificate to confirm the correctness thereof. I/We also authorise IPR 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:
S.
No.
Enclosures.
Name of work
1.
2.
3.
Date of submission:
Page 19
Certified by/from
FORM “A”:
I.
FINANCIAL INFORMATION
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 to be scanned & uploaded).
Particulars
Financial Year
2008-09
2009-10
2010-11
2011-12
i) Gross Annual turnover on
construction work
ii)Profit/Loss
iii) Certified by
II.
Financial arrangements for carrying out the proposed work.
III.
The following certificates are Scanned & uploaded:
(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
Page 20
2012-13
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 upto 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.
Page 21
FORM “C”: PRESCRIBED FORMATS: DETAILS TO BE FURNISHED FOR COMPLETED WORKS
DURING LAST SEVEN YEARS ENDING ON 31ST MAY 2014
Details
Work -1
Work -2
…………
Project name & Location:
Owner or client: (Name and Address, contact Number of
Officer to whom reference can be made)
Project description:
1. Type of Building:
2. Built Up Area (in sq. mts):
3. Number of Floors:
4. Type of Structure Load bearing/RCC/Steel:
5. Information to illustrate the attention to detail
construction quality (close up photographs):
Whether For Government/Semi Government/
Government undertaking/ Government autonomous
bodies:
Tendered Project Cost:
Actual Project Cost:
Actual Cost with breakup of Utilities Works such as
HVAC, Electrical, Fire Protection etc. (Excluding civil
& Structural Works)
Structural Steel Fabrication Work (in Tons)
Project duration (as per contract): (in months)
Start date (dd/mm/yy):
Actual date of Completion (dd/mm/yy):
Actual duration (Months):
Reasons for delay (if any):
Any penalty/ Bonus:
Any Litigation/Arbitration/claim/Dispute pending
(with details of claim and award if any):
Copy of Completion certificate & Work order received
from client to be attached
Note:
1) For similar completed works ,Original or attested scanned copies of initial work order and final completion
certificate from client have to be uploaded.
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.
Page 22
FORM “D”: INFORMATION ABOUT All ONGOING WORKS:
Details
Work -1
Work -2
a) Project name & Location
………….
:
b) Owner or client: (Name and Address, contact Number of
Officer to whom reference can be made):
c) Project details in brief:
d) Stipulated start date
:
e) Actual Start date
:
f) Time period
:
g) Stipulated completion date
:
h) Present Status of work in Percentage completion:
i) Work Order Value (in lakhs)
:
j) Work done value (RA bill) of work (in lakhs):
k) Type/nature of works details.
l) slow progress if any and Reasons for Delay, if any:
m) Copy of Work order received from client to be attached
Note:
1) Original or attested scanned copies as well as hardcopies of initial work order from client have to be
uploaded.
2) The certificate shall mention Name of work, Work order 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) Certified that the above list of work is complete and no work has been left-out and the information given is
correct to knowledge and belief.
Page 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
Page 24
FORM “F” INFORMATION ABOUT ORGANISATION STRUCTURE:
Sr.
1
2
3
Particulars
Name of Firm
Postal Address
Details to be filled
Contact Nos.
Office
Residence
Mobile
4
5
6
7
8
Fax No.
Name of Contact Person
E – mail Address
Legal status of applicant : (Please tick and attach
attasted copies of original document defining the
legal status)
Names and Titles of Director & Officers with
designation proposed to be concerned with this work
10
Designation of individuals authorised to act for the
organization.
12
13
14
15
16
An Individual
A Proprietary firm
A Partnership firm
A Pvt. Ltd. Company
A Public ltd. Company or Corporation
Dept./Organisation & Place of registration,
Registration No.
Particulars of registration with various Government
1.
bodies (scanned & uploaded photocopy)
2.
9
11
(1)
(2)
(3)
(4)
(5)
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.
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?
Any other information considered necessary but not included above.
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.
Page 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
Sr.
No.
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.
Name
Qualification Designation Professional Since
experience
when
and details working
of work
in your
carried out
firm
Total
Experience
(In years)
Capacity in Rem
which will arks
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.
Page 26
Construction plant, machinery, equipments, accessories &
infrastructure facilities possessed by the applicant and that proposed to complete the work in time.
FORM “H”: INFORMATION ABOUT
Sr.
No
Name of Equipment/ Nos
Plant
Capa- Age Co Ownership status
city or
ndi
Type
tio
&
n
make
Curre
nt
Locat
ion
How Rem
many -arks
Propo
sed
for
the
Proej
ct
Prese- Lea To be Prposed
ntly
-sed purch- to be
owne
ased
hired
d
1
1
2
3
4
5
6
7
Earth moving
equipment
Excavators(various sizes)
2
Equipment for
hoisting
1.Tower crane
2. Builders hoist
3
Equipment for concrete
work
1 Concrete batching plant
2.Concrete pump
3.Concrete transit mixer
4.Concrete mixer (diesel)
5.Concrete mixer (elect.)
6.Needle vibrator (elect.)
7.Needle vibrator(petrol)
8.Needlevibrator
(elect/petrol)
9. Curing pumps (various
capacities)
Page 27
8
9
10
11
12
13
4
Equipment for building
work
1. Block
machine
making
2. Bar bending machine
3. Bar cutting machine
4. Wood
planers
thickness
5.
6.
7.
8.
9.
5
Drilling machine
Circular saw machine
Welding generators
Welding transformers
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
6
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
Page 28
7
8
Equipment for
transportation
1. Tippers
2. Trucks
3. Water tankers
Pneumatic equipment
1.Air compressors (diesel)
2. Air Compressors
( Elect)
9
Dewatering equipment
1.Pump (diesel)
2.Pump (electric)
10
Power equipment
1.Diesel generators
11
Equipment for Piling
works
1. Hydraulic piling rig
2. Piling rigs
12
Any
other
plants/equipments
Page 29
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
Page 30
SECTION- V
ANNEXURE- DRAWINGS
• G – 1 Ground Floor Plan of Laboratory Building
• G – 2 Cross Section of Laboratory Building
• G – 3 Side Elevations of Laboratory Building
• G – 4 Ground Floor Plan of Auxiliary Building
• G – 5 Cross Section of Auxiliary Building
• G – 6 Side Elevation of Auxiliary Building
• XL.101- Integrated Services layout: Ground Floor Lower Lvl Plan- Laboratory Building
• XL.201- Integrated Services layout: Section - Laboratory Building
Page 31
THIS DRAWING & DESIGN IS THE SOLE PROPERTY OF VMS & SHALL NOT BE COPIED,
TRACED OR REPRODUCED BY ANY MEANS WITHOUT PRIOR WRITTEN CONSENT OF
THE FIRM.
FOR REFERENCE
GENERAL NOTES :
A R
IMPORTANT NOTE :
ELECTRICAL
ROOM
6890 X 6200
STANDARD DRAWING SYMBOLS:
+ FINISHED LEVEL
+ UNFINISHED LEVEL
4
3
SGL - 12
ELECTRICAL LEGEND :
TYPICAL GAS FLOODING SYSTEM
1
3
2
7
5
4
6
7
3
11
8
9
10
11
To DB Controlled from
Building LDB
13
12
15
14
To DB Controlled from
Building LDB
FIRE ESCAPE
ST-01
FIRE ESCAPE
ST-02
G
G
STAIR - 01
TRANSFORMER
7150 X 6300
To DB Controlled from
Building LDB
ELECTRICAL
ROOM
6961 X 6300
SGL - 01
GENTS
LADIES
TOILET
TOILET
3598 X 4000 3598 X 4000
SGL - 03
SGL - 04
SGL - 02
EXTERNALLIGHTING
DB-LAB BUILDING
STAIR - 02
LIFT
2500X2200
LIFT-01
ELECTRICAL
ROOM
7313 X 6300
SGL - 05
INTERACTION AREA &
SOURCE OF NATURAL LIGHT
13700 X 6300
SGL - 07
SGL - 06
ELECTRICAL
ROOM
7313 X 6300
LADIES
GENTS
TOILET
TOILET
3598
X 4000
3598 X 4000
SGL - 10
SGL - 11
LIFT
2500X2200
LIFT-02
SGL - 09
SGL - 08
DRINKING WATER
1600 X 600
ELECTRICAL
ROOM
6961 X 6300
TRANSFORMER
7150 X 6300
SGL - 12
SGL - 13
To DB Controlled from
Building LDB
FIRE LEGEND :
DRINKING WATER
1600 X 600
ACCESS CORRIDOR
SGL - 14
F
F
SL.NO.
SYMBOL
1.
E
(Room, Ceiling & Floor void)
E
LGL - 04
LGL - 01
LGL - 02
LGL - 03
D
D
2
4
DESCRIPTION
2.
Smoke Detector
(Room, Ceiling & Floor void)
3.
Response Indicator
4.
Gas Release Panel
4.
A
Abort Switch
5.
R
Release Switch
FLOOR LOADING
Piping
(Room, Ceiling & Floor void)
6.
C2'
INFRASTRUCTURE LEGEND :
C1'
DEPTH 3.0 MT.
C
C
HG - 01
HG - 02
HG - 03
REFERENCE DRAWINGS :
HG - 04
01. ARCHITECTURAL :
To DB Controlled
from Building LDB
B1'
02. STRUCTURAL :
03.HVAC :
04. ELECTRICAL :
05. UTILITIES :
To DB Controlled from
Building LDB
B
AHU
ROOM
(WITH SOUND
INSULATION)
6268 X 5368
AGL - 01
STAIR - 03
AHU
ROOM
(WITH SOUND
INSULATION)
6268 X 5368
AGL - 03
AHU
ROOM
(WITH SOUND
INSULATION)
6268 X 5368
AGL - 05
AGL - 04
AGL - 02
B
AHU
ROOM
(WITH SOUND
INSULATION)
6268 X 5368
AGL - 07
AGL - 06
INTEGRATED SERVICES LAYOUT - GROUND FLOOR
AGL - 09
LOWER LVL PLAN - LABORATORY BUILDING
XI-PLAN PROJECT AT BHAT, GANDHINAGAR
INSTITUTE FOR PLASMA RESEARCH
AGL - 08
A
A
PROJECT NO.
1311
SCALE :
DRAWN : ASHISH
NTS.
PROJECT ARCHITECT : RAJESH DAVE
DATE :
29-11-11
CHECKED: CHAHNA MEHTA
APPROVED : RAJESH DAVE
1
2
3
7
4
5
6
7
1
8
11
9
10
11
12
13
14
15
ASSOCIATE H.V.A.C. CONSULTANTS :
Mihir N. Patel
26-B, TRUST NAGAR
NEW SHARDAMANDIR ROAD. AHMEDABAD- 380 007
ASSOCIATE FIRE SAFETY CONSULTANTS :
Prachtvoll Engineers Pvt Ltd.
F-201 SHRINAND NAGAR PART 2
VEJALPUR AHMEDABAD- 380 051
ASSOCIATE ELECTRICAL CONSULTANTS :
Kirit Patel & Associate
A-91, AKASH TOWER, JUDGES BUNGLOW ROAD,
BODAKDEV, AHMEDABAD- 380 054.
email: [email protected]
VMS ENGINEERING & DESIGN SERVICES (P) LTD.
CHITRAKOOT FLATS, BEHIND TIMES OF INDIA, OFF ASHRAM ROAD,
AHMEDABAD - 380 009. PHONE : +91 (079) 2658 8829 / 2480 / 4488
FAX : +91 (079) 2658 3596
WWW.VMSCONSULTANTS.COM
SHEET SIZE
DRAWING NO.
REFERENCE
REVISION:
A1 XL.101 R R0
THIS DRAWING & DESIGN IS THE SOLE PROPERTY OF VMS & SHALL NOT BE COPIED,
TRACED OR REPRODUCED BY ANY MEANS WITHOUT PRIOR WRITTEN CONSENT OF
THE FIRM.
FOR REFERENCE
GENERAL NOTES :
IMPORTANT NOTE :
STANDARD DRAWING SYMBOLS:
+ FINISHED LEVEL
+ UNFINISHED LEVEL
4
3
40 T GANTRY
DIVERTOR LAB.
SSL - 17
DIVERTOR LAB.
SFL - 17
SFL - 23
DIVERTOR LAB.
HIGH VOLUME
HG - 03
AGL - 05
A
B
DIVERTOR LAB.
LOW VOLUME
LGL - 03
C
D
SSL - 07
SSL - 14
E
SEC. FLOOR LEVEL
ELEVATION + 15500
SFL - 14
SFL - 07
SGL - 14
SGL - 07
FIRST FLOOR LEVEL
ELEVATION + 7750
PLINTH LEVEL
ELEVATION + 0000
F
G
REFERENCE DRAWINGS :
SSM - 01
MEZZANINE LEVEL
ELEVATION + 18730
40 T GANTRY
01. ARCHITECTURAL : A.L.101,
02. STRUCTURAL :
SSL - 03
03.HVAC :
MAGNET LAB.
SSL - 14
SSL - 15
SEC. FLOOR LEVEL
ELEVATION + 15500
04. ELECTRICAL :
05. UTILITIES :
SECTION 7-7 & 11-11
LABORATORY BUILDING
SFM - 01
MEZZANINE LEVEL
ELEVATION + 10980
MAGNET LAB.
SFL - 03
FIRST FLOOR LEVEL
ELEVATION + 7750
SFL - 14
XI-PLAN PROJECT AT BHAT, GANDHINAGAR
INSTITUTE FOR PLASMA RESEARCH
SFL - 20
SFL - 15
PROJECT NO.
1311
SCALE :
DRAWN : ASHISH
NTS.
PROJECT ARCHITECT : RAJESH DAVE
DATE :
29-11-11
CHECKED: CHAHNA MEHTA
APPROVED : RAJESH DAVE
ASSOCIATE H.V.A.C. CONSULTANTS :
Mihir N. Patel
26-B, TRUST NAGAR
NEW SHARDAMANDIR ROAD. AHMEDABAD- 380 007
SGM - 01
MEZZANINE LEVEL
ELEVATION + 3230
SGL - 03
PLINTH LEVEL
ELEVATION + 0000
SGL - 14
MAGNET LAB.
LOW VOLUME
MAGNET LAB.
HIGH VOLUME
LGL - 01
HG - 01
ASSOCIATE FIRE SAFETY CONSULTANTS :
Prachtvoll Engineers Pvt Ltd.
F-201 SHRINAND NAGAR PART 2
VEJALPUR AHMEDABAD- 380 051
ASSOCIATE ELECTRICAL CONSULTANTS :
Kirit Patel & Associate
A-91, AKASH TOWER, JUDGES BUNGLOW ROAD,
BODAKDEV, AHMEDABAD- 380 054.
email: [email protected]
AGL - 02
VMS ENGINEERING & DESIGN SERVICES (P) LTD.
CHITRAKOOT FLATS, BEHIND TIMES OF INDIA, OFF ASHRAM ROAD,
AHMEDABAD - 380 009. PHONE : +91 (079) 2658 8829 / 2480 / 4488
FAX : +91 (079) 2658 3596
WWW.VMSCONSULTANTS.COM
SHEET SIZE
G
F
E
D
C
B
DRAWING NO.
REFERENCE
REVISION:
A
A1 XL.201 R R0