Sie sind auf Seite 1von 13

PROJECT PROCUREMENT

MANAGEMENT
ALL INDIA INSTITUTE OF
AYURVEDA,
SARITA VIHAR –II, NEW DELHI .
GROUP I-KEVIN I PARNIKA I PRASHANTH I SUHAIL I SUMEDHA

MASTERS OF BUILDING ENGINEERING & MANAGEMENT


BATCH 2018-2020
SCHOOL OF PLANNING AND ARCHITECTURE, NEW DELHI
PREQUALIFICATION AND BID DATA SHEET
2. Prequalification Criteria
• 2.1 ELIGIBILITY
1.1 Eligible Applicants -
An Applicant may be a natural person, private entity or government-owned enterprise subject, or any
combination of them with a formal intent to enter into an agreement or under an existing agreement in the
form of a Joint Venture. In the case of a Joint Venture

(a) all partners shall be jointly and severally liable, and

(b) a Joint Venture shall nominate a Representative who shall have the authority to conduct all business for and
on behalf of any and all the partners of the Joint Venture during the prequalification process in the event the
Joint Venture is prequalified, during the bidding process and in the event the Joint Venture is awarded the
Contract during contract execution.

1.2 An Applicant and all partners constituting the Applicant shall have the nationality of an eligible country in
accordance with Section – Eligible Countries. An Applicant shall be deemed to have the nationality of a country
if the Applicant is a citizen of that country or is constituted, incorporated or registered and operates in
conformity with the provisions of the laws of that country.
1.3 The above requirement shall also apply to the determination of the nationality of proposed
Subcontractors or Suppliers for any part of the Contract including related services
1.4 At the time of bidding, Bidders shall not have a conflict of interest. All Bidders found to have a
conflict of interest shall be disqualified.
1.5 A firm shall not be eligible to participate in any procurement activities under an ADB-financed,
administered or supported project while under temporary suspension or debarment by ADB pursuant to
its Anticorruption Policy whether such debarment was directly imposed by ADB· or enforced by ADB
pursuant to the Agreement for Mutual Enforcement of Debarment Decisions. A bid from a temporarily
suspended or debarred firm will be rejected.

1.6 Government-owned enterprises in the Employer’s country shall be eligible only if they can establish
that they (i) are legally and financially autonomous· (ii) operate under commercial law· and (iii) are not
in any way dependent agencies of the Employer.

• The applicant will be evaluated in terms of eligibility based on the above mentioned criteria and the
applicants needs to submit forms EL-1 & EL-2, letter of bid attached with this document.
2. Pending Litigation and Arbitration

• Pending litigation and arbitration criterion shall not apply.

• All pending litigation and arbitration· if any shall be treated as resolved against Applicant and so shall in
total not represent more than 60 percent of the Applicant’s net worth calculated as the difference
between total assets and total liabilities.

• The applicant needs to submit form LIT-1.


3. Financial Situation
3.1 Historical Financial Performance

• Submission of audited financial statements for the last 5 years to demonstrate the current soundness of
the Applicant’s financial position.
• As a minimum· the Applicant’s net worth for the last year· calculated as the difference between total
assets and total liabilities should be positive.

• Applicant needs to submit form FIN-1 along with the application.


3.2 Average Annual Construction Turnover
• Minimum average annual construction turnover calculated as total certified payments received for
contracts in progress or completed, ending 31st March of the previous financial year i.e. 2017-18,
should be at least 50% of the estimated cost within the last three years.
• Applicant needs to submit form FIN-2 along with the application.

4. Experience
4.1 Contracts of Similar Size and Nature

• Applicant should have the experience of completion of similar works during last 7 years ending last
day of month previous to the one in which tenders are invited should be either of the following.

a. Three similar completed works each costing not less than the amount equal to 40% of the estimated
cost, or
b. Two similar completed works each costing not less than the amount equal to 60% of the estimated
cost, or
c. One similar completed work costing not less than the amount equal to 80% of the estimated cost.
• Similar works mean: Civil work comprising – RCC Multi storied framed structure minimum G+8 storey
Institutional/Hospital/Residential/Industrial building including services like Electrical Works (High side and
Low Side), Plumbing and Drainage Works, HVAC, Fire fighting, & Site development etc. for Central / State
Govt. Departments / PSUs and/or Autonomous bodies( As mentioned in scope of contract).

• Applicant needs to submit form EXP-1 along with the application.

4.2 Construction Experience in Key Activities

• The employer shall require evidence of the subcontracting agreement from the applicant in the form of a
letter of intent or an agreement jointly signed by the applicant and the specialist subcontractor. For the
above or other contracts executed during the period stipulated in above· a minimum construction
experience in the following key activities: Procurement, excavation, substructure, superstructure, site
development.

• Applicant needs to submit form EXP-2 along with the application.


5.Profitability

The applicant should be a profit (net) making firm and should not have incurred any loss in the last financial years
and have not incurred losses for more than two years out of last five years ending 31st March, 2018 duly certified
by Chartered Accountant.

6.Bid Capacity:

Applicant Agency shall have to meet the minimum qualification criteria will be qualified only if their available bid
capacity is more than the total bid value. The available bid capacity will be calculated as under:-

Available Bid Capacity =2AN-B

N = Number of years rounded up to first decimal prescribed for completion of the subject contract.

A = Maximum value of works executed in anyone year during last five years (up dated to the price level of current
financial year with percentage stated in the PQ document)

B = Value at current price level of existing commitments and ongoing works to be completed in the next 'N' years.
BID DATA SHEET
This section consists of provisions that are specific to each procurement and supplement the information or
requirements included in Section 1 – Instructions to Bidders.

A. General
ITB 1.1 The number of the Invitation for Bids (IFB) is : NCB/TR-2/WS25/2019-20

ITB 1.1 The Employer is: All India Institute of Ayurveda


ITB 2.1 The Borrower is: India
ITB 2.1 The name of the Project is: All India Institute of Ayurveda – Phase 2,
B. Contents of Bidding Document
ITB 7.1 For clarification purposes only, the Employer’s address is:
Office of Group 1,
2nd Year Class Room,
Department Of Building Engineering and Management,
SPA Delhi, 6 IP Estate,
New Delhi-110002
E-mail: : pdaiia@gmail.com
Website: https://aiia.gov.in/
ITB 7.4 A Pre-Bid meeting will take place to raise queries.
Date:16 September 2019,Time: At 11:00 hrs ,Place: 2nd Year Class Room, Department Of Building
Engineering and Management,
SPA Delhi, 6 IP Estate, New Delhi-110002
A site visit conducted by the Employer will not be organized
C. Preparation of Bids

ITB 10.1 The language of the Bid is: English


ITB 11.1(h) The Bidder shall submit with its Bid the following additional documents-
a) Letter of Bid;
(b) completed schedules as required ( including priced Bill of Quantities, in accordance with ITB 12 and
ITB 14
(c) Bid Security or Bid-Securing Declaration, in accordance with ITB 19
(d) alternative Bids, if permissible, in accordance with ITB 13;
(e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in accordance with
ITB 20.2;
ITB 13.1 Alternative Bids shall not be permitted
ITB 13.2 Alternative times for completion shall not be permitted.
ITB 13.4 Alternative technical solutions shall not be permitted.
ITB 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in INR( Indian Rupee)
ITB 15.4 The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids
published by Reserve Bank of India
ITB 18.1 The bid validity period shall be 60 days from the date of opening of financial bid.
ITB 19.1 The Bidder shall furnish a bid security of 1% total contract amount
ITB 19.4 Subject to the succeeding sentences, any bid not accompanied by an irrevocable and callable bid
security shall be rejected by the Employer as nonresponsive. If a Bidder submits a bid security that
(i) deviates in form, amount, and/or period of validity, or
(ii) does not provide sufficient identification of the Bidder (including, without limitation, failure to
indicate the name of the Joint Venture or, where the Joint Venture has not yet been constituted, the
names of all future Joint
Venture Partners), the Employer shall request the Bidder to submit a compliant bid security within 14
days of receiving such a request. Failure to provide
a compliant bid security within the prescribed period of receiving such a request shall cause the
rejection of the Bid.
ITB 20.1 In addition to the original Bid documents, the number of copies is: 1

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of:
[ document required to demonstrate the authority of the signatory to sign the bid, it can be: “An
organizational document, board resolution or its equivalent, or power of attorney specifying the
representative’s authority to sign the Bid on behalf of, and to legally bind, the Bidder.

ITB 20.2 The Bidder shall submit an acceptable authorization within 14 days.

ITB 18.1 The bid validity period will be 60 days from the day of opening of financial bid.
D. Submission and Opening of Bids

ITB 21.1 Bidders shall have the option of submitting their Bids by hand or by mail
ITB 22.1 For bid submission purposes only, the Employer’s address is
Street address: Floor/Room number: 2nd Year Class Room, BEM department
City: New Delhi
ZIP code:110002
Country: India
The deadline for bid submission with all original documents is:
Date:30 September 2019
Time: Upto 18:00 hrs
ITB 25.1 The bid opening shall take place at:
Street address: 2nd Year Class Room, BEM department
City: New Delhi
ZIP code:110002
Country: India
Date:1October 2019
Time: At 10:00 hrs
E. Evaluation and Comparison of Bids

ITB 32.1 The currency that shall be used for bid evaluation and comparison purposes to convert all bid
prices expressed in various currencies into a single currency is: INR( Indian rupee).
The source of the selling exchange rate shall be: Reserve Bank of India
ITB 33.1 A margin of preference shall not apply.

F. Award Of Contract

ITB 39.4 The Bid shall be awarded to the lowest bidder based on the evaluation criteria. Details can be
found at https://aiia.gov.in/tenders

Das könnte Ihnen auch gefallen