NOTICE INVITING TENDER (NIT)

Similar documents
NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: LKCC- 02 (R)

NOTICE INVITING TENDER (NIT)

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NOTICE INVITING TENDER (NIT)

CONTRACT NO: LKDD- 02

Construction of Public Toilet at Wazirpur Industrial Area, New Delhi. NOTICE INVITING TENDER. No. NIT/02/ /DMRC/CPM-2/PM2B

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING e-tender (NIT)

DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (e-tender)

Contract/O&M/T-21: Provision of CCTV coverage in technical rooms at Stations, Depots area, train sidings and its integration with existing CCTV system

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement Functional (Volume-3). 1.1.

Contract/O&M/A-51: Comprehensive Annual Maintenance Contract (CAMC) for Automatic Fare Collection (AFC) Servers installed at OCC Shastri park.

NOTICE INVITING TENDER (e-tender) DELHI METRO RAIL CORPORATION LIMITED

NOTICE INVITING TENDER (NIT)

Notice Inviting Tender (NIT)

NOTICE INVITING TENDER (NIT) (e-tender)

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

TENDER NOTIFICATION NO. GMRC/O&M-1/PH-1/2019

TENDER FOR CUSTOMER FACILITATION SERVICES DMRC/CFS-01/2015

TENDER: NRS1-FIC TENDER DOCUMENTS NOTICE INVITING TENDER (NIT)

TENDER PACKAGE NO. MEGA/CONS/VDCT+STNS/R2/E-W/2016 VOLUME I NOTICE INVITING TENDER

TENDER NOTIFICATION NO. MEGA/GEOTECH/ELEV-VDCT, STNS & DEPOT/N-S/PH-2/2018

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER

DELHI METRO RAIL CORPORATION LIMITED CONTRACT NO: CC-131

DELHI METRO RAIL CORPORATION LIMITED

INVITATION OF GLOBAL/OPEN BIDS

Construction and development of Parking at stations and miscellaneous works at Noida-Greater Noida Metro Corridor and Depot CONTRACT NO: NC-10

NOTICE INVITING TENDER (NIT) e-tender

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) (e-tender)

Setting up & Operation of 24x7 IVRS Helpline for Delhi Metro Rail Corporation Ltd.

CONTRACT NO: OCW-148. Supply, Erection and Fixing of view cutter over viaduct between Mandi House and Pragati Maidan Metro Station.

EVALUATION CRITERIA. A. Financial Capability

NOTICE INVITING TENDER (NIT) INR Crore

CONTRACT NO: DMRC/ENV/ISO/50001/275/2017/01

DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of INDIA & GNCTD) Tender Document

Installation of Anti Bird Nesting PVC net in depot & main line OHE Masts and Portals.

Maintenance Contract for providing and replacement of damaged toughened glasses at NDRU, SJSU, DKV, DACY & APOT stations of Airport Line.

The brief scope of the work is provided in Clause A1 of ITT (Volume-1) and Employer s Requirement (Volume-3).

CONTRACT NO: OCW-61. Notice Inviting Tender (NIT) DELHI METRO RAIL CORPORATION LTD.

CONTRACT NO: CCW-231/2014. Special repair Works in Line-3 and Line-4

Technical Enhancements and New Reports Development. For PM Module of SAP PM01

CONTRACT:CC-18 J TENDER DOCUMENTS

BIDDING DOCUMENTS MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ)

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT NO: -MM3-CBS-REL-PYL BIDDING PROCEDURE SECTION-I NOTICE INVITING TENDER MARCH 2017

DESIGN, SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF SAP ESS SYSTEM ESS15 FOR PHASE-3 OF DELHI MRTS PROJECT ESS15

FACILITY MANAGEMENT SERVICE For PD area at Huda City Centre Metro Station CONTRACT NO: CPD-49 NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT) E Tender No. NMRC/Stn./Housekeeping/22/2018/HK-C1. Description

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L5R/2018

MEGA/GD & AD/MP-L2/ 2016

TENDER NOTIFICATION NO. MEGA/GD & AD/MP-L3/2016

Delhi Metro Rail Corporation Limited. (A joint venture of Government of India & Government of Delhi)

CONTRACT NO: OCH-158. Maintenance of horticulture works at Depot, Staff Quarters and RSS at Sarita Vihar. Notice Inviting Tender (NIT)

Advertisement Rights inside Akshardham and Botanical Garden Metro stations through digital media

ENGAGING PROJECT IMPLEMENTATION SERVICES PROVIDER/ CONSULTANT FOR BUILDING & ALLIED WORKS IN NORTH EAST REGION

Notice No nd June, 2015 Notice Inviting Application

Our Ref: DMRC/Kochi/ 02/204/KEDD-01 Date: 10 th April 2013

ALLAHABAD BANK CBS OFFICE, VASHI, NAVI MUMBAI NOTICE INVITING TENDER. Ref No: ALLBANK/CBSO/HW/TENDER/LTO/2018/13 Date: 30/10/2018

NOTICE INVITING TENDER FOR EXCAVATION AND TRANSPORTATION OF GYPSUM (INDIAN COMPETITIVE BIDDING) HINDUSTAN PETROLEUM CORPORATION LTD.

NO. DOCUMENT IN PLACE OF PLEASE READ AS

APPLICATION FOR PRE-QUALIFICATION OF CONTRACTORS/ APPLICATORS FOR TERRACE WATERPROOFING WORKS IN BANK S RESIDENTIAL FLATS AT GHATKOPAR (E), MUMBAI

CENTRAL WAREHOUSING CORPORATION (A GOVT. OF INDIA UNDERTAKING)

INVITATION FOR APPOINTMENT OF CHARTERED ACCOUNTANTS FIRM FOR DIRECT AND INDIRECT TAXATION MATTERS OF WEBEL TECHNOLOGY LIMITED

NOTICE INVITING TENDER CONTENTS CLAUSE DESCRIPTION PAGE 1.1 GENERAL ELIGIBLITY CRITERIA CLEANING OF ROLLING STOCK (METRO TRAIN COACHES) 7

Providing and fixing mezzanine floor in the godowns at CW, Noida Sec-68.

SUPPLY OF DIGITAL PHOTOCOPIER (20CPM) at RBI, GOMTI NAGAR, LUCKNOW ON RENTAL BASIS. LAST DATE: 14:00 Hrs on December 04, 2015

HOOGHLY RIVER BRIDGE COMMISSIONERS

TENDER DETAILS OF NOTICE INVITING TENDER NIT NO.: MDI/GURUGRAM/PROJECT/PGPM//2017

Hindustan Shipyard Ltd (A Government of India Undertaking) GANDHIGRAM, VISAKHAPATNAM ( An ISO 9001 Company )

Draft for consultation on Tender document for deployment of Wi-Fi hotspots and Wi-Fi offload solution in BSNL on turnkey basis Page 1 of 5

DELHI METRO RAIL CORPORATION LIMITED

of Toll Collection on Agra Lucknow Expressway

Tender Notice Ref. No. NITJ/Store/133/15 Tender no. 01/2018

a) Bidding Document No. : A096/T-205/10-11/RKS/19 (Corresponding e-tender no ) b) Bidding Document on : From to

NORTH CENTRAL ZONAL OFFICE, ENGG. DEPTT. 16/275, M.G. ROAD, KANPUR (U.P.) TENDER NOTICE

(Pre-qualification of construction agency) Page 1/11

RESERVE BANK OF INDIA Estate Department Kolkata

HINDUSTAN AERONAUTICS LIMITED (BANGALORE COMPLEX) FACILITIES MANAGEMENT DIVISION BANGALORE

V) Tender Notice for Power Tiller with Trolley

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR

04 Months overall, (including mobilization period of 10 days) from date of issue of Fax of Acceptance. : :

Construction & Maintenance

DOCUMENT FOR EMPANELMENT OF TEV STUDY CONSULTANT

TENDER FOR FLOORING, PAVEMENTS FOR BADMINTON COURTS & MISCELLANEOUS CIVIL WORKS IN BHEL TOWNSHIP AT JAGDISHPUR

Board of School Education Haryana, Bhiwani Empanelment of Vendors for Live CCTV surveillance system. For

Ref. No. P&S/F.2/OR/198/ Date:

Bid Document Procurement of Track Machines

TENDER DOCUMENT TENDER FOR SUPPLY & INSTALLATION OF WATER COOLERS AT OFFICES UNDER LIC DO, MEERUT

Corrigendum 9 Request for Proposal for Implementation of Integrated Enterprise GIS for CIDCO

CHENNAI PETROLEUM CORPORATION LIMITED (A group company of Indian Oil) NOTICE INVITING TENDERS

E-Tender Document. For Selection of Consultancy for Conducting HR Audit in Central Warehousing Corporation

Tender No. AAI/CC/205/88/ / Date:

Transcription:

NOTICE INVITING TENDER (NIT) 1.1 GENERAL 1.1.1 Name of Work: Lucknow Metro Rail Corporation Ltd (LMRC) invites Open Tenders from eligible applicants, who fulfil qualification criteria as stipulated in Clause 1.1.3 of NIT, for the work, Contract LKCC-08: Civil, Architectural Finishes, Water Supply, Sanitary Installation, Drainage, External Development, Fire fighting, Fire detection, E&M Works and PEB Structures for Nine nos. Elevated metro stations (eight stations from K.D. Singh Babu Stadium Station to Munshipulia Station and one Amausi Metro station) on North South Corridor, Phase 1A of Lucknow Metro at Lucknow, Uttar Pradesh, India. The brief scope of the work and site information is provided in Employer Requirements (Volume 3). 1.1.2 Key details: Approximate cost of work Tender Security amount Completion period of the Work INR 155 Crores INR 1.55 Crores 14 months Tender documents on sale Cost of Tender documents Last date of Seeking Clarification Pre-bid Meeting 1.1.3 QUALIFICATION CRITERIA: From 24/07/2017 to 08/08/2017 (between 09:00 Hrs to 17:30 Hrs) on working days 23600/- (inclusive of 18% GST) (Demand Draft from scheduled commercial bank based in india in favour of Lucknow Metro Rail Corporation Ltd. payable at Lucknow.) 11/08/2017 Last date of issuing addendu m 23/08/2017 Date &time of Submission of Tender Date & time of opening of Tender Authority and place for purchase of tender documents, seeking clarifications and submission of completed tender documents 16/08/2017 @ 15:00 Hrs 08/09/2017 @ 15:00 Hrs 08/09/2017@ 15:30 Hrs Chief Engineer/ Contract, Lucknow Metro Rail Corporation, Administrative Building, Vipin Khand, Gomti Nagar, Near Dr. Bhimrao Ambedkar Samajik Parivartan Sthal, Lucknow-226010, Uttar Pradesh, India Email id: cecontractlmrc@gmail.com 1.1.3.1 Eligible Applicants: i. The tenders for this contract will be considered only from those tenderers (proprietorship firms, partnerships firms, companies, corporations) who meet LMRC/LKCC-08/Vol-1/NIT 1

requisite eligibility criteria prescribed in the sub-clauses of clause 1.1.3 of NIT. Joint Ventures and consortiums are not allowed ot participate in the tender. ii. A tenderer shall submit only one bid in the same tendering process. A tenderer who submits or participates in, more than one bid will cause all of the proposals in which the tenderer has participated to be disqualified. No tenderer can be a subcontractor while submitting a bid in the same bidding process. iii. Tenderers shall not have a conflict of interest. All Tenderers found to have a conflict of interest shall be disqualified. Tenderers shall be considered to have a conflict of interest with one or more parties in this bidding process, if: (a) a tenderer has been engaged by the Employer to provide consulting services for the preparation related to procurement for on implementation of the project; (b) a tenderer is any associates/affiliates (inclusive of parent firms) mentioned in subparagraph (a) above; or (c) a tenderer lends, or temporarily seconds its personnel to firms or organisations which are engaged in consulting services for the preparation related to procurement for on implementation of the project, if the personnel would be involved in any capacity on the same project. iv. The Tenderer/applicant must not have been blacklisted or debarred as on the due date of submission of bid by Government of India/ State Government / Government undertaking from participating in the tenders. The tenderer should submit an undertaking to this effect in Form of Tender. The tenderer shall also submit a Verification Statement to this effect as per preform placed at Annexure 1A of ITT. 1.1.3.2 Minimum Eligibility Criteria: A. Work Experience: The tenderers will be qualified only if they have completed work(s) during last seven years ending 30/06/2017 as given below: (i) At least one similar work ** each of value of Rs. 124 crores or more. (ii) Two similar work ** each of value of Rs. 77.5 crores or more. (iii) Three similar work ** each of value of Rs. 62 crores or more. Notes: ** Similar work for this contract shall be work involving Civil, Architechtural Finishing work including E&M works in Metro station/ building. (i) The tenderer shall submit details of works executed by them in the Performa of Appendix-17 of FOT for the aforesaid works to be considered for qualification of work experience criteria. The tenderer shall submit the name of sub contractors for undertaking E&M work including fire fighting & power supply works. The sub contractor will be eligible only if they have completed work(s) during last seven years ending 30/06/2017 as given below: At least one work of similar nature (E&M work in Metro station / building) of value of Rs. 25.87 crores or more. LMRC/LKCC-08/Vol-1/NIT 2

(ii) Two works of similar nature (E&M work in Metro station / building) of value of Rs. 16.17 crores or more. (iii) Three works of similar nature (E&M work in Metro station / building) of value of Rs. 12.94 crores or more. Sub-contractors proposed should be those meeting the above citeria. The tenderer should submit details of works executed by sub contractor in the performa of Appendix-19A of FOT for E&M work. The eligibility of the contractor/subcontractor shall be evaluated after award of work. The contractor shall be required to submit undertaking for engaging subcontractor in Appendix 19. Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual completion cost and actual date of completion for such work should be submitted. The offers submitted without this documentary proof shall not be evaluated. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all payments received and copy of final/last bill paid by client shall be submitted. Value of successfully completed portion of any on going work up to 30/06/2017 will also be considered for qualification of work experience criteria. For completed works, value of work done shall be updated to 30/06/2017 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender. In case of joint venture / Consortium, full value of thework, if done by the same joint venture shall be considered. However, if the qualifying work(s) were done by them in JV/Consortium having different constituents, then the value of work as per their percentage participation in such JV/Consortium shall be considered. The client s certificate clearly indicating the amount pertaining to the work of similar nature (Civil & Architectural finishes work in Metro station / building) and shall be furnished by the tenderer along with their submissions. B. Financial Standing The tenderers will be qualified only if they have minimum financial capabilities as below: (i) T1 Liquidity: The tenderer must have liquidity equal to cash flow requirement of value Rs. 18.98 crores for the contract. (a) The liquidity shall be ascertained from Net Working Capital {Current Assets (current liabilities + provisions)} as per latest audited balance sheet and/or from the Banking reference(s). (ii) (b) Banking reference(s) should contain in clear terms the amount that the Bank will be in a position to lend for this work to the applicant. In case the Net Working Capital (as seen from the Balance Sheet) is negative, only the Banking reference(s) will be considered, otherwise the aggregate of the Net Working Capital and submitted Banking reference(s) will be considered for working out the Liquidity. (c) The Banking references should be from a Scheduled Commercial Bank in India or from an International Bank of repute (in case of foreign vendors) acceptable to LMRC as per standard performa provided in ITT as Annexure- 8 and it should not be more than 3 months old as on the date of submission of bids. T2 - Profitability: Profit before Tax should be Positive in at least 2(two) year, out of the lastfive audited financial years. LMRC/LKCC-08/Vol-1/NIT 3

(iii) (iv) T3 - Net Worth: Net Worth of tenderer during last audited financial year should be >Rs 26.57 Crores T4 - Annual Turnover: The average annual turnover from construction of last five financial years should be >Rs. 106.29 crores. Notes: Financial data for latest last five audited financial years has to be submitted by the tenderer in Appendix-18 of FOT along with audited balance sheets. The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and signature. In case audited balance sheet of the last financial year is not made available by the bidder, he has to submit an affidavit certifying that the balance sheet has actually not been audited so far. In such a case the financial data of previous 4 audited financial years will be taken into consideration for evaluation. If audited balance sheet of any year other than the last year is not submitted, the tender may be considered as non-responsive. Where a work is undertaken by a group, only that portion of the contract which is undertaken by the concerned applicant should be indicated and the remaining done by the other members of the group be excluded. This is to be substantiated with documentary evidence. 1.1.3.3 Bid Capacity Criteria: Bid Capacity: The tenderers will be qualified only if their available bid capacity is more than the approximate cost of work as per NIT. Available bid capacity will be calculated based on the following formula: Notes: Available Bid Capacity = 2*A*N B Where, A = Maximum of the value of construction works executed in any one year during the last five financial years (updated to 30/06/2017 price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year). N = No. of years prescribed for completion of the work. B = Value of existing commitments (as on 30/06/2017) for on-going construction works during period of 14 months w.e.f. 01/07/2017. Financial data for latest last five financial years has to be submitted by the tenderer in Appendix-15 of FOT along with audited financial statements. The financial data in the prescribed format shall be certified by the Chartred Accountant with his stamp and signature in original. Value of existing commitments for on-going construction works during period of 14 months w.e.f. 01/07/2017 has to be submitted by the tenderer in Appendix-16 of FOT. These data shall be certified by the Chartered Accountant with his stamp and signature. 1.1.3.4 The tender submission of tenderers, who do not qualify the minimum eligibility criteria & bid capacity criteria stipulated in the clauses 1.1.3.2 to 1.1.3.3 above, shall not be considered for further evaluation and therefore rejected. The mere fact that the tenderer is qualified as mentioned in sub clause 1.1.3.2 to 1.1.3.3 shall not imply that his bid shall automatically be accepted. The same should contain all technical data as required for consideration of tender prescribed in the ITT. LMRC/LKCC-08/Vol-1/NIT 4

1.1.4 The Tender documents consist of: Volume 1 Volume 2 Volume 3 Volume 4 Volume 5 Volume 6 Volume 7 Notice Inviting Tender Instructions to Tenderers (including annexure) Form of Tender (including Appendices) General Conditions of Contracts Special Conditions of Contract (including Schedules) Employer s Requirements with Appendices Technical Specifications Tender Drawings Bill of Quantities Condition of Contract on Safety, Health & Environment (SHE) Ver 1.2 1.1.5 The contract shall be governed by the documents listed in Para 1.1.4 above along with latest edition of CPWD Specification, IRS Specifications & MTH Specifications. These may be purchased from the market. 1.1.6 The tenderers may obtain further information/ clarification, if any, in respect of these tender documents from the office of Chief Engineer / Contract, Lucknow Metro Rail Corporation, Administrative Building, Vipin Khand, Gomti Nagar, Near Dr. Bhimrao Ambedkar Samajik Parivartan Sthal, Lucknow - 226010 (email id: cecontractlmrc@gmail.com ) 1.1.7 All tenderers are hereby cautioned that tenders containing any material deviation or reservations as described in Clause E4 of Instructions to Tenderers and/or minor deviation without quoting the cost of withdrawal shall be considered as nonresponsive and is liable to be rejected. 1.1.8 Late tenders (received after date and time of submission of bid) shall not be accepted under any circumstances. 1.1.9 Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of submission of tenders and the last date of period of validity of the tender) from the LMRC/LKCC-08/Vol-1/NIT 5

date of submission of Tenders and shall be accompanied with a tender security of the requisite amount as per Annexure-6 of ITT in the form of a Bank Guarantee from Scheduled Commercial Bank in India, which shall be valid for a further period of 56 days beyond the validity period for the tender. 1.1.10 LMRC reserves the right to accept or reject any or all proposals without assigning any reasons. No tenderer shall have any cause of action or claim against the LMRC for rejection of his proposal. 1.1.12 Employer will award the Contract to the Tenderers whose Tender has been determined to be substantially responsive and compliant to the requirements contained in the Tender Documents and who has offered the Lowest Evaluated Tender Price. Variant bids are not allowed. Chief Engineer/ Contract Lucknow Metro Rail Corporation Ltd. LMRC/LKCC-08/Vol-1/NIT 6