DLI/BDD/EOI/

Similar documents
DLI/BDD/EOI/ EXPRESSION OF INTEREST FOR

ADDENDUM-1 to RFP / Draft Concession Agreement

Dated the oath August, 2018

NIT No 2/ OFFICE OF THE CHIEF ENGINEER(Roads), PWD, RAJASTHAN, JAIPUR.

EXPRESSION OF INTEREST (EOI) for

Telecommunications Consultants India Ltd. (A Government of India Enterprise) EOI Ref No. TCIL/13/STC/17 18/EoI/ISS February 26, 2018

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bangalore

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS) GOVERNMENT OF INDIA

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA) Plot No. G-5 & 6, Sector 10, Dwarka New Delhi

Presentation at Asian Highways Investment Forum. Performance based Maintenance Contracts for Highways

NOTICE INVITING TENDER (NIT)

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

BANGALORE INTERNATIONAL AIRPORT LIMITED. Administration Block, Kempegowda International Airport, Devanahalli, Bengaluru

DELHI METRO RAIL CORPORATION LIMITED

NATIONAL HIGHWAYS AUTHORITY OF INDIA (MINISTRY OF ROAD TRANSPORT & HIGHWAYS, GOVT.OF INDIA) Plot No. G-5 & 6, Sector 10, Dwarka New Delhi

BANGALORE INTERNATIONAL AIRPORT LIMITED INFORMATION DOCUMENT

DELHI METRO WELFARE ORGANISATION CONTRACT NO: DMWO-C1

NOTICE INVITING TENDER (NIT)

NOTICE INVITING TENDER (NIT)

Municipal Corporation of Greater Mumbai. Development of Solid Waste Management Sector Project at Greater Mumbai

ENGINEERING PROJECTS INDIA LIMITED

Design, Fabricate, Supply, Commission, Training and Maintenance of Airfield Crash Fire Tenders (ACFT)

NOTICE INVITING BID PUBLISHED IN DAILY NEWSPAPER SAKAL DATED

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

DELHI METRO RAIL CORPORATION LIMITED

REQUEST FOR PROPOSAL (RFP)

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LTD. Contract-NC-05

NOTICE INVITING TENDER (NIT)

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

DELHI METRO RAIL CORPORATION LIMITED CONTRACT: AE-04

CONTRACT NO: LKDD- 02

Bangalore International Airport Limited

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

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

NOTICE INVITING TENDER (e-tender)

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

QUERIES & RESPONSES DATE

Independent Engineer services for ****************** on DBFOT Basis under NHDP-Phase- <Month, Year>

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

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

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India REQUEST FOR PROPOSAL

INVITATION OF GLOBAL/OPEN BIDS

Experience of Implementing Transportation PPPs in India. Abhijit Bhaumik August 6, 2015

Gangtok Smart City Development Limited

Consultancy Services for preparation of Feasibility Study and Detailed Project Report for following Highway Sections in the State of Jammu & Kashmir

Notice Inviting Tender (NIT)

NOTICE INVITING TENDER (NIT)

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

DEPARTMENT OF INDUSTRIAL POLICY AND PROMOTION Ministry of Commerce and Industry, Government of India. National Competitive Bidding (NCB) REQUEST FOR

India: Public Private Partnerships in Highways Sector

S.No Original Clause Query Response from DMICDC 1. Experience of preparation of DPR s/detailed Master Plans including Business Plans for

Infrastructure Corporation of Andhra Pradesh Limited (INCAP) INFORMATION MEMORANDUM FOR THE PREPARATION OF. Expression of Interest

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/JV/NF.RLY/EOI DATE:

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

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

ROAD DEVELOPMENT IN INDIA

Dr. Pramod Kumar Anand JS (RC) & DG, NRRDA : : : D.O. # P-10021/1/2010/P-III August 4, 2010

REQUEST FOR PROPOSAL. Appointment of Project Development and Management Consultant. for Smart City Projects of Ujjain City. NIT No.

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

NOTICE INVITING TENDER (NIT)

NOTICE INVITING LIMITED E-TENDER

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

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

Responses to the Bidder Queries

DELHI MUMBAI INDUSTRIAL CORRIDOR DEVELOPMENT CORPORATION LTD. Website: or

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

NOTICE INVITING e-tender (NIT)

RESPONSE TO QUERIES (To Form Part of the Bid Document)

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

at 13:30 hrs

Corrigendum 2. Modifications in the Tender Document

NO. DOCUMENT IN PLACE OF PLEASE READ AS

Pre-Budget proposal of construction sector for

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

REQUEST FOR PROPOSAL (RFP) (International Competitive Bidding) NH Campus, Pensionbada, Raipur, Chhattisgarh

Swiss Challenge 1 SBI, CAG, Hyderabad

Construction & Maintenance

Addendum Tender for Rate contract for supply of contactless Smartcard Tender No. CMR/OPN/RC/Ticket Media /TEN-02/2017

Development of 3000 TPD Waste to Energy Project at Deonar, Mumbai on DBO basis. Instructions to Tenderers Bid No.:

STATION MANAGEMENT SERVICES (SMS ) TENDER

NOTICE INVITING TENDER (NIT) (e-tender)

REQUEST FOR PROPOSAL (e-procurement mode only)

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

Telecommunications Consultants India Ltd. (A Government of India Enterprise)

HIGHWAY ENGINEERING MODULE-IV

MAHARASHTRA ELECTRICITY REGULATORY COMMISSION

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

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

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

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

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

NOTICE INVITING TENDER

THE BRAITHWAITE BURN AND JESSOP CONSTRUCTION COMPANY LIMITED BBJ/DGM(P-V)/AN/JV/EOI DATE:

NOTICE INVITING TENDER (NIT)

MEGA/GD & AD/MP-L2/ 2016

EXPRESSION OF INTEREST (E.O.I.) FOR ENGAGEMENT OF INSURANCE BROKERS IN EASTERN INDIA

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

AN ISO 9001 & ISO COMPANY TENDER DOCUMENT. NIT No.: NRO/CON/738/667 date : FOR

Transcription:

DLI/BDD/EOI/073 24.01.2018 Expression of Interest to act as a lead member in a joint venture for participation in upgradation to 2 lane with paved shoulder/4 lane of Gagaria-Baori Kalan- Serwa-Bakhasar Section of NH-925 (Design Chainage 0+000 to 136+520) and Sata- Gandhav section of NH925A(Design Chainage 0+000 to 60+450)(Total length 196.970 km) under Bharatmala Pariyojna in the state of Rajasthan on EPC mode. Engineering Projects (India) Limited (EPI), under the aegis of Ministry of Heavy Industries & Public Enterprises, Govt. of India, is one of the Premier Engineering Services Organization of India engaged in execution of multi-disciplinary projects on turnkey basis in India & Overseas. EPI has executed projects of diverse nature such as Institutional Complexes, Commercial Buildings, Universities, Housing Complexes, Roads, Water Transportation Structures, Canals, Airports, Hangars, Runways, Infrastructure Development Works, Power plants, Process plants, Industrial plants, Material handling systems, Sports stadiums etc. NHAI has invited Request for Proposal (RFP) for upgradation to 2 lane with paved shoulder/4 lane of Gagaria-Baori Kalan-Serwa-Bakhasar Section of NH-925 (Design Chainage 0+000 to 136+520) and Sata-Gandhav section of NH925A(Design Chainage 0+000 to 60+450)(Total length 196.970 km) under Bharatmala Pariyojna in the state of Rajasthan on EPC mode. The scope of work will broadly include upgradation to 2 lane with paved shoulder/4 lane of Gagaria-Baori Kalan-Serwa-Bakhasar Section of NH-925 (Design Chainage 0+000 to 136+520) and Sata-Gandhav section of NH925A(Design Chainage 0+000 to 60+450)(Total length 196.970 km). and maintenance of the Project during the Defect Liability Period, which shall be 4 (four) years In view of above, EPI invites expression of Interest from reputed and experienced Company /Firm/Agency who are technically and financially sound and willing to act as a lead member of JV with EPI for execution of subject work. The Company /Firm /Agency should meet the following criteria: Technical Criteria a. Should have its own registered office in India and operating at least 05 years preceding the year 2017. (Certificate of incorporation or proof to be attached). Foreign company should have its own registered office in their country and operating atleast 05 years preceding the year 2017(certificate of incorporation or proof to be attached). b. Should have experience in EPC/PPP or Designing, Engineering, Procurement, construction and maintenance of Road Project.( Certificate or undertaking to be attached) i) Should have received payments for construction of Eligible Projects, or has undertaken construction works by itself in a PPP project, such that the sum total thereof is more than Rs. 1083.12 Crore over the past 5(five)financial years preceding the EOI due date.

However, receipts of less than Rs.90.26 Cr. of the amount specified as the Estimated Project Cost shall not be reckoned as receipts for Eligible Projects. ( Attach year wise payment receipts statements Project wise) ii) Should have completed at least one similar work of Rs. 225.65 Crore (Rupees Two Hundred Twenty Five Crore and Sixty Five Lakh Only) shall have been completed from the Eligible Projects in Category 1 and/or Category 3 specified in the EOI. For this purpose, a project shall be considered to be completed, if more than 90% of the value of work has been and such completed value of work is equal to or more than 25% of the estimated project cost (Attach experience certificate) Remark : The updation factor to update the price of eligible projects for the year indicated in table is given below i.e. for payment receipts Year Year 1 Year 2 Year 3 Year 4 Year 5 Updation 1.00 1.05 1.10 1.15 1.20 Factor a. Should have available Bid capacity at least Rs.541.56 Crore or more Bid capacity will be calculated as (AxNx2.5-B), whereas N= Number of years (2.0 yrs) prescribed for completion of work. A = Maximum value of civil engineering works in respect of EPC Projects executed in any one year during the last five years (updated to the price level of the year indicated in table below under note) taking into account the completed as well as works in progress. The EPC projects includes turnkey project/ Item rate Contract/ Construction works. B = Value (updated to the price level of the year indicated in table below under note) of existing commitments, works for which LOA issued and on-going works to be completed during the period of completion of the works for which BID is invited. S. no. Particulars Updation factor 1 Year-1 1.00 2 Year-2 1.05 3 Year-3 1.10 4 Year-4 1.15 5 Year-5 1.20 Any entity which has been barred by the Ministry of Road Transport & Highways or its implementing agencies for the works of Expressways, National Highways, ISC and EI works, and the bar subsists as on the date of Application, would not be eligible to submit the EOI.(undertaking to be attached) The entity including individual or any of its Joint Venture Member should, in the last 2(two) years, have neither failed to perform for the works of Expressways, National Highways, ISC &EI works, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder including individual or any of its Joint Venture Member, as the case may be, nor has been expelled or terminated by Ministry of Road Transport & Highways or its implementing agencies for breach by

such Bidder including individual or any of its Joint Venture Member.(undertaking to be attached) The entity including individual or any of its Joint Venture Member may provide details of all their on-going projects along with updated stage of litigation, if so, against the Authority / Governments. Note: Details if any, subject to acceptance of client The entity including individual or any of its Joint Venture Member may also provide details of updated on-going process of blacklisting if so, under any contract with Authority / Government. Note: Details if any, subject to acceptance of client Individual share of the entity will be considered if worked in joint venture for eligibility or experience as the case may be. Technical Capacity for purposes of evaluation "Eligible Experience" Category 1: Project experience on Eligible Projects in highways sector Category 2: Project experience on Eligible Projects in core sector Category 3: Construction experience on Eligible Projects in highways sector Category 4: Construction experience on Eligible Projects in core sector a) highways sector would be deemed to include highways, expressways, bridges, tunnels, runways, Railways (construction/re-construction of railway tracks, yards for keeping containers etc.), Metro Rails and Ports(construction/re-construction of Jetties, any other linear infrastructure including bridges etc.) and b) core sector would be deemed to include civil construction,cost of power sector, commercial setups (SEZs etc.), airports,, industrial parks/ estates, logistic parks, pipelines, irrigation, water supply, sewerage and real estate development. Eligible Experience in respect of each category shall be measured only for Eligible Projects. For a project to qualify as an Eligible Project under Categories 1 and 2: (a) It should have been undertaken as a PPP project on BOT, BOLT, BOO, BOOT or other similar basis for providing its output or services to a public sector entity or for providing non-discriminatory access to users in pursuance of its charter, concession or EPC Contract, as the case may be. For the avoidance of doubt, a project which constitutes a natural monopoly such as an airport or port should normally be included in this category even if it is not based on a long-term agreement with a public entity; (b) the entity claiming experience should have held, in the company owning the Eligible Project, a minimum of 26% (twenty six per cent) equity during the entire year for which Eligible Experience is being claimed;

(c) the capital cost of the project should be more than 10% of the amount specified as the Estimated Project Cost; and (d) the entity claiming experience shall, during the last 5 (five) financial years preceding the Application Due Date, have itself undertaken the construction of the project for an amount equal to at least one half of the Project Cost of eligible projects, excluding any part of the project for which any contractor or, sub-contractor or other agent was appointed for the purposes of construction (undertaking to be attached that all points a, b, c, d are fulfilled) For a project to qualify as an Eligible Project under Categories 3 and 4, the Applicant should have received payments from its client(s) for construction works executed, fully or partially, during the 5 (five) financial years immediately preceding the Application Due Date, and only the amounts (gross) actually received, during such 5 (five) financial years shall qualify for purposes of computing the Experience Score. However, receipts of work executed amount less than Rs 90.26 crore shall not be reckoned as receipts for Eligible projects. For the avoidance of doubt, construction works shall not include supply of goods or equipment except when such goods or equipment form part of a turn-key construction contract / EPC Contract for the project. Further, the cost of land and also cost towards pre construction activities (like shifting of utilities etc.) shall not be included hereunder. Factors for Experience across categories Factor Category 1.00 1 0.70 2 1.00 3 0.70 4 The Experience Score determined in accordance with Clause in respect of an Eligible Project situated in a developed country which is a member of OECD shall be further multiplied by a factor of 0.5 (zero point five) and the product thereof shall be the Experience Score for such Eligible Project. Experience for any Eligible Projects shall not be claimed by the entity where EPI is the main contractor. In other words, no double counting by a Joint Venture in respect of the same experience shall be permitted in any manner whatsoever. Maintenance works are not considered as eligible project for evaluation. As such works with nomenclature like PR, OR, FDR,SR, site/micro grading, surface renewal, resurfacing work, tarring, B.T. surface work, temporary restoration, urgent works, periodic maintenance, repair & rehabilitation, one time maintenance, permanent protection work of bank, external pre stressing, repair of central hinge, short term OMT contract of NHAI, any type of work related to border fencing, work of earthwork alone, construction of buildings/ hostels/hospitals, etc, or not specified, shall not be considered. The works such as Improvement in Riding Quality work (IRQP/IRQ), shall be considered for Technical Capacity but not for single completed works

Project in Highway sector shall constitute the following for the purpose of consideration under category 1 or 3 as applicable, if: (i) Widening / reconstruction / up-gradation works on NH / SH or on any category of road taken up under CRF, ISC/ El, SARDP, LWE (ii) Widening/ re-construction/up-gradation works on MDRs with loan assistance from multilateral agencies or on BOT basis, (iii) Widening/ reconstruction / up-gradation work of roads in Municipal Corporation limits, construction of Bypasses, (iv) Construction of stand- alone bridges, ROBs, tunnels w.r.t roads. (v) Long term OMT works of NHAI/ MoRT&H. The projects with the title of RIDF, PMGSY road, link road, city roads, rural road, sector/ municipality road, Bridges for railway line, work of metro rails (bridges/ tunnel), real estate projects which demonstrate road development/construction bridges or culverts may be considered under category 4. In case both the estimated cost of project and revised cost of project are provided, the revised cost of project shall be considered for evaluation. Financial Criteria (i) The Bidder shall have a minimum Net Worth ( Financial Capacity ) of Rs27.08Crores (Rupees twenty seven Crores and Eight Lakhs only) at the close of the preceding financial year. (ii) The Bidder shall have a minimum Average Annual Turnover (updated to the price level of the year indicated in table below) of Rs 108.31 Crores (Rupees One Hundred and Eight Crores &thirty One Lacs only) for the last 5 (five) financial years. Year Year-1 Year-2 Year-3 Year-4 Year-5 Up-dation factor 1.00 1.05 1.10 1.15 1.20 (Attach CA/Statutory Auditor Certificate) To arrive at the Experience Score for each Eligible Project. In the case of an Eligible Project situated in an OECD country, the Experience Score so arrived at shall be further multiplied by 0.5, in accordance with the provisions of Clause, and the product thereof shall be the Experience Score for such Eligible Projects. Experience for any activity relating to an Eligible Project shall not be claimed twice. In other words, no double counting in respect of the same experience shall be permitted in any manner whatsoever. EPI reserves the right to associate any member as Lead member in line with client s RFQ.No claim on this account whatsoever shall be entertained.

For calculating B (Balance work), updation factor to be applied at the rate 1,1.05,1.1,1.15& 1.20 for year 1,2,3,4 & 5 respectively i.e Balance work to be multiplied by updation factor as indicated. Construction shall not include supply of goods or equipment except when such goods or equipment form part of a turn-key construction contract/ EPC contract for the project. In no case shall the cost of maintenance and repair, operation of Highways and land be included while computing the Experience Score of an Eligible Project. For conversion of US Dollars to Rupees, the rate of conversion shall be 28 days prior to submission date. For avoidance of doubt it is further clarified that the Company/firm/agency and EPI required to satisfy JV requirements of NHAI s RFP collectively and individually. New JV shall cumulatively/collectively fulfill the 100% requirement. In case, entity is selected as JV member by EPI then it has to be ensured that they are well acquainted with NHAI requirement and fulfilling RFP requirement/ specified criteria considering all corrigendum/addendum, if any at the time of submitting/bidding to NHAI. Any relevant information, document or data which has been inadvertently left/ missed; and which is required as per NHAI s RFQ/RFP or addendum/corrigendum; and leading to qualifying for bidding may be accepted as ultimate aim is to meet RFQ/RFP requirement of NHAI. Foreign company who does not have office in India is required to mention their local representative and office address. In case, work is awarded by client to JV then permanent office as per client/epi requirement is to be opened immediately on receipt of LOI.( Certificate or undertaking to be attached) Company/firm/agency fulfilling the above eligibility criteria and willing to associate as a lead member with EPI may submit their technical and financial credentials including the check list by 08.02.2018 by 1500 Hrs (IST). (List of successful completed/ongoing projects, certificate from clients, Annual reports of last 5 years, Chartered Accountant s certificate of turnover, net worth & profitability, etc. as per RFQ or their corrigendum/addendum, if any, should be submitted). The envelope should be marked with EOI no.dli/bdd/eoi/073. EPI reserves the right to accept or reject any or all EOIs or annul this process without assigning any reason and liability whatsoever and to re-invite EOI at its sole discretion. Joint Ventures/Consortium is not allowed. Joint Venture Bid Agreement / consortium may be signed before submission of bid. Company/firm/agency is requested to visit regularly the EPI s website www.epi.gov.infor corrigendum, Addendum, Extension or Cancellation of this EOI. For NHAI corrigendum, addendum, reference, clarification etc please visit web site https://etenders.gov.in or official portal of NHAI i.e.http://www.nhai.org. DGM,BDD Business Development Division Engineering Projects (India) Limited (CIN-U27109DL1970GOI117585) 4 th Floor, Core-3, SCOPE Complex, 7, Lodhi Road, New Delhi 110003, India For any query kindly contact, Landline Tel: 011-24361666, Fax: 011-24363426, E-mail: bdd@epi.gov.in

Check List NAME OF THE WORK: Expression of Interest for associating with a lead member in a joint venture for participation in upgradation to 2 lane with paved shoulder/4 lane of Gagaria-Baori Kalan-Serwa-Bakhasar Section of NH-925 (Design Chainage 0+000 to 136+520) and Sata-Gandhav section of NH925A(Design Chainage 0+000 to 60+450)(Total length 196.970 km) under Bharatmala Pariyojna in the state of Rajasthan on EPC mode. DLI/BDD/EOI/073 Sl. No. Description Detail Remark EOI invited from Indian Company/Firm/Agency 1 Should have its own registered office in India/Foreign and operating at least 05 years preceding the year 2017. 2 Should have experience in EPC/PPP or Designing, Engineering, Procurement, construction and maintenance of Road Project 3 Should have received payments for construction of Eligible Projects, or has undertaken construction works by itself in a PPP project, such that the sum total thereof is more than Rs. 1083.12 Crore over the past 5(five)financial years preceding the EOI due date. However, receipts of less than Rs.90.26 Cr. of the amount specified as the Estimated Project Cost shall not be reckoned as receipts for Eligible Projects 4 ) Should have completed at least one similar work of Rs. 225.65 Crore (Rupees Two Hundred Twenty Five Crore and Sixty Five Lakh Only) shall have been completed from the Eligible Projects in Category 1 and/or Category 3 specified in the EOI. For this purpose, a project shall be considered to be completed, if Certificate of incorporation or proof to be attached Certificate or undertaking to be attached Attach year wise payment receipts statements Project wise Attach experience certificate Individual share of the entity will be considered if worked in joint venture for eligibility or

more than 90% of the value of work has been and such completed value of work is equal to or more than 25% of the estimated project cost 5 Should have available Bid capacity at least Rs.541.56 Crore or more 6 Any entity which has been barred by the Ministry of Road Transport & Highways or its implementing agencies for the works of Expressways, National Highways, ISC and EI works, and the bar subsists as on the date of Application, would not be eligible to submit the EOI. 7 The entity including individual or any of its Joint Venture Member should, in the last 2(two) years, have neither failed to perform for the works of Expressways, National Highways, ISC &EI works, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Bidder including individual or any of its Joint Venture Member, as the case may be, nor has been expelled or terminated by Ministry of Road Transport & Highways or its implementing agencies for breach by such Bidder including individual or any of its Joint Venture Member 8 The entity including individual or any of its Joint Venture Member may provide details of all their ongoing projects along with updated stage of litigation, if so, against the Authority / Governments. 9 The entity including individual or any of its Joint Venture Member may also provide details of updated on-going process of blacklisting if so, under any experience as the case may be. Attach calculation sheet Undertaking to be attached Undertaking to be attached Not applicable in case of NIL If Yes; details there off (Details if any, subject to acceptance of Client) Not applicable in case of NIL If Yes; details there off

contract with Authority / Government. (Details if any, subject to acceptance of Client) 10 For a project to qualify as an Eligible Project under Categories 1 and 2: (a) It should have been undertaken as a PPP project on BOT, BOLT, BOO, BOOT or other similar basis for providing its output or services to a public sector entity or for providing nondiscriminatory access to users in pursuance of its charter, concession or EPC Contract, as the case may be. For the avoidance of doubt, a project which constitutes a natural monopoly such as an airport or port should normally be included in this category even if it is not based on a long-term agreement with a public entity; Undertaking to be attached that all points a, b, c, d are fulfilled (b) the entity claiming experience should have held, in the company owning the Eligible Project, a minimum of 26% (Twenty Six per cent) equity during the entire year for which Eligible Experience is being claimed; (c) the capital cost of the project should be more than 10% of the amount specified as the Estimated Project Cost; and (d) the entity claiming experience shall, during the last 5 (five) financial years preceding the Application Due Date, have itself undertaken the construction of the project for an amount equal to at least one half of the Project Cost of eligible projects,

excluding any part of the project for which any contractor or, subcontractor or other agent was appointed for the purposes of construction 11 The Bidder shall have a minimum Net Worth ( Financial Capacity ) of Rs27.08Crores (Rupees Twenty Seven Crores and Eight Lakhs only) at the close of the preceding financial year. 12 The Bidder shall have a minimum Average Annual Turnover (updated to the price level of the year indicated in table below) of Rs 108.31 Crores (Rupees one hundred and Eight Crores &Thirty one Lacs only) for the last 5 (five) financial years 13 Any other information