TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum...

49
MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _________________________________________________________________________________ MEGA September 2016 Page 1 of 49 TENDER NOTIFICATION NO. MEGA/DDC/UG-SAT/SES/2016 Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India) 1 st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010 Gujarat, India TENDER NO.: MEGA/DDC/UG-SAT/SES/2016 VOLUME – I VOLUME I PART I Notice Inviting Tender (NIT) Instructions to Tenderers (ITT) Qualification cum Technical Requirements PART II APPENDIX A – Scope of Work APPENDIX B – Standard Proforma including Form of Agreement APPENDIX C – General Criteria PART III Condition of Contract Section I – General Conditions of Contract (GCC) Section II – Special Conditions of Contract (SCC)

Transcript of TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum...

Page 1: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 1 of 49

TENDER NOTIFICATION NO.

MEGA/DDC/UG-SAT/SES/2016

Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India)

1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010

Gujarat, India

TENDER NO.: MEGA/DDC/UG-SAT/SES/2016

VOLUME – I

VOLUME I PART I Notice Inviting Tender (NIT) Instructions to Tenderers (ITT) Qualification cum Technical Requirements PART II APPENDIX A – Scope of Work APPENDIX B – Standard Proforma including Form of Agreement APPENDIX C – General Criteria PART III Condition of Contract Section I – General Conditions of Contract (GCC) Section II – Special Conditions of Contract (SCC)

Page 2: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 2 of 49

TENDER NOTIFICATION NO.

MEGA/DDC/UG-SAT/SES/2016

Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

QUALIFICATION CUM TECHNICAL PACKAGE

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India)

1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010

Gujarat, India

TENDER NO.: MEGA/DDC/UG-SAT/SES/2016

VOLUME – I

PART-I

Notice Inviting Tender (NIT), Instructions to Tenderers (ITT) and

Qualification cum Technical Requirements

Page 3: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 3 of 49

Press Notifications

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India)

1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010

Gujarat, India

INTERNATIONAL COMPETITIVE BIDDING

Tender Notification for Tender No: MEGA/DDC/UG-SAT/SES/2016 Dated: 01-09-2016

Sealed Tenders are invited from reputed and experienced ‘Detailed Design Consultants’ for the work of Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of Ahmedabad Metro Rail Project Phase 1 for Metro Link Express for Gandhinagar and Ahmedabad (MEGA) Company limited. The Interested Tenderers may purchase the tender documents from MEGA’s office during office working hours between 11=00 AM to 06=00 P.M from 06-09-2016 to 17-10-2016 and between 11=00 A.M. to 12=00 noon on 18-10-2016, on Payment of non-refundable fee of Rs.5,000/- (Rupees Five thousand) only, in the form of Demand Draft / Banker’s Cheque drawn in favour of “Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Ltd.” payable at Gandhinagar (Gujarat). Any alterations in Eligibility Criteria cum Qualification Requirements, and terms of the Tender Document, or any amendment to the Tender Document, etc., will be uploaded on MEGA’s official website and individually intimated to the tenderers only, who have purchased the Tender Documents, without any obligation of press notification or other proclamation.

For further details, including NIT, ITT, Qualification cum Technical Requirements, etc., please log on to our web site www.gujaratmetrorail.com

Sd/- MANAGING DIRECTOR,

MEGA, Gandhinagar

Page 4: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 4 of 49

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd.

(A Joint Venture of Govt. of Gujarat and Govt. of India) 1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan,

Sector – 10 A, Gandhinagar-382010 Gujarat, India

PART-I: Notice Inviting Tender (NIT), Instructions to Tenderers (ITT) and Qualification cum Technical Requirements

Table of Contents

Notice Inviting Tender 6

Instructions to Tenderers

1. General Description 12

2 Qualification Cum Technical Package (Vol I & II) 16

3 Financial Package (Vol III) 17

4 Period of Validity of Proposal & Tender Guarantee 17

5 Submission of Tender 18

6 Confidentiality of the Processes 20

7 Evaluation of Proposal 21

8. Award of Contract 21

9 Performance Guarantee 22

10 Clarification 22

11 Date of Completion 23

12 Tender Preparation Cost 23

13 Rejection of Tender 23

Qualification Requirements Cum Eligibility Criteria

G 1.0 General Constitution and Organization of Tenderer 26

GR 1.0 General Requirement for Eligibility and Initial Filter 27

TR 1.0 Technical Requirement for Eligibility and Initial Filter 27

FR 1.0 Financial Requirement for Eligibility and Initial Filter 28

PR 1.0 Requirement for Deployment of Key Personnel 29

GG General Guidance for filling of forms 30

Annexure 1 Company Profile of Consultant 32

Annexure 2 Previous Experience including Qualifying Experience 34

Annexure 2A Summary of Annexure 2 38

Annexure 3 Statement of Three Best Work 39

Annexure 4 Financial Information of Tenderer 40

Annexure 5 Litigation History 41

Annexure 6 Details of Key Personnel to be Deployed 42

Page 5: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 5 of 49

Annexure 6A Proposed Organization Chart 43

Annexure 6B Details of Key Personnel to be Deployed 44

Annexure 7 Certificate for Non-Engagement of Middleman 45

Annexure 8 Abstract Chart for Initial Filter 46

Annexure 9 Verification Statement 48

Annexure 10 Tenderer’s Declaration 49

Page 6: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 6 of 49

PART-I: Notice Inviting Tender (NIT), Instructions to Tenderers (ITT) and Qualification cum Technical Requirements

TENDER NOTIFICATION NO: MEGA/DDC/UG-SAT/SES/2016, Date: 01-09-2016

NOTICE INVITING TENDERS

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Limited.

Our Ref: Date:

From: Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India)

1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010 Gujarat, India

To:

Sub: Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

Notice Inviting Tenders for TENDER NOTIFICATION NO: MEGA/DDC/UG-SAT/SES/2016, Date: 01-09-2016

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Limited invites Tenders for Detailed Design Consultancy Services for four Underground Metro Rail Stations and connecting tunnels vide Tender Notification No: MEGA/DDC/UG-SAT/SES/2016, Date: 01-09-2016

Page 7: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 7 of 49

The details of the tenders are as follows:

Tender No. MEGA/DDC/UG-SAT/SES/2016

Name of Work Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

Cost of Tender Document Rs.5,000 (Five Thousand) only

Tender Guarantee Amount Rs.1,50,000/ - as Bank-Guarantee.

Date of Issue of Tender Document On all working days between 06-09-2016 to 17-10-2016 (11:00 Hrs to 18:00 Hrs) and

on 18-10-2016 (11:00 Hrs to 12:00 Hrs only)

Last Date of Submission of Query/ Clarification from Tenderer

20-09-2016

Pre Bid Meeting To Be Held On 22-09-2016 at 11:30 Hrs (IST)

Last Date of Submission of Reply from Mega to the Tenderers

30-09-2016

Last Date of Submission of Filled-In Tender Document by Tenderer

18-10-2016, 15:00 Hrs

Opening of QCT Package and Tender Guarantee (Financial Package Will Not Be Opened On That Day)

18-10-2016, 15:30 Hrs

Consequent upon the tenderer having deposited the cost of the Tender Documents Rs.5,000 (Rupees Five Thousand only) for the work of providing Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I the Tender Documents describing the Qualification cum Technical Requirements, Scope of Work and the Terms and Conditions of Contract, etc. as detailed below shall be issued .

Tender Documents comprise:

VOLUME - 1

PART - I

• Notice Inviting Tender (NIT) • Instructions to Tenderers (ITT) • Qualification cum Technical Requirements

Page 8: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 8 of 49

PART - II • Appendix A - Scope of Work • Appendix B – Standard Proforma including Form of Agreement • Appendix C – General Criteria

PART - III • Conditions of Contract • Section I - General Conditions of Contract (GCC) • Section-II - Special Conditions of Contract (SCC)

VOLUME - 2 • Appendix D – GADs of the corridor to the extent available

VOLUME - 3 • Appendix E - Financial Package

Please note carefully the requirements for submitting tenders, and the date and time for submittal as furnished in the Instruction to Tenderers. Late or delayed tenders will not be accepted.

You may please log on to our web site www.gujaratmetrorail.com

Our Contract person for this tender is AGM - Construction/Procurement with mail-ID [email protected], Phone No. 079-26800000, Ext. no. 527

Sd/-

MANAGING DIRECTOR,

MEGA, Gandhinagar

Page 9: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 9 of 49

TENDER NOTIFICATION NO.:

MEGA/DDC/UG-SAT/SES/2016

Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

QUALIFICATION CUM TECHNICAL PACKAGE

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India)

1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010

Gujarat, India

TENDER NO.: MEGA/DDC/UG-SAT/SES/2016

VOLUME – I

INSTRUCTIONS TO TENDERERS (ITT)

Page 10: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 10 of 49

Disclaimer

The Tender Document No: MEGA/DDC/UG-SAAT/SES/2016 for Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I contain brief information about the Project and the Works to be executed and various steps involved in the tendering process. The information contained in the Tender Documents or subsequently provided to Tenderer(s), whether verbally or in documentary or any other form by or on behalf of Metro-Link Express for Gandhinagar and Ahmedabad (MEGA) Company Limited (hereinafter referred as “MEGA” or “the Company”) or any of its employees or Engineer is provided to Tenderer(s) on the terms and conditions set out in the Tender Documents and such other terms and conditions subject to which such information is provided.

The Tender Documents are not an agreement and is neither an offer nor invitation by MEGA to the prospective Tenderers or any other person. The purpose of the Tender Documents is to provide interested parties with information that may be useful to them in making their Tenders pursuant to the Tender Documents. The Tender Document includes statements, which reflect various assumptions and assessments arrived at by MEGA in relation to the Project or the work to be executed pursuant to this tendering process. Such assumptions, assessments and statements do not purport to contain all the information that each Tenderer may require. The assumptions, assessments, statements and information contained in the Tender Documents may not be complete, accurate, adequate or correct. Each Tenderer shall, therefore, conduct its own investigations and analysis and shall check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in the Tender Documents and obtain independent advice from appropriate sources.

Information provided in the Tender Documents to the Tenderer(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and shall not be regarded as a complete or authoritative statement of law. MEGA accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

MEGA, its employees and Engineer make no representation or warranty and shall have no liability to any person, including any Tenderer under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in the Tender Documents or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the Tender Documents and any assessment, assumption, statement or information contained therein or deemed to form part of the Tender Documents or arising in any way for participation in this tendering stage.

MEGA also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any Tenderer upon the statements/information contained in the Tender Documents.

MEGA may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in the Tender Documents. MEGA also reserves the right to change any or all conditions/ information set in the Tender

Page 11: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 11 of 49

Documents at any time by way of revision, deletion, updation or annulment through issuance of appropriate addendum as MEGA may deem fit without assigning any reason thereof

The issue of the Tender Documents does not imply that MEGA is bound to select a Tenderer or to appoint the selected Tenderer for constructing the work envisaged under the Tender Documents and MEGA reserves the right to reject all or any of the Tenderers or Tenders without assigning any reason whatsoever.

The Tenderer(s) shall bear all its costs associated with or relating to the preparation and submission of its Tender including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by MEGA or any other costs incurred in connection with or relating to its Tender. All such costs and expenses will remain with the Tender and MEGA shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a Tender in preparation for submission of the Tender, regardless of the conduct or outcome of the tendering process.

Page 12: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 12 of 49

TENDER NO.: MEGA/DDC/UG-SAT/SES/2016

INSTRUCTIONS TO TENDERERS

1.0 GENERAL DESCRIPTION

Metro-Link Express for Gandhinagar and Ahmedabad Company Limited (MEGA), a Special Purpose Vehicle established under the Companies Act, 1956 (hereinafter referred to as “MEGA” or “the Company” or “the Employer” or “the Client”), invites Tenders under single stage two packet system for Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I as per terms and conditions contained in Tender No. MEGA/DDC/UG-SAT/SES/2016

A total of two depots are being planned for the above Project, out of which location / land for two depots – one at Gyaspur to cater the need of North-South Corridor and the second at Apparel Park to cater the need of East-West Corridor, have been finalized. The depot is being developed with full heavy repair facilities, stabling and light inspection facilities and both these depots will have test tracks.

The mode of traction is Third Rail with 750-volt DC. The track will be Standard Gauge (1435mm) as decided by competent authority. The Project is proposed to be brought into operational use in various stages, as provided in the DPR and the Phase-1 under Consideration is scheduled to be commissioned in March-2018 and have two distinct routes on

(i) East-West Corridor consisting of double track elevated line between Thaltej Gam Station to Ashram Road and then up to start of West Ramp of UG Portion including portion coming on Sabarmati River- bed and then further double track elevated line as between Elevated portion before Apparel Park Station to Vastral Gam having total elevated route length of 12.767 km and in between further Section- EW-UG as underground stretch of about 6.335 km starting from just before Shahpur Station and just ending before Apparel Park Station as per GAD Drawing enclosed

And

(ii) North-South Corridor consisting of double track elevated line as all elevated section corridor between APMC Station to Old High Court Station and further double track elevated line between Elevated portion after Old High Court to Motera Stadium Station having total elevated route length of 18.632 km with Old High Court station being interchange station between E-W & N-S corridor.

1.1 This Tender No: MEGA/DDC/UG-SAAT/SES/2016 is for Tender for “Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I”

The tenders are to be submitted in 2 packages as under:

Package 1 “Qualification cum Technical Package” comprises of Volume I & II of Tender, and Package 2 comprises of “Financial Package” Volume III of Tender.

Both the packages are further packed on one outer envelope along with the appropriate Tender-Guarantee.

1.2 The tender can be submitted either as Individual Entity or partnership firm or a company

Page 13: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 13 of 49

registered under provision of Companies Act 1956 or, herein after referred to as ‘Tenderer’.

1.3 In case, the Tenderer is a consortium, its Tender shall clearly state that members in the consortium will be “jointly and severally” responsible for performance under the Contract. A detailed Consortium Agreement between the Members of such Consortium stating clearly their inter-relationship and division of work and obligations among the Members as mentioned below shall be submitted along with the Tender for detailed examination by MEGA. The format of the Consortium Agreement is annexed as Appendix B-10.

Further, a Power of Attorney signed by all the Consortium Members duly supported by their board resolutions must also accompany the Tender authorizing the Lead Member, inter alia, to submit the Tender on their behalf. The formats of the Power of Attorney as well as the board/Appropriate Authority- resolution are annexed as Appendix B-4 and Appendix B-9. As the Contract Agreement will be required to be executed by all other Members of the Consortium also in addition to signing by the Lead Member, therefore each of such other Members is required to issue a Power of Attorney authorizing an individual as its authorized signatory, inter alia, to sign the Contract Agreement. The format of the Power of Attorney is annexed as Appendix B-6.

Every Tenderer, be it a single entity or a consortium, is required to submit along with its Tender a Power of Attorney duly signed and stamped and supported by its board resolution authorizing an individual as its authorized signatory, inter alia, to sign and submit the Tender. The formats of the Power of Attorney as well as the board resolution are annexed as Appendix B-5 and Appendix B-7 & B-8. In case of a consortium, such power of attorney and board resolution must be executed and passed respectively by the Lead Member, agreeing to do role of the Lead Member and to be jointly and severally responsible and liable to MEGA and in case of failure of any member/s, to take over and complete the task of failing member with full responsibility and liability towards the tender/contract on behalf of the Joint Venture.

The mode of execution of the power of attorney shall be in accordance with the procedure, if any laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same shall be under common seal affixed in accordance with the required procedure.

For a Power of Attorney executed and issued overseas, the document will also have to be legalized by the Indian Embassy and/or notarised in the jurisdiction where the Power of Attorney is being issued. However, the Power of Attorney provided by a Bidder from a country which has signed The Hague Legislation Convention 1961 is not required to be legalized by the Indian Embassy if it carries a conforming Apostille certificate.

1.4 Joint venture/consortium is permitted to take part in the tender, but, with limit of maximum two members only, in which the Lead member shall have at least participating proportion of 70% in the JV/Consortium and the other member shall have a minimum participation of 20% in the JV/Consortium

Where the Tenderer is a Consortium, the Tenderer shall update the following information (in the Qualification cum Technical Package) furnished.

(a) Consortium Agreement as submitted with the Tender to be duly registered in India by the successful Tenderer.

(b) nomination of one of the Members of the Consortium to be in-charge (“Lead member”); and this authorisation shall be covered in the Power of Attorney signed by the legally authorised signatories of all Members of Consortium;

(c) details of the intended financial participation by each member shall be furnished with complete details of the proposed division of responsibilities for the work and relationships among the individual Members.

Page 14: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 14 of 49

(d) The Lead member shall be authorised to incur liabilities, receive payment (if provided for in Consortium Agreement) and receive instructions for and on behalf of any or all Members of the Consortium.

(e) All members of the Consortium shall be jointly and severally responsible for the execution of the Contract in accordance with the terms and conditions of the Contract.

(f) The Tender shall be signed so as to be legally binding on all the Members of the Consortium.

1.4.1 The Tenderer shall submit with the Tender full details of its ownership and control or, if the Tenderer is a Consortium, full details of ownership and control of each Member thereof.

1.4.2 Any Indian Tenderer, or Indian Members of a Consortium shall submit, a copy of the Permanent Account Number (PAN) issued by the Income Tax Authorities and a certified copy of the last 3 years (including the latest Financial Year) income tax return, duly acknowledged by the Income Tax department with their Tender and the Qualification cum Technical Package.

1.4.3 Each Tenderer (each Member in the case of a Consortium) is required to confirm and declare with its Tender that no agent, middleman or any intermediary has been, or will be, engaged to provide any services, or any other item or work related to the award and performance of this Contract. Such Tenderer or Member will have to further confirm and declare in the Tender that no agency commission or any payment which may be construed as an agency commission has been, or will be, paid and that the Contract Price will not include any such amount. If the Employer subsequently finds to the contrary, the Employer reserves the right to declare the Tenderer as non-compliant, and declare any Contract if already awarded to the Tenderer to be null and void. Specific declaration to this effect exactly as per Annexure 7 of Qualification cum Technical Requirements shall be submitted with the Qualification cum Technical Package.

1.4 The Employer requires that Tenderers and Consultants observe the highest standard of ethics during the tendering and execution of this contract. In pursuance of this policy, the Employer:

(i) Will reject the Tender for the Works or rescind the Contract if the Employer determines that the Tenderer / Consultant have engaged in corrupt or fraudulent practices.

(ii) Will declare a Tenderer / Consultant ineligible, either indefinitely or for a stated period of time, to be awarded a contract, if the Employer at any time determines that the Tenderer / Consultant has engaged in corrupt or fraudulent or coercive or undesirable or restrictive practices in competing for, or in executing the Contract.

1.5 It should be noted that the ‘Tenderer’ shall not combine itself with those of a Construction contractor and/or manufacturer and shall furnish an undertaking to the effect that the ‘Tenderer’ agrees to limit its role to that of a consultant and/or designer and to disassociate itself, its associates/affiliates from work in any other capacity (including tendering relating to any goods or services for any part of the work) on this work other than that of consultant and/or designer. A firm shall submit only one tender either individually or as a member of a joint venture/group. No firm can be a sub consultant while submitting a tender individually or as a member of a joint venture/group in the same tender process. A firm, if acting in the capacity of sub consultant in any tender may participate in more than one tender, but only in that capacity. If a Tenderer submits a tender in his own name and at the same time as a member of a consortium/ joint venture, both tenderers will be disqualified.

1.7 If, in connection with the performance of the consulting services, any Tenderer intends to borrow, hire temporarily, personnel from contractors, manufacturers or suppliers, the Tenderer must include in their proposal all relevant information about such personnel. In such

Page 15: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 15 of 49

case, the Tenderer will be acceptable only if those contractors, manufacturers, and suppliers disassociate themselves from this work (including tendering relating to any goods or services for any other part of this work) other than that of consultant.

1.7.1 NOT USED

1.8 NOT USED

1.9 NOT USED

1.10 SCOPE OF SERVICES FOR THE WORK:

The Detail Design Scope of Service for the Consultant, in detailed manner, is described in the Scope of Work / Employer’s Requirements and also in Appendix A.

1.10.1 The scope of services to be provided by the detailed design Consultant generally include, but are not limited to:

(a) Scope of SES/CFD Computer Simulations:

The Consultant shall carry out all the required computer simulation analysis of the complete tunnel ventilation system for the entire Ahmedabad Metro Underground Corridor including stations and trackway fire scenarios, utilising the latest version of the Subway Environmental Simulation (SES) and validated 3-dimensional Computational Fluid Dynamics (CFD) computer software.

(b) Scope of Sizing the TVS and Major ECS equipment:

Utilising the SES/CFD results, the Consultant shall size the following TVS and major ECS equipment: i) Size and quantity of each TVS equipment:

• Capacities including the fan head (H-value) for all the tunnel ventilation fans (horizontal / vertical), booster/jet fans, trackway exhaust fans

• sizing of the tunnel motorised dampers • sizing of the TV shafts and plenums • preliminary size of fan rooms and nozzle areas • preliminary sizes of Trackway Exhaust Fans (TEF) and sizing of OTE ducts • preliminary booster/jet fan niches in tunnels (typical)

ii) Size and quantity of each ECS equipment:

• Total cooling load (station and tunnel) requirement and breakdown of cooling loads • Capacity of each Chiller (Air Cooled Chillers as optional) • Capacity of each Chilled and Condenser Water pumps (water flow-rate) • Capacity of each Cooling tower • Capacity of each Air Handling Unit (cooling load and water flow rates) • Capacity of each Fan Coil Unit (cooling load and water flow rates) • Capacity of each Air-cooled chillers and fan coil units for 24-hr critical rooms

1.10.2 Designated Consultants and Contractors:

The successful Tenderer shall be required to interface closely with the design consultants/Contractors appointed by MEGA and the civil / structural and system wide Consultants/Contractors working on the Project.

The Tenderers’ attention is drawn to the requirement that access to the Site or parts of the

Page 16: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 16 of 49

Site will, from time to time, have to be shared with other Consultants carrying out works on, or in the vicinity of the Site including, without limitation, works relating but not limited to:

a) Tunnel Work

b) Passenger Rolling Stock (Electric Multiple Units);

c) Track work;

d) Power Supply and Distribution System, Third Rail dc and SCADA System;

e) CBTC Work

f) Telecom Work, AFC, PSD

g) Any other concerned / relevant contract to be placed / being placed by MEGA for Project.

1.10.3 Not Used

1.11 SOURCE OF FUNDS

The Project is financed partly through budgetary resources of Government of Gujarat, Government of India and partly through loans from local banks and/ or Japan International Cooperation Agency (JICA).

1.12 ELIGIBLE SOURCE COUNTRIES FOR SERVICES

There are no restrictions on the country of origin of services to be provided under the Contract but Bidders are encouraged to adopt Indian sources to the maximum possible extent. However, all services shall be to the satisfaction of the Employer. The information on all services included in the Consultant’s Proposal and incorporated into the Contract shall not, in any event, be construed as a submission to the Employer under the Contract. The Consultant will be required to take specific approval of the Employer for deployment of services in accordance with the Conditions of Contract and Employer’s Requirements.

1.13 COST OF TENDERING

The Tenderer shall bear all costs associated with the preparation and submission of its Tender and the Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the tender process. The Tender Documents are not transferable.

2.0 QUALIFICATION CUM TECHNICAL PACKAGE (VOL I & VOL II)

2.1 The “Qualification cum technical package cover” shall be clearly labelled “QUALIFICATION CUM TECHNICAL PACKAGE” and will comprise the following:

Attested copy of Power of Attorney in favour of the person to enable him to sign and submit the Tender.

Power of Attorney from each member of the JV/Consortium in favour of the person signing and submitting the Tender,

Agreement of Joint Venture/Consortium, clear stating extent of participation percentage of both members and clearly identifying the broad responsibility of each member separately for this tender and authorized signature of both members on the same.

Qualification - Requirements duly filled up with the details as needed in the proforma. Understanding and comprehension of the work involved. The general approach and methodology proposed for carrying out the services covered in

the Scope of Work, including such detailed information as deemed relevant. A detailed overall work programme and a bar chart indicating the duration and timing of

assignment of each key staff or other staff member assigned for tender. An organisation chart together with clear description of the responsibilities of each key

Page 17: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 17 of 49

staff member within the overall work programme for the tender. A task list of deliverables and delivery dates, and the person responsible for performing

the deliverable. The name, background and professional experience of each key staff member to be

assigned to the project, with particular reference to his experience of a nature similar to that of the proposed assignment. (The majority of the key staff shall be regular members of the firm for at least six months prior to submission of tender).

Details of design facilities, equipments including hard-wares and software shall be provided.

2.2 The offer shall cover the entire Scope of Work as laid out in Appendices and the tenderer

shall fully apprise himself of the condition that price quoted by him are sufficient to cover all expenses to be incurred by the tenderer in course of carrying out of providing of Detailed Design Consultancy Services as per terms of the tender.

No information relating to estimated costs or financial terms of the services shall be included in the Qualification cum Technical Proposal. Tenderer must not indicate directly or indirectly their financial proposal anywhere in Qualification cum technical proposal or tender guarantee cover or any other documents in the Qualification cum technical proposal. Any such disclosure at any place other than the financial package shall result in summary rejection of whole of the proposal of the concerned Tenderers.

3.0 FINANCIAL PACKAGE (VOL III)

3.1 The Financial package cover shall be clearly labelled “FINANCIAL PACKAGE” and will comprise of the Financial Proposal only.

3.2 The financial proposal, which is enclosed at Appendix E in Volume III of the Tender Document, shall be separately completed and submitted in a separate sealed envelope as Financial Package (Volume-III).The Lump Sum prices entered in the Appendix E2 shall include all costs associated with the contract (including Service Tax, which is to be indicated separately – Please refer foot note at Appendix E2) .The price quoted will cover remuneration for staff, transportation, site visits, equipment, printing of documents, surveys, etc. Your financial proposal shall be prepared by using, but not limited to, the formats attached in the Appendix E1 to Appendix E4.

3.3 The Tenderer may quote for any number of tenders covered in present tender notice if he chooses to take part in more than one tender. However, the instructions contained in para 1.7 above may be referred in this regard. The quoted price shall cover all activities as laid down in Appendices A, B, C & E (for a particular tender so chosen by the Tenderer to quote), that are required for:

• Services to be performed prior to the award of Underground construction contracts and

• Support Services to be provided during testing, trial run and final commissioning of the Underground corridor under the scope till Revenue Operation Date.

3.4 NOT USED

3.5 The Tenderer’s offer shall be inclusive of all taxes and duties payable by them. Income Tax and any other statutory taxes to be deducted at source, if any, will be deducted by the Employer in accordance with the Income Tax Act and any other acts in force and in accordance with instructions issued by the Authorities on this behalf, from time to time. In case any new tax introduced by Indian Government by new legislation, the resulting additional amount of tax will be extra and will be reimbursed by MEGA on production of proof of payment. However, before payment of such additional newly introduced taxes, the successful bidder shall obtain prior approval of the employer.

Page 18: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 18 of 49

4.0 PERIOD OF VALIDITY OF PROPOSAL AND TENDER GUARANTEE

4.1 The offer submitted by the tenderer shall be valid for a period of 120 days from the last date of submission of the tender, with a provision that it will be suitably extended on request of MEGA.

4.2 “Tender Guarantee” in the form of an irrevocable Bank Guarantee, from an Indian Scheduled Bank (excluding Co-operative bank) acceptable to MEGA. A sum of Rupees One lakh Fifty thousand (Rs.1,50,000/-) only will be required to be submitted along with the tender, with a validity period of 150 days from the last date of submission of tender and with a provision that it shall be suitably extended on the request of MEGA. This “Tender Guarantee" shall be in the format included in Appendix B2. In case of joint venture/consortium, Tender Guarantee must be in the name of Joint Venture/consortium

4.3 The "Original Tender Guarantee” is to be submitted in a separate sealed envelope duly marked “Tender Guarantee” and kept inside the Main Tender envelope along with envelope for “Qualification cum Technical Package” & “Financial Package” at the time of Tender submission. The ‘Tender Guarantee’ envelope will be opened first in the presence of the tenderers to determine compliance of “Tender Guarantee” requirement. Offers submitted without the “Tender Guarantee” or with “Invalid Tender Guarantee” or in improper form will be summarily rejected. For such offers “Qualification cum Technical Package envelope” & “Financial Package envelope” will not be opened at all.

4.4 The “Tender Guarantee” of the successful tenderer will be returned upon receipt of a Performance Guarantee and the signing of the Contract Agreement as required herein.

4.5 The “Tender Guarantee” furnished by unsuccessful tenderers will be returned after the successful tenderer has accepted unconditionally the “Letter of Acceptance” and returned one copy of the same duly signed. However, the Tender-Guarantee of the tenderers, who could not qualify for opening of their Financial Package, will be returned after opening of Financial Packages of other eligible Tenderers.

4.6 MEGA reserves the right to forfeit the “Tender Guarantee” under the following circumstances:

• Withdrawal of tender during period of tender validity • failure to sign the Contract if so awarded to the Tenderer; • failure to submit a Performance Guarantee • if the tenderer does not accept the correction of his quoted price, if errors are detected • failure on part of successful tenderer to enter into contract within the time limit

5.0 SUBMISSION OF TENDERS 5.1 Tender submittals comprising of “Tender Guarantee envelope”, “Qualification cum Technical

Package envelope” and “Financial Package envelope” as detailed above shall be accepted by MEGA in the office of:

MANAGING DIRECTOR Metro–Link Express for Gandhinagar & Ahmedabadad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India) 1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010 Gujarat, India

5.2 MEGA may, at its discretion, extend this date for the submission of tender by amending the Tender Documents, in which case all rights and obligations of MEGA and the Tenderer previously subject to the original date shall thereafter be subject to the new deadline as extended. If such nominated date for submission of tender is subsequently declared as a Public Holiday by MEGA or happens to be non-working day for MEGA due to any reason, then the next official working day shall be deemed as the date for submission of tender.

Page 19: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 19 of 49

5.3 All the pages, supporting papers / documents submitted along with the tender shall be signed with full or initial signature by the authorized signatory and stamped, however, all the pages of filled in Financial Package/ Pricing Documents shall be signed with full signature only by the authorized signatory and stamped. Moreover, the specimen of initial and full signatures of the authorized signatory to be submitted with self-certification. Tenders not containing full information as regards to qualification - requirements and Technical Proposal are liable for rejection. The proposals must be signed as detailed below:

i) By the proprietor in case of proprietary firm

ii) By the partner holding the power of attorney in case of a firm in partnership (a certified copy of the power attorney shall accompany the proposal).

iii) By duly authorized person holding the power of attorney in case of a Private Ltd or Limited company or corporation (a certified copy of the power attorney shall accompany the proposal) as authorized by their Board Of Directors/Appropriate Authority.

iv) By duly authorized person holding the power of attorney furnished on behalf of both members of Joint Venture/Consortium, as the case be.

5.4 Tenders shall be submitted in person to the designated Office. MEGA cannot take any cognizance of and shall not be responsible for delay in transit.

5.5 Tenders sent telegraphically or through other means of transmission (telefax etc.) which cannot be delivered in a sealed envelope shall be treated as defective, invalid and shall stand rejected.

5.6 Any tender received in the designated office after the deadline prescribed for submission of tenders will not be accepted under any circumstances.

5.7 For sealing and submission of the Tender, the Tenderers shall follow the procedure as indicated below:

5.7.1 Qualification cum Technical package and Financial package will be submitted in two sets one marked “Original” and the other marked ‘Copy” (Copy shall be photo copy of the Original, but duly attested by the person signing the tender on each page of the Tender)

5.7.2 The tenderers are required to submit three separate sealed envelopes, marked as envelop -1, envelope -2 and envelope -3 duly labelled viz., envelope -1 containing the “Tender Guarantee”, envelope -2 containing the original and copy of Qualification cum Technical Package containing interalia all qualification information required as per format given in Volume-I and drawings given in Vol II and envelope -3 containing original and copy of Financial Package as per format given in Volume-III. These three envelops will be wrapped in an outer envelope addressed to designated officer, duly super scribing on top the Tender Notice No., Tender No., name of the work, time and date of submission. The envelope shall also bear the name and address of the Tenderer.

Envelope -1 shall contain :(i) original Tender Guarantee Document along with a copy thereof.

Envelope- 2 shall contain :(i) ‘Original Qualification cum Technical Package’ as per format given in the Vol I & Vol II of the tender document in one envelope and ‘copy’ in another envelope both to be put under envelope-2.

Envelope-3 shall contain :(i) Original Financial Package (in one envelope)

(ii) Copy of Financial Package (in another envelope) both to be put under envelope-3

Hence, the outermost envelope/package will contain seven sealed inner envelopes.

5.7.3 The outer envelope shall be duly superscripted

(i) The address of the Employer as follows,

Page 20: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 20 of 49

MANAGING DIRECTOR Metro–Link Express for Gandhinagar & Ahmedabadad (MEGA) Company Ltd. (A Joint Venture of Govt. of Gujarat and Govt. of India) 1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan, Sector – 10 A, Gandhinagar-382010 Gujarat, India

(ii) Name and address of the tenderer, Tender Notice No MEGA/DDC/UG-SAT/SES/2016. and Date and time of the opening of the tender

5.7.4 The inner envelopes shall also indicate the name and address of the tenderer and the content in brief like Tender Guarantee, Qualification cum Technical Package in original Qualification cum Technical Package copy, Financial Package original, and Financial Package copy.

5.7.5 No responsibility will be accepted by the MEGA for the opening out of the envelopes due to wrong/ bad/ deficient sealing or marking or other causes contrary to the aforesaid instructions.

5.7.6 MEGA reserves the right to reject any Proposal if:

(a) at any time, a material misrepresentation is made or uncovered, or

(b) the Bidder does not respond promptly and thoroughly to requests for supplemental information required for the evaluation of the proposal

5.7.7 Consultants are expected to examine all terms and instructions included in the document. Failure to provide all requested information will be at consultant's own risk and may result in rejection of proposal.

5.8 TENDER OPENING

5.8.1 At 15.30 hrs (IST) on the last day of submission of tenders, the received tenders will be checked for completeness of submission by the tenderers. Authorised representative of MEGA will open the envelope containing the Tender Guarantee in front of the tenderers who wish to be present. The “Tender Guarantee” will be checked for its acceptability viz. issuing bank, requisite value, approved format and validity, etc. In case submitted Tender Guarantee is prima facie acceptable, the Qualification cum technical package of the said tender will be opened. The tenders not containing Tender Guarantee or containing invalid Tender Guarantee or containing Tender Guarantee which is not as per the approved format will be rejected and the Qualification cum Technical and Financial Packages- covers will not be opened at all.

5.8.2 Once “Tender Guarantee” is found to be acceptable, the “Qualification cum Technical Package” will be opened and checked for its completeness against the required documents. The “Qualification cum Technical Package Evaluation” shall be carried out as per details given in Annexure –8 and as per Para 7.0. The “Financial Package” of the eligible tenderers will be placed in a secure box and held by GC / MEGA to be opened later.

5.8.3 Financial package shall be evaluated of only those tenderer(s) who qualifies the qualification requirements and Evaluation criteria as detailed in Annexure-8 and whose technical submissions is found to be acceptable after passing/qualifying the Filter Criteria.

5.8.4 Financial package will only be opened at a later date with prior intimation to tenderers, who are found to be successful in Qualification cum Technical Package. The Financial Package of the tenderers, who do not qualify the qualification requirements and Evaluation criteria as detailed in Annexure-8, will be returned unopened along with their Tender Guarantee.

5.8.5 MEGA will later commence tender evaluation of "Financial Package" under conditions of confidentiality.

6.0 CONFIDENTIALITY OF THE PROCESS

6.1 Except the public opening of tender, information relating to the examination, clarification,

Page 21: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 21 of 49

evaluation and comparison of tenders and recommendations concerning the award of Contract shall not be disclosed to tenderers or other persons not officially concerned with such process.

6.2 Any effort by a tenderer to influence the Employer/Engineer in the process of examination, clarification, evaluation and comparison of tenders and in decisions concerning award of contract, may result in the rejection of the tender.

6.3 Any fresh or supplementary proposal/information/suggestion/submission by the Tenderer to MEGA at any time after the as notified last date and time of submission of tender, unless the same has been specifically asked by MEGA in writing, will be tantamount to undue influence by the Tenderer in evaluation of the Tender and may result in the rejection of the Tender.

7.0 EVALUATION OF PROPOSALS

7.1 Evaluation of Qualification Requirements cum Eligibility Criteria

The evaluation committee appointed by MEGA will, keep in view the contents of Clauses 2.1 and 2.2 above, carry out Qualification Requirement and Eligibility Criteria as per Annexure 8 and further detailed evaluation of Qualification cum Technical Package, based on submitted Qualification cum Technical Packages, to determine that the tenderer meets the qualification requirements and also has a full comprehension of the work of the contract.

The Evaluation criterion is based on the responses of the Tenderer against the ABSTRACT CHART FILTER as defined in Annexure-8 in the Requirements for Qualification Document under relevant Para including Para RF.0 and its sub-para. First of all, Initial Filter for the Tenderers will be carried out based on question no 7 of Annexure 8 of Requirements for Eligibility in terms of Para GR, TR, FR, PR and their Sub-Para of Requirements for Qualification and any tenderer not satisfying any of these Eligibility Criteria will be considered as non-compliant and no further evaluation will be carried out and the tenderer will not be eligible for opening of their Financial Package. The responses of the Tenderer will be verified from their submissions made under Annexure 1 to Annexure 10 and their other submissions.

All tenderers who qualify the Initial Filter as mentioned in above para based on question no 7 of Annexure 8, will be evaluated further for their technical, financial and other capabilities, based on the responses and submissions of Tenderer against all other Filter Criteria as per Annexure 8, Clauses 2.1 and 2.2 of Instruction to Tenderer. Tenderers who are evaluated to be substantially responsive and compliant to the tender conditions, will be considered for opening of their Price-Part/Financial Package.

7.2 Financial Evaluation

Financial Packages of all the Tenderers, who are meeting Qualification cum Technical Requirements and Eligibility Criteria and evaluated to be substantially responsive and compliant to the tender conditions as mentioned in above para 7.1, shall be opened on a date to be fixed later and intimated to all to enable them to be present in the opening if they so wish. MEGA will notify all such tenderers to attend the opening of the Financial Packages. The Financial Packages/ Proposals will then be opened in presence of the tenderers who choose to be present and the prices announced. If there are any arithmetical errors, the same will be corrected and the Tenderer having lowest evaluated price would be preferred as the successful Tenderer. In case of two or more Tenderers having the same lowest evaluated price, tenderer who is evaluated technically superior in terms of total nos. of Elevated Station designed in three of their best contracts for DDC would be preferred as the successful Tenderer.

8.0 AWARD OF CONTRACT

8.1 Prior to the expiration period of proposal validity/ extended validity, the Employer will notify the successful bidder who submitted the lowest financial proposal among the qualified bidders in technical evaluation, in writing by registered letter, cable telex or facsimile. MEGA is not bound

Page 22: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 22 of 49

to award the Contract to the lowest tenderer or to accept any tender and reserves its rights without incurring any liability to any tenderer. MEGA will not provide reasons for acceptance or rejection of any offer or part thereof.

8.2 MEGA will issue a Letter of Acceptance to the successful tenderer after detailed clarifications of scope of work and Programme for the work including cash-flow and budget for the work and firming up of deployment of their offered man-power as required. This letter along with written acknowledgement of the successful tenderer shall constitute contract between the tenderer with Employer, till signing of formal agreement and the tenderer shall commence work immediately thereafter.

8.2.1 Tenderer shall acknowledge by facsimile/ post/courier the receipt of Letter of award and confirm the acceptance of the proposal

8.3 Within thirty days from the date of issue of the Letter of Acceptance, the successful tenderer will be required to execute the Contract Agreement for the Detailed Design Consultancy (DDC) services.

8.4 Prior to signing of the Contract Agreement, the successful tenderer shall submit the following documents within a period of twenty days from the date of issue of the Letter of Acceptance:

a. Performance Guarantee

b. Power of Attorney(s) and Board Resolution (In case of Foreign Partners, to be duly notarised by notary public and stamped by the Indian Embassy/High Commission) and registered copy of Consortium/JV as applicable.

8.5 Not Used

9.0 PERFORMANCE GUARANTEE

9.1 The successful tenderer shall furnish Performance Guarantee for an amount equivalent to 10% (Ten percentages) of the Contract Price (including all reimbursable expenses, travel expenses, taxes and provisional sums) in the form of a Bank Guarantee issued by Scheduled Bank (excluding co-operative bank) acceptable to MEGA.

9.2 The pro-forma for the Guarantee is at Appendix B1. The Performance Guarantee shall be submitted by the DDC within twenty-one days from the issue of Letter of Acceptance so as to facilitate for signing of the Agreement with in thirty days from the issue of Letter of Acceptance.

9.3 The Performance Guarantee shall be valid for a period of one year from the date, the commercial operation of the line including Viaduct and Stations starts or five years from the date of issue of LOA for this DDC contract, whichever is earlier. The Bank Guarantee for Performance shall be suitably extended at the Tenderer’s cost in order to meet the validity period as and when required, notwithstanding that the Successful tenderer shall be required to have the Guarantee valid up to five years from the date of issue of Letter of Acceptance in the first instance at the time of submission after issue of Letter of Acceptance.

10.0 CLARIFICATIONS

10.1 Every effort will be made to provide CLARIFICATION to tenderers who have requested in writing. Such requests will be entertained up to the date mentioned in the NIT. However, requests for additional information, and any delay in providing information is entirely at tenderer's risk, and shall not be considered as a reason for late delivery of tenders or a reason for delaying the submission of tenders by the stated date.

10.2 Any information provided by MEGA, that is not given in writing, in response to request for additional information, shall not be considered by MEGA and shall not be accepted as a reason for late delivery of tenders or a reason for delaying the submission of tenders by the stated date.

Page 23: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 23 of 49

10.3 A pre bid meeting is fixed on the date mentioned in the NIT in the office of MEGA for discussion on query raised by tenderers and clarifying any doubts to prospective tenderers on any matter contained in the Tender-Document.

Venue for Pre-Bid Meeting:

Metro-Link Express for Gandhinagar & Ahmedabad (MEGA) Company Limited

2nd Floor, Shree Rang Heights & Arcade, Nearby PDPU Turning Point, Koba – Gandhinagar Highway, Bhaijipura, Gandhinagar - 382421, Gujarat

11.0 DATE OF COMPLETION

11.1 The Date of Completion of the services shall be as indicated in General Conditions of Contract and Special Conditions of Contract; is including various Key-Dates for completion of various activities of the work.

12.0 TENDER PREPARATION COSTS

12.1 Costs associated with the preparation of the Proposal by tenderer will not be reimbursed.

13.0 REJECTION OF TENDERS

13.1 MEGA may reject the tenders that are considered to be substantially non-responsive or non-compliant to the requirements of the Proposal. Such matters may include:

• Incorrect or Fraudulent Power of Attorney • Incorrect or Fraudulent “Tender Guarantee” • Tender Guarantee is "called-in" by MEGA • Qualifications requirements relating to the Proposal including criteria of Filter. • Deviations relating to the Scope of Work • Incomplete Technical Proposal • Major inadequacies in the technical offer. • Tenderer requires an increase in Tender Offer price during negotiations • Failure to sign the Contract Agreement • Failure to provide the Performance Guarantee.

14.0 Successful tenderer will be advised of the result of their application. It should be noted however, that neither MEGA nor their General Consultant will discuss any aspect of the evaluation process, or the result of the evaluation.

14.1 In the event of conflict between documents submitted by the tenderers, the material contained in the original set only will prevail.

14.2 Tenderers will not be considered if they make misleading or false representations in statements attachments submitted in proof of the qualification requirements.

14.3 Tenderers will not on their own provide additional information’s or materials subsequent to the date of submission and such materials if submitted will be disregarded and MEGA will not entertain any dispute or claim in this behalf. However MEGA reserves the right to seek additional information/clarifications/documents or presentation as may be required for assessing the capabilities of the tenderers & the tenderer is bound to furnish such information and compliance.

15.0 MEGA will reject the proposal for award if it determines that the tenderer recommended for award has engaged in corrupt or fraudulent practices in competing for the present contract. Similarly, MEGA will recognize a tenderer as ineligible for a period determined by MEGA if it at any time determines that the tenderer has engaged in corrupt or fraudulent practices in executing work covered in this tender.

16.0 MEGA is not bound to accept the lowest or any tender and may at any time, prior to award of the Contract, without thereby incurring any liability to the affected tenderer or tenderers or any

Page 24: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 24 of 49

obligation to inform the affected tenderer or tenderers of the grounds for the Employer’s/MEGA’s action, by notice in writing to the Tenderers, terminate the Tendering Process.

17.0 Contact details of MEGA for any clarifications: AGM Construction/Procurement Email id : [email protected] , Phone no. - 079 – 26800000, Ext-527

Page 25: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 25 of 49

TENDER NOTIFICATION NO.

MEGA/DDC/UG-SAT/SES/2016

Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

Metro–Link Express for Gandhinagar & Ahmedabad (MEGA) Company Ltd.

(A Joint Venture of Govt. of Gujarat and Govt. of India) 1st Floor, Karmayogi Bhavan, Block Number 1, Behind Nirman Bhavan,

Sector – 10 A, Gandhinagar-382010 Gujarat, India

QUALIFICATION CUM TECHNICAL REQUIREMENTS

TENDER NO.: MEGA/DDC/UG-SAT/SES/2016

VOLUME – I

Page 26: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 26 of 49

TENDER NOTIFICATION NO: MEGA/DDC/UG-SAT/SES/2016, Date: 01-09-2016

Detailed Design Consultancy Services for Subway Environment Simulation (SES) studies & Computational Fluid Dynamics (CFD) Analysis and Sizing of Tunnel Ventilation System (TVS) and Major ECS Equipments for Entire Underground Section of MEGA Project, Phase I

Tender No.: MEGA/DDC/UG-SAT/SES/2016

VOLUME -- I

The qualification - requirements are as under:

The tenderer shall have proven track record in Detailed Designing consultancy services for Metro – Rail Stations and must satisfy the criteria stated below for further evaluation and selection.

G.1.0 General Constitution and Organization of the Tenderer

G.1.1 The Tenderer may be an individual entity/firm/company, which may be a Partnership Firm or a Company registered under the relevant applicable laws or a group of entities hereinafter referred to as Consortium/Joint Venture coming together for the purpose of this Tender or already doing work/services of similar nature. JV/CONSORTIUM is permitted to take part in the tender but with maximum limit of two members only, with minimum limit of participation for the lead member being 70% and of the other member being 20%.

G.1.2 In case of consortium, at least one of the members shall be an Indian company incorporated under Companies Act, 1956.

G.2.0 The Tenderer shall have rendered services in SES studies and CFD Analysis for Underground Metro Stations as per the eligibility criteria set out in the document.

G.2.1 The Tenderer shall have proven track record in Detailed Designing consultancy services in Underground Metro Stations and must satisfy the qualification cum eligibility criteria stated below for further evaluation and selection.

G.2.2 The Lead Member in the Consortium alone and/or in collaboration with the Consortium members must meet the terms and conditions for eligibility criteria as detailed and set out in this document.

G.2.3 The Consortium as a whole must be a sound entity both technically and financially. The members of the Consortium shall be jointly and severally liable for the execution of the Contract in accordance with the terms of the tender/agreement.

G.2.4 The intending Tenderers shall submit a legal declaration-cum-undertaking that the Tenderer (or any member of the Consortium) as a company/ Consortium are not currently blacklisted by any Govt. dept./ Public Sector Undertaking/ Agency.

G.2.5 It may please be noted that the facilities for SES and CFD detailed design services must be available in the in-house of consortium. Documentary evidence in this regard will be required to be submitted in the offer, which will be subject to due approval/ acceptance of MEGA/ Engineer. The Tenderer shall be of National/International repute, capable of carrying out Detailed Design and related services for underground Metro with fully developed “State of the Art” in-house Design capabilities.

G.2.6 The Tenderer (and respectively, for each constituent member of the consortium) shall prove that they currently maintain an in-house Quality Assurance Program compliant with relevant ISO and shall provide copies of certificates with their application.

RF.0 Requirement for Eligibility and Initial Filter: - It may be noted that if the Tenderer fails to fulfil any of the General, Technical, Financial and

Personnel (Key-Personnel) Requirements for Eligibility mentioned below under Para GR.1.0,

Page 27: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 27 of 49

TR.1.0, FR.1.0 and PR.1.0 and their corresponding Sub-Para, then the Tender shall be taken as non-compliant at the Initial Filter Stage itself and no further evaluation of such tender will be carried out, declaring the concerned tender not eligible for further evaluation and its Financial Package will not be opened.

GR.1.0 General Requirement for Eligibility and Initial Filter GR.1.1 The Tenderer may be an individual entity/firm/company, which may be a Partnership Firm or

a Company registered under the relevant applicable laws or a group of entities hereinafter referred to as Consortium/Joint Venture coming together for the purpose of this Tender or already doing work/services of similar nature. JV/CONSORTIUM is permitted to take part in the tender but with maximum limit of two members only, with minimum limit of participation for the lead member being 70% and that of the other member being 20%.

GR.1.2 The Tenderer (including all Members of a Consortium) shall not be one of the following:

(i) A firm or an organization which has been engaged by the Employer to provide consulting services for the preparation related to procurement for or implementation of the Project;

(ii) Any association / affiliates (inclusive of parent firm) or an organization mentioned in sub paragraph (i) above;

(iii) A firm or an organization who lends or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the Project, if the personnel would be involved in any capacity on the same Project.

(iv) An individual Tenderer/entity or any member of Consortium cannot at the same time be a member of a Consortium applying or intending to apply for execution of the work covered under this Tender for Consultancy. Further, a member of a particular Consortium cannot be member of any other Consortium applying for this tender of Consultancy.

GR. 1.3 Not Used TR.1.0 Technical Requirements for Eligibility and Initial Filter:

The Tenderer shall have carried out Detailed Design Consultancy Services involving Planning, Coordination, Consultancy services and design services of Subway Environmental Simulation (SES) studies and Computational Fluid Dynamics (CFD) analysis for Underground Metro Rail stations as mentioned below:

TR.1.1. Completion of Services of Detailed Design (SES and CFD analysis) Consultant for Underground Metro Rail Stations as mentioned under the Scope of Work defined in Appendix A and ITT Clause 1.10.1 of the Tender Document for Metro-Rail UG Stations and other structures, within last seven (7) years ending 31st August 2016; a) of at least four (4) underground Metro Rail Stations with 4 Kms of tunnels and ramp area,

in single contract of the DDC Or

b) of at least five (5) underground Metro Rail Stations with 7 Kms of tunnels and ramp area in two contracts of the DDC combined altogether

Or b) of at least six (6) underground Metro Rail Stations with 8 Kms of tunnels and ramp area,

in three contracts of the DDC combined altogether.

All of the above mentioned Metro Rail Stations (Construction) should have been substantially completed. DDC here means the DDC works for underground Metro stations in the field of

Page 28: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 28 of 49

SES and CFD studies only.

TR.1.2 Not Used

TR.1.3 Consortium must collectively satisfy 100 per cent of the criteria of clauses TR 1.1 and TR1.2 mentioned above, for which purpose the client vetted/certified figures for each of the members shall be added together to arrive at the consortium's total number of stations for Technical Eligibility. Full (100%) experience for previous works of the consortium shall be considered, only if the claiming member (which includes the Lead Member also) of the consortium has at least 40% share in that consortium for the relevant referred Work, else proportionate quantum of experience of previous works up to the percentage share of participation in the subject Consortium/JV shall be considered. However, the Lead member alone will be required to satisfy the criteria for completion of the Detailed Design Services as SES and CFD studies for underground stations of the mentioned Stations and any credit accruing to the other member for this criteria of completion of Detailed Design Services of these mentioned stations, will be ignored. Not more than one member of a consortium can claim an identical previous works experience. Details such as brief description of the project, type of station (underground), capacity of the station designed, scope of services rendered need to be submitted as per formats provided in Annexure-2 & 2A on the basis of duly vetted/certified credential certificate of the Client/Owner/Employer.

Documentary proof to be provided for the eligibility criteria must have been vetted/certified by the Client/Owner/Employer.

FR.1.0. Financial Requirement for Eligibility and Initial Filter: FR.1.1 The combined average annual turnover of the Tenderer(s) over the last five (5) financial years

between 2011-12 to 2015-16 [as applicable] shall be at least INR 25 million from similar type of Consultancy work of DDC. Note: -1. In case of consortium, the Lead Member shall meet minimum 40 per cent of the above mentioned financial eligibility criteria and combined with other member of the consortium shall meet the complete 100 per cent financial eligibility criteria of average annual turn-over.

Note: -2. In case of combined work (Detailed Design & Construct including Supervision) having only fixed Lump-Sum Price, the Detailed Design Consultancy portion/element will be considered as 1.5% of total fixed Contract Price. However, if item of DDC consultancy is already priced in the Bill of Quantity of the Contract, then the Priced value of DDC in the contract will be considered on certification of the Client.

Note: -3. In case of Consultancy for Proof-checking of DDC work has only been carried out then a multiplying factor of 0.70 will be taken to multiply with value of Proof-checking Consultancy to arrive at equivalent value of DDC Consultancy to be considered for Financial Eligibility Criteria only, mentioned in FR.1.0 and its sub para, but not for Technical Requirement for eligibility criteria as mentioned in TR.1.0 and its sub para.

Note: - 4. "Similar type of Consultancy work of DDC" under Para FR.1.1 refers to the consultancy work of SES studies and CFD Analysis DDC related to Underground Metro Rail Projects only,

FR.1.2 The Tenderer and all the members in case of a Consortium shall have a net profit in at least three (3) out of the last five (5) financial years.

FR.1.3 Net worth of the Tenderer (each member in case of the Consortium) shall be positive on the close of last financial year. Net worth is paid up capital plus reserves and surplus less intangible assets. Note: If necessary, the Company will take references from Tenderer’s bankers/Auditors/Audited Annual Accounts Statement/Book or other references, for which the Tenderer has deemed to authorize MEGA.

Page 29: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 29 of 49

PR.1.0 Requirements for Deployment of Key Personnel:

The details of minimum number of key-personnel to be deployed by the Tenderer along with associated minimum requirements are as mentioned in the Table below. Any variation in the associated minimum requirement of Educational Qualification, number of years of experience in the field specified, that is, Detailed Design consultancy or others as specified Works and total number of years of experience post qualifications, will have bearing/effect on rating of the Tenderer. However, the number of persons to be deployed for each category less than as specified in the Table including any relaxation in the line- experience as well as total experience as mentioned in the Table below will not be acceptable.

DETAILS OF KEY PERSONNEL TO BE DEPLOYED S. No.

Designated Positions

Minimum Nos.

Qualification Experience in the

Specified Field of

Specialisation for UG

MRTS Project (in

Years)

Total Experience,

post qualifications

(in Years.)

A Project Leader 1 B.E. (Mechanical /

Electrical)

10 15

B ECS Expert 1 B.E. (Mechanical)

10 15

C TVS Expert 1 B.E. (Mechanical)

10 15

D SES Designer 1 B.E. (Mechanical /

Electrical)

5 8

E CFD Designer 1 B.E. (Mechanical /

Electrical)

5 8

Notes:

1. Detailed CVs of Key Personnel must be attached

2. The minimum number of manpower required to be deployed for this Contract exclusively for each category must be implemented as mentioned above with staggered period of deployment as per requirement as approved by MEGA. However, the tenderer, who are working with MEGA under any other ongoing contract of DDC are required to deploy the man power and all expert, mentioned above, who are not in their existing man-power list and obligation for the ongoing contract with MEGA.

3. B.E. qualification means Bachelor of Engineering or Bachelor of Technology or Bachelor of Science (Engineering) or any other equivalent name of at least 4 years’ professional course after 10+2 or 12 years of formal course of Education.

4. For specified field of specialisation, positions at B, C, D, and E must have at least previous experience in the field of designing Metro railways system. The personnel carrying out the above design should have conducted tunnel environment and CFD

Page 30: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 30 of 49

simulations and modelling as described under scope of works for at least two underground rail transit systems within past five years.

GG: General Guidance for filling up various forms, Annexure, Appendices and Tenderer’s Submissions.

GG.1 All submissions/applications of tenderers shall be sequentially page-numbered so that each page will have an identifiable unique page number irrespective of change of Chapter/Topics of submissions/volume/part of the Tender-Document/Submissions. For referring details/data on any page/s, the unique page number of that page/s shall be referred/ mentioned in the required chart/table/Annexure/Appendix for Evaluation Criteria or for other purposes, must be mentioned by the Tenderer. MEGA will not be responsible, if any of submissions of the Tenderer has escaped the attention of Tender Evaluating Authority, due to non-mention of reference serial page number at the required places/documents/chart for evaluation or for other purposes including for Minimum eligibility criteria and essential Filter, etc.

GG.2 Tender/Application/Submissions must contain the following details and documents: -

a. Name, address (Including telephone nos./fax nos./ email address etc.) & registration details of the tenderer with names of Proprietors, Directors and Company Profile of Consultant - (Annexure- 1)

b. Name, address including telephone nos./ fax nos., email address, etc. of the contact person i.e. including name and designation on Company Profile of Consultant -(Annexure- 1)

c. Previous Experience/Qualifying Experience (Annexure- 2 & 2A)

d. Copy of the audited balance sheet of the firm (all the members in case of Consortium / Joint Venture) for last 5 years and information duly filled up as per Annexure- 4. However, provisional balance sheet certified by Statutory Auditors/ Chartered Accountants may be submitted for last year (year 2015-16) only.

e. Copy of annual report of the firm (all the members in case of Consortium / Joint Venture) for last 5 years.

f. Annual turnover of the tenderer’s ‘Design Consultancy Services only’ duly notarised (all the members in case of Consortium / Joint Venture) for the last 5 years. (Annexure- 4)

g. List of Planning and Detailed Design of Underground Metro Stations carried out during last 7 years (completed and in commercial operation for at least 3 months) with details such as brief description of the project capacity of the station designed, scope of services rendered, details of man months inputs provided, value of services rendered, total construction cost/ value of concerned station(s) for which the DDC services were rendered (including civil works, Electrical & Mechanical works, etc.) along with attested photocopies of completion certificates from Client/Employer (including name and address) (Annexure- 2 & 2A)

h. Proposed Organisation Chart and Key personnel proposed along with their qualifications and experience details. Proposed Key personnel must satisfy the requirements as detailed in (Annexures-6 under Para-PR.1.0 of Requirements for Qualification) and

• Shall be an employee of the firm for a period not less than 6 months prior to the Tender-submission date.

• The proposed project leader for providing consultancy services must have experience in Detailed Design / Proof Checking of Metro Stations.

i. Software capabilities for handling various elements of the services.

j. Details of offices India / abroad along with the details of consultancy works carried out in

Page 31: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 31 of 49

India / abroad. (Annexure- 1).

k. The best three similar contract-packages in order of the highest number of stations of Similar Work (Metro Stations) indicating amount and type of works, country/city of location and list of experts deployed along with name and address of Client/Employer, etc. (Annexure 3).

l. Bankers / Banking References (Annexure 1).

m. Any other details to demonstrate the tenderer’s relevant capability.

n. Certificate for non-engagement of middlemen (Annexure 7).

o. Bids /offers from tenderer who has history of litigation/arbitration shall furnish full detail of the same and average annual number of such cases of litigations including Arbitration, clearly mentioning initiator/claimant of the same being the Tenderer or the concerned Owner/Client.

p. Verification Statement (Annexure 9).

q. Tenderers’ declaration (Annexure 10).

r. Tenderers not furnishing complete & precise information asked in the annexure or otherwise are liable to have their tenders rejected.

(for above Para, five years shall be 2011-12, 2012-13, 2013-14, 2014-15 and 2015-16 whereas for Technical work experience for completion of the similar work-service shall be for seven years’ period ending on 31-08-2016)

Page 32: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 32 of 49

ANNEXURE 1

COMPANY PROFILE OF CONSULTANT

S. No.

Description Remarks

1 Name of the Tenderer (Include /mention as a sole or JV/consortium and also furnish clear name and Style under which the Tender is submitted.

1.

2. If, JV/Consortium, then name both participating members and their percentage of participation and mention of Lead Member with all details of Incorporation/Company registration of each with address of registered and Head Office of each separately

3 Registered Address and Head Office address, Telephone, Facsimile No., email address of the tenderer

1.

2.

4 Addresses of the Branch offices in India (in case of Foreign firm)

5 Country and place of Incorporation

1.

2.

6 Legal Status/Establishment Details of the tenderer (Whether Limited, Private Ltd, incorporated, Partnership, etc.)

1.

2.

7 Contact Person Name and Designation (For each member as well as the JV/Consortium):

8 Address, Telephone, Facsimile No., email address of the Contact Person (For each member as well as the JV/Consortium):

9 Line of Business/nature of Work of the tenderer

1.

2.

10 General Experience of the tenderer predominantly related to:

Page 33: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 33 of 49

1.

2.

11 Field of Specialisation of the tenderer:

1.

2.

12 Type of Projects handled by tenderer:

1.

2.

13 Does the tenderer have ISO 9000 and or ISO 18000 Certification, if yes attach photocopy of the certificate?

1.

2.

14 Has the tenderer ever failed to complete any work awarded? If yes, provide details _________

15 Banker’s/ Banking reference 1. 2.

Page 34: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 34 of 49

ANNEXURE 2

PREVIOUS EXPERIENCE including QUALIFYING EXPERIENCE

Planning, Detailed Design consultancy services for SES and CFD Analysis work of underground metro stations completed in the last seven years and at least 2 years into commercial operation or completed as per the condition furnished under explanatory Para below TR 1.1 for completion of 95% of contract value of related construction contract, with the mentioned conditions, thereon; ending 31st August 2016. (Work/service completed between 1st July 2009 and 31st August 2016):

1 Tenderer’s Name

………………………………………………………..

………………………………………………………..

Reference

Page No. of

Submission

2 Project Title: Location:

3 Client:

…………………………………………….

………………………………………….

…………………………………………….

Client’s Address:

…………………………………………….

4 Client’s Representative: Telephone / Fax No.:

5 Type of Contract: Detail Design/Design & Construct/Design and Supervise (Please explain clearly, whether Detailed Design Consultancy work mentioned consists of (i) SES and CFD stations for Underground Metro Stations.

6 Details of the Work carried out

Documentary evidence in this regard will be required to be submitted in the offer.

UG Station - details

Length of tunnels – details

(Only where length in one continuous stretch is more than 200m, to be included here)

No. of Cross passages and intermediate ventilation shafts

Page 35: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 35 of 49

7 Was the work carried out alone?

8 Was the work carried out as a member of a Group?

If the answer is Yes, give your percentage share and areas of participation

9 Date, work commenced:

Date, work completed:

(No of months in operation)

10 Was the date of completion given in the original contract extended?

If so, how much and why?

11 Were any penalties imposed for delay? Was arbitration or litigation commenced?

If yes, give details

12 Were any penalties imposed for reasons other than delay?

If yes, give details

13 Contract value (in Rupees as on 31.08.2016, assuming 5 % inflation for Indian Rupees and 2 % for foreign currency portion)

Note: Give cost only for the design portion and NOT for the construction portion. Only that cost of design/DDC (Only original DDC work. If any Proof-checking job has been done for DDC work carried out by other Designer, the same shall be invariably shown separately) shall be included which is done by the Tenderer himself in his own name. Where tenderer has done design work as part of a group executing construction and or works also, only the design/DDC portion undertaken by tenderer himself shall be included and the design work undertaken by the remaining member of the group excluded.

14 Details of work undertaken: (Attach Sheets)

…………………………………………………………………………………………………………..…………………………………………………………………………………………………………..

15 What Quality Assurance obligations were required in the Contract?

(Attach Sheets)

Y N

Y N

Y N

Y N Y N

Y N

Page 36: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 36 of 49

16 Has the Tenderer been blacklisted by any Client?

If Yes, Why?

(Attach Sheets)

…………………………………………………………………………………………………………..

17 Has the Tenderer been declared Bankrupt?

If Yes, Why?

(Attach Sheets)

…………………………………………………………………………………………………………..

18 Has the Tenderer been declared insolvent?

If Yes, Why?

(Attach Sheets)

…………………………………………………………………………………………………………..

19 Project Description:

(Attach Sheets)

…………………………………………………………………………………………………………

20 Name at least 2 works that can be visited by MEGA officials

1.

2.

21 Has the Tenderer submitted PAN?

If Yes, The details …………

If No, why?

22 Has the Tenderer submitted Valid Service Tax Code No.?

If Yes, The details …………

If No, why?

Y N

Y N

Y N

Y N

Y N

Page 37: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 37 of 49

23 Please furnish the following details of the Construction work/contract against which the work of DDC -Services was completed/ provided by this Tenderer/DDC, but, the constructed work is not commissioned and under operation of commercial use. (a) Name of the Construction Work/Contract, number and names of UG Metro-Stations involved, location of the Project and details of the Client involved: (b) Value of the Construction Work/Contract (Station wise and overall): (c) Value of the construction overall completed of the mentioned Contract (Station wise and overall) as on 31-08-2016: (d) Details of the statutory/mandatory certificates obtained /received for the constructed stations as mentioned under Para TR 1.1 under Technical Requirements for Eligibility. All above mentioned matters, certificates are required to be endorsed/ issued by the Client/Owner of the Work.

Page 38: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 38 of 49

ANNEXURE 2 A

SUMMARY OF ANNEXURE 2

Name of Tenderer (To be submitted separately for both members in case of JV/Consortium) (The Details to be summarized and furnished for the work of SES end CFD DDC completed between 1st July 2009 and 31st August 2016 only)

S.

Name of the Work/

& Contract Package No.

Date of completion

Actual length of Viaduct and Number of Stations

separately

Cost of only Design

portion done by the above

Tenderer*

(INR)

Page reference No.

of Client Certificate

1.

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

*This should be as on actual completion date.

Page 39: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 39 of 49

ANNEXURE 3 Statement of three best (with max. no. of UG stations) Works-packages– (Similar Design Work

only) completed in the period between 01-07-2009 to 31-8-2016 only

S. No. Name of the Work/ & Contract Package No.

including Name of the Project and Client with Contact Number and address of the Client

Date of completio

n

Actual length of Viaduct

and Number of Stations separately

Cost of only Design portion

done by the above

Tenderer*

(INR)

Page reference No.

of Client Certificate

1.

2

3

Total for above 3 no’s of packages

Page 40: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 40 of 49

ANNEXURE 4

FINANCIAL INFORMATION OF THE TENDERER

(The information furnished in the following table shall be got Notarised / apostille (in case foreign firm) and to be submitted for both members of JV/Consortium separately)

1 2 3 4 5 6 7

SN

Financial year

Annual turnover from

design consultancy services only

(figures in million INR/FC)

Total annual turnover as escalated as on 2015-16 (figures in

million INR)

Total annual turnover as

escalated as on 2015-16 (figures

in million FC)

Net-worth (million INR/FC)

Net profit after tax

(million INR/FC)

INR / FC M.F INR M.F FC

1 2011-12 1.216 1.08

2. 2012-13 1.158 1.06

3 2013-14 1.103 1.04

4. 2014-15 1.05 1.02

5. 2015-16 1.00 1.00

Total Average per year

INR – Indian Rupee

FC - Foreign Currency

Note:

• In columns 4, figures to be arrived by multiplying factor (MF) on figure given in column-3, just to consider assumed inflation of INR @5% every year shall be considering annual turnover for DDC and then average for five years will be calculated.

• In columns 5, For work value completed in any Foreign Currency in particular year the FC amount will be escalated (updated) at rate of 2% per year (Compounded) till 2015 – 16.

• Financial information provided in this form needs to be certified by qualified statutory auditor or Chartered Accountant.

• All such documents reflect the financial data of the Tenderer or member to a Consortium, and not sister or parent company.

• Financial statements must be audited by a certified accountant.

• Financial statements must be complete, including all notes to the financial statements.

• Financial statements must correspond to accounting periods already completed and audited (no statements for partial periods will be accepted).

Page 41: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 41 of 49

ANNEXURE 5

LITIGATION HISTORY [to be provided for each member of the Joint Venture/ consortium in case of the tenderer participating

as Joint Venture/ consortium]

Litigation History

No court/arbitral award decisions against the Tenderer since 1st January 2010, in accordance with Question 6 of Annexure 8.

Court/ arbitral award decisions against the Tenderer since 1st January 2010, in accordance with Question 6 of Annexure 8 as indicated below.

Year of award

Contract Identification Total Contract Amount (current value, currency, exchange rate

and INR equivalent)

[insert year] Contract Identification: [indicate complete contract name, number, and any other identification]

Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Matter in dispute: [indicate main issues in dispute]

Party who initiated the dispute: [indicate “Employer” or “Contractor”]

Status of dispute: [indicate if it is being treated by the Adjudicator, under Arbitration or being dealt with by the Judiciary]

[insert amount]

Page 42: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 42 of 49

ANNEXURE 6

DETAILS OF KEY PERSONNEL TO BE DEPLOYED SN Designated

Positions Minimum Nos.

Qualification Experience in the Specified

Field of Specialisation

(in Years)

Total Experience,

post qualifications (in Years.)

A Project Leader 1 B.E. (Mechanical / Electrical)

10 15

B ECS Expert 1 B.E. (Mechanical) 10 15

C TVS Expert 1 B.E. (Mechanical) 10 15

D SES Designer 1 B.E. (Mechanical / Electrical)

5 8

E CFD Designer 1 B.E. (Mechanical / Electrical)

5 8

Notes: -

1. Detailed CVs of Key Personnel must be attached.

2. The minimum number of manpower required to be deployed for this Contract exclusively for each category must be implemented as mentioned above with staggered period of deployment as per requirement as approved by MEGA. However, the tenderer, who are working with MEGA under any other ongoing contract of DDC are required to deploy the man power and all expert, mentioned above, who are not in their existing man-power list and obligation for the ongoing contract with MEGA.

3. B.E. qualification means Bachelor of Engineering or Bachelor of Technology or Bachelor of Science (Engineering) or any other equivalent name of at least 4 years’ professional course after 10+2 or 12 years of formal course of Education.

4. For specified field of specialisation, positions at B, C, D, and E must have at least previous experience in the field of designing Metro railways system. The personnel carrying out the above design shall have conducted tunnel environment and CFD simulations and modelling as described under scope of works for at least two underground rail transit systems within past five years.

Page 43: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 43 of 49

ANNEXURE -6-A

PROPOSED ORGANISATION CHART

(The organisation shall include adequate no. of staff to be deployed in at least following heads)

A. Leader / Administration / Finance / Supporting

B. ECS Expert

C. TVS Expert

D. SES Designer

E. CFD Designer

F. E & M Expert including HVAC

G. Electrical Engineering

H. Mechanical Engineering

I. CAD Group

Page 44: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 44 of 49

ANNEXURE 6 B

DETAILS OF KEY PERSONNEL TO BE DEPLOYED SN

Discipline Name Age Qualification Proposed Position

Experience in the Field of

Specialisation in years

Total Experience (in

Yrs.)

1 2 3 4 5 6 7 8

A Project Leader

B ECS Expert

C TVS Expert

D SES Designer

E CFD Designer

Note: -

1 Detailed CVs of Key Personnel must be attached.

2 The minimum number of manpower required to be deployed including their qualifications, Line-experience and total experience for this Contract exclusively for each category, as mentioned in Para PR.1.0 as Annexure-5 must be implemented

3. B.E. qualification means Bachelor of Engineering or Bachelor of Technology or Bachelor of Science (Engineering) or any other equivalent name of at least 4 years’ professional course after 10+2 or 12 years of formal course of Education.

4. Each person mentioned shall have been working with the Tenderer (With any member of JV/Consortium, as the case may be) for the period since not less than 6 months before the date of submission of the Tender.

5. Minimum Deployment shall be at least as per requirement of qualifications of the tenderer.

6. For specified field of specialisation, positions at B, C, D, and E must have at least previous experience in the field of designing Metro railways system. The personnel carrying out the above design shall have conducted tunnel environment and CFD simulations and modelling as described under scope of works for at least two underground rail transit systems within past five years.

Page 45: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 45 of 49

ANNEXURE 7

CERTIFICATE FOR NON- ENGAGEMENT OF MIDDLEMAN

I confirm and declare that no agent, middleman or any intermediary has been, or will be engaged by me to provide any services, or any other item or work related to the award and performance of this contract. I further confirm and declare that no agency commission or any payment which may be construed as an agency commission has been, or will be paid by me and that the tender price will not include any such amount.

Signed: ………………………………………………

Date:

Page 46: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 46 of 49

ANNEXURE 8

ABSTRACT CHART FOR FILTER CRITERIA

EVALUATION OF QUALIFICATION APPLICATIONS

FILTER CRITERIA

APPLICANTS – CHECKLIST

Name of /Tenderer/Applicant:

No. Criteria Yes No Page Ref.

1. Has the applicant submitted the undertaking that no misleading information has been given in the application?

2. Has the Applicant been blacklisted by any Government department / PSU and the period of such black-listing is still continuing up to 30-11-2016 or has any of its contracts terminated or rescinded for failure to perform or honour and consequently has been debarred from that Govt. Department /PSU and the period of such debarment is still continuing up to 31-08-2016?

3. Has the Applicant paid liquidated damage more than 5% of the contract value in a contract due to delay or penalised for more than 5% of contract value in a contract due to any other reason in the last five years?

4. Has the Applicant suffered bankruptcy / insolvency in the last five years, which is still continuing till 31-08-2016?

5. Is the Net Worth negative (in case of group/JV, for each member having ≥ 10% participation) as at the close of the last financial year?

6. Has the Tenderer (sole tenderer or each member of Joint Venture in case of tenderer as Joint Venture/ consortium) any consistent history of court/arbitral award decisions against the Applicant since 1st January 2010? (refer Note 4)

7. Does the Applicant meet Eligibility Criteria as mentioned in the Document of Requirements for Qualifications under Para- GR 1.0, TR 1.1, TR 1.2, TR 1.3, FR1.1, FR1.2, FR1.3 and PR 1.0?

8. Is the JV/CONSORTIUM taking part in the tender with maximum limit of two members only, with minimum limit of participation for the lead member being 70% and that of the other member being 20%?

9. Is the Tenderer a firm or an organization which has been engaged by the Employer to provide consulting services for the preparation related to procurement for or implementation of the Project, particularly for this tender, subject to exception only under Para GR.1.3 of Qualification Requirements cum

Page 47: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 47 of 49

Eligibility Criteria of this Tender- Document?

10. Is the tenderer Any association / affiliates (inclusive of parent firm) or an organization mentioned in S. No 9 above in the table, except or other than the exclusion clause of the Tender mentioned in Para GR 1.3 of Qualification Requirements cum Eligibility Criteria of this Tender Document?

11. Is the Tenderer a firm or an organization who lends or temporarily seconds its personnel to firms or organizations which are engaged in consulting services for the preparation related to procurement for or implementation of the Project, if the personnel would be involved in any capacity on the same Project. ?

12. Is the Tenderer an individual Tenderer/entity or any member of Consortium and at the same time be a member of a Consortium applying or intending to apply for execution of the work covered under this Tender for Consultancy, or, a member of a particular Consortium being member of any other Consortium applying for this tender of Consultancy ?.

13. Does the Tenderer undertake to bear the costs incurred for carrying out the Proof-Checking of this tender-works by the concerned successful GEC, through separate undertaking as per the format provided by MEGA, in case the Tenderer/ any member of Consortium happens to be an individual Tenderer/entity or any member of particular Consortium of GEC, who had become or will become successful for the tender of General Engineering Consultancy of this Project, in terms of Para GR.1.3 of Qualification Requirements cum Eligibility Criteria of this Tender Document?*

Note:

1. A”NO” answer to Q. Nos 1, 7 and 8 will disqualify the Applicant. A “YES” answer to any of the questions No. 2 to 6 and further 9 to 12 will disqualify the Applicant.

2. Net Worth - The complexity and time constraint of Metro Project is such that a financially weak Applicant will not be able to sustain. Net worth shall be positive for an applicant (if single) /each of the partners having > 10% participation in the Group/JV, as at the close of the last financial year.

3. A "NO" answer to Q. No 13 will disqualify the Applicant. * 'Not Applicable' may be inserted if not relevant to particular Tenderer/ any member of Consortium, which will not then be the ground for disqualification.

4. The Tenderer shall provide accurate information in Annexure 5 about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last ten (10) years. A consistent history of awards against the Tenderer or any member of a joint venture may result in rejection of the Tender. Maximum 15% of the contracts handled over a period of 10 years, rounded up to next whole number, shall be acceptable for arbitral awards or court decisions against the Tenderer. As an indicative example, for a Contractor/ Consultant handling/ handled fifty (50) contracts over the last ten (10) years, shall be acceptable to have maximum eight (8) number of arbitral awards or court decisions against the Tenderer.

Page 48: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 48 of 49

ANNEXURE 9

VERIFICATION STATEMENT

1.0 I confirm and declare that no agent, middleman or any intermediary has been or will be

engaged by me to provide any services or any other item or work related to the award and performance of this contract. I further confirm and declare that no agency commission has been or will be paid by me and that the tender price will not include any such amount.

Signed

(to be signed by tenderer)

Date:

2.0 By virtue of signature below, I confirm and verify to my best knowledge and belief that

(a) The tender for this contract has not been submitted in our own name and at the same time as a part of JV, partnership or consortium

(b) Also the tender for this contract has not been submitted by us as part of JV, partnership or consortium.

Signed

(to be signed by tenderer)

Date:

3.0 Not Used

4.0 By virtue of signature below, I confirm and verify to the best of my knowledge and belief that Bankruptcy / insolvency has not been suffered by the company represented by me for submitting bid against this tender in the last 10 years, which has still been continuing till 31-08-2016.

Signed

(to be signed by tenderer)

Date:

Page 49: TENDER NOTIFICATION NO. MEGA/DDC/UG … · MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements _____ MEGA September 2016 Page 1 of 49

MEGA/DDC/UG-SAT/SES/2016 NIT, ITT & Qualification cum Technical Requirements

_________________________________________________________________________________ MEGA September 2016 Page 49 of 49

ANNEXURE 10

TENDERERS’ DECLARATION 1.0 For the purpose of your evaluation, study, review and decision making we are ready to let

you inspect our premises/site etc. 2.0 We have prepared the tender entirely in accordance with all the requirements from the

tender document and we agree entirely with them. 3.0 This is certified that we, do have all in-house facility to carry out the DDC services

mentioned in the terms of the Tender and we will not sub-contract these services to any other Party, except the Work of some minor value specialized job required to be done by us, for which even, the Sub- contractors will be selected/engaged after due approval of MEGA.

Authorized Signatory