You are on page 1of 38

0

PRE-QUALIFICATION DOCUMENT

WORK: Construction of TERI CAMPUS AT Hyderabad.

PRE-QUALIFICATION OF CONTRACTORS/FIRMS/
J V COMPANIES
1

INDEX

Sl. No. Description Page No.

1. Pre-qualification of Contractors 3

2. Pre-qualification Questionnaire 5

3 Terms and Conditions for Pre-qualification 9

4 Pre-qualification Application 14

5 Schedule-A 16

6. Schedule-B 19

7. Schedule-C 22

8 Schedule-D 24

9 Schedule-E 26

10 Schedule-F 27

11 Schedule-G 28

12 Schedule-H 29

13 Schedule-I 30

14 Schedule-J 31

15 Evaluation Criteria 32
2
3

Ref. No. _________________

Date: ___________________

To

Dear Sir,

Sub : Pre-qualification of Tenderers

Job* : Construction of TERI Campus Hyderabad

I/We wish to be considered for pre-qualification of Tenderers for the above


work and furnish the information required by you in the attached format.

I/We do hereby declare that the information furnished in the documents


contained hereto is correct to the best of my/our knowledge and belief.

I/We authorize you and/or your representative to carry out investigation to


check the truthfulness of these statements.

A valid Income Tax Clearance Certificate/TDS Certificate is also enclosed


herewith.

_____________________________ Seal of the Company


Signature of the Tenderer Date:

From
4

Name

Designation

Registered Name of the Firm

Firms in case of Joint Venture

Address, Telephone & Fax


Numbers, E-mail ID
PRE-QUALIFICATION QUESTIONNAIRE

Information to be furnished by the Tenderer

The Pre-qualification Questionnaire contains the following forms to be filled

completely and furnished as enclosed in the document.

a) Pre-qualification Application

b) Schedule-A : Structure and Organisation

c) Schedule-B : Financial Statement

d) Schedule-C : Technical Site Management and other staff organization

on the works.

e) Schedule-D : Plant equipments.

f) Schedule-E : Ongoing/completed project details

g) Schedule-F : Collaboration with specialized agencies.

h) Schedule-G : Joint Venture Data

i) Schedule-H : Procurement of materials.

j) Schedule-I : Additional Information.

k) Schedule-A : Affidavit.
5

TERMS AND CONDITIONS FOR PRE-QUALIFICATION

1.0 No cost of whatsoever will be paid towards site visits, etc.

2.0 Incomplete offers are liable to be rejected.

3.0 The language for submission of application should be English.

4.0 In the event of any firm wishing to withdraw from pre-qualification,

the firm must return the blank document with an explanatory letter to

the employer.

5.0 The enclosed schedules should be filled in completely and all

questions should be answered. If any particular query is not relevant,

it should be stated as Not Applicable.

6.0 For any clarification, the Project Manager or his representatives at

IIMB, may be contacted on 26993741/26993551 during office hours.

7.0 If the application is made by a firm in partnership, it shall be signed

by all the Partners of the firm, above their full names and current

addresses, or by a Partner holding the power of attorney for the firm

by signing the application in which case a certified copy of the power


6

of attorney shall accompany the application. A certified copy of the

partnership deed, current address of the Firm and the full names and

current addresses of all the Partners of the firm shall also accompany

the application.

8.0 If the application is made by a limited company or a limited

Corporation, it shall be signed by duly authorised person holding the

power of attorney and the power of attorney shall accompany the

application. Such limited company or corporation will be required to

furnish satisfactory evidence of its existence before the contract is

awarded.

9.0 If the application is made by a group of firms, it shall be accompanied

by a legal document signed by all parties to the joint venture/

consortium confirming therein a clear and definite manner the

proposed administrative arrangements for the management and

execution of contract, the delineation of duties, responsibilities and

scope of work to be undertaken by each such party. The authorised

representative of the joint venture and an undertaking that the several

parties are jointly and severally liable to the employer for the

performance of the contract together with details of experience and

past performance of each of the parties to the joint venture on works

of a similar nature within the past five years, current works on hand

and other contractual commitments.

10.0 To be eligible for award of contract, bidders shall provide evidence

satisfactory to the Employer, notwithstanding any previously

conducted pre-qualification of potential bidders, of their capability and

adequacy of resources effectively to carry out the subject contract. To

this end, all bids submitted shall include the following information.

(a) Copies of original documents defining the constitution, legal status,

place of registration and principal place of business of the company or


7

firm or partnership or if a joint venture, of each party thereto

constituting the tender.

(b) Where the Tenderer is a joint venture of two or more firms, a

statement signed by all parties to the joint venture of the proposed

administrative arrangements for the management and execution of the

contract, the duties, responsibilities and scope of work to be

undertaken by each party, the authorized representative of the joint

venture, and an undertaking that the several parties are jointly and

severally liable to the Employer for the performance of the contract.

(c) Details of the experience and past performance of the Tenderer (or of

each party to a joint venture) on works of similar nature within the

past ten years and details of current works on hand and other

contractual commitments.

(d) Major items of construction equipment proposed for carrying out the

contract in the format prescribed in Schedule D.

(e) The qualification and experience of key personnel proposed for

administration and execution of the contract, both on and off site in

the format prescribed in the Schedule C.

(f) Backup by specialized agencies for items of work like sanitary, water

supply, electrical works, lifts, air conditioning, etc., are permitted

subject to specific approval of Employer/Engineer.

(g) A full fledged quality control Laboratory for testing materials manned

by fully qualified Engineering Graduates shall be set up at the project

site or MOU with Reputed Laboratory as approved by IIMB to be

furnished.

(h) Contractor shall not subject any part of the work without prior written

consent of the Employer/Engineer.

(i) Reports on the financial standing of the Tenderer (or of such party to a

joint venture) including profit and loss statements, balance sheets and
8

auditors reports for the past five years, an estimated financial

projection for the next two years and an authority from the Tenderer

(or authorised representative of a joint venture) to seek reference from

the Tenderers bankers.

(j) Information regarding any current litigation in which the Tenderer is

involved.

11.0 The information furnished must be sufficient to show that the

applicant (along with all parties to the consortium/joint venture) is

capable in all respects to successfully complete the envisaged contract

works strictly on the basis of the Applicant (along with all parties to

the consortium/joint venture) having already earlier carried out

satisfactorily work of similar size and complexity.

The Applicants attention is explicitly drawn to the fact that even after

the pre-qualification of potential bidders has already been carried out,

all tenders shall include a statement of the changes that may have

occurred since pre-qualification with particular reference to the

various items listed above and that furthermore, contract work shall

be awarded to the successful Tenderer, only on the basis of a careful

scrutiny of all the above information furnished by the Applicant.

12.0 The Applicant is expected to have visited the project work spot before

submitting pre-qualification bid.

13.0 While submitting the schedule duly filled in, the Applicant shall

enclose latest copies of brochures and technical documentation giving

more information about the firm and all the members of the

consortium/joint venture.

14.0 All recipients of a pre-qualification document (whether they submit

pre-qualification bid or not) should treat the document as strictly

confidential and document (pre-qualification) valid for six months.

15.0 EVALUATION OF PRE-QUALIFICATION APPLICATION:


9

16.0 The pre-qualification document shall be considered to ascertain

whether the bids:

(i) meet the eligibility requirements

(ii) have been properly prepared and signed

(iii) contain all the details called for and are in proper format

(iv) are accompanied by required authorization, and

(v) are otherwise generally in order.

17.0 Suitable methodology will be evolved for making assessment of the

capability of the firms who have applied for pre-qualification.

(i) Initial screening criteria shall be based on the working capital.

(ii) Structure and organization of the Firm.

(iii) Financial status of the firm including ability to finance the

construction judged on the basis of annual turnover, working

capital, net work, work on hand, financial arrangements proposed,

viz. on resource/bank credits etc.

(iv) The experience of the firm in pre-cast construction techniques/

works and prompt completion of work.

18.0 The Director, IIMB, reserves the right to reject any or all pre-

qualification applications without assigning any reasons and the

Directors decision shall be final and binding on all the applicants.

19.0 All Vendors applying for the pre-qualification should furnish the

following particulars along with the following:

(a) Receipt of NEFT transfer of Rs.1000/- (Rupees One Thousand only)

towards pre-qualification document fee in favour of IIMB payable at

Bangalore within the stipulated date and time for each work.

(b) EMD of Rs.4,00,000/- in favour of IIMB, Bangalore, payable at

Bangalore from scheduled banks only for each change of work

separately. The EMD will be refundable to unsuccessful Vendors in

the Technical Bids without any interest.


10

(c) Only Vendors pre-qualified in Technical bidding will be allowed for

participation in the Financial e-bidding. The schedule for financial e-

bidding/document will be furnished separately.

20.0 The Vendors should submit details for having satisfactorily completed

boundary wall of following magnitude for the past five years ending

31st July 2015.

(a) Three similar works costing not less than 75 Lakhs each.

(b) Two similar works costing not less than 100 Lakhs each.

(c) One similar works costing not less than 150 Lakhs.

21.0 Reputed Vendors should have minimum turnover of not less than

Rs.500 Lakhs for the past three (03) years. Certificate from Chartered

Accountant/IT Returns should be furnished.

22.0 The reputed Vendors should furnish Technical Staff/Company Profile

and preference will be given for Vendors in pre-cast construction

techniques/composite constructions.

23.0 The Vendors should submit the following documents along with the

pre-qualification document.

(a) Income Tax Registration Certificate

(b) Registration under Provident Fund Act/ESI Act

(c) Registration of Service Tax Certificate

(d) Audited Financial Accounts of the last three years.

(e) Receipts and Payments Statement.

(f) Work Experience Certificates along with Work Order, Agreement,

Extension Letter, if any, Satisfactory Completion Certificate from the

Clients.

24.0 Tender period for completion for Construction of Boundary Wall for the

New Campus of Indian Institute of Management, Bangalore, is 5

months for each chainage.


11

25.0 The Technical and Financial Bids are valid for a period of three

months from the date of opening of financial bids.

26.0 Earnest Money Deposit (EMD) for Rs.4,00,000/- should be paid in the

form of Demand Draft/Bankers Cheque/NEFT online transfer in

favour of IIMB, Bangalore, payable at Bangalore from any nationalized

bank drawn in favour of the Indian Institute of Management,

Bangalore, payable at Bangalore along with the pre-qualification

document.

27.0 The Technical Bid Documents can be downloaded online from IIMB

website and submitted to the Estate Office within the stipulated date

and time. The Vendors who download the documents can pay the

Document Fee of Rs.1,000/- either online or by Demand Draft of

nationalized banks drawn in favour of Indian Institute of Management,

Bangalore, payable at Bangalore or by paying cash in Accounts

Section of IIMB. The duly filled-in, signed with office stamp and

properly sealed Technical Bid Documents should be submitted along

with the Document Fee, EMD and Requisition Letter. The documents

without Document Fee and Requisition Letter and EMD will not be

considered. The bank details of IIMB for online payment of Document

Fee are as under:

Fees Transfer of Rs.1000/-


Bank Name- HDFC Bank Ltd

Bank Street Address : J.P.NAGAR BRANCH,BANGALORE

Branch Code : 0133

IFSC CODE: HDFC 0000133

Customer HDFC Bank a/c name: Indian Institute of


Management

Customer HDFC Bank a/c number: 01331450000019


12

Amount Remitted, Date and Reference to be enclosed in the

Prequalification Document.

28.0 The Hard Copies of the duly filled-in, signed with office stamp and

properly sealed Technical Bid (Pre-qualification) Documents along with

EMD should be furnished to Estate Office at IIMB Campus during

working hours (between 10.00 AM to 4.00 PM). The last date of

submission of these documents is 20.08.2015 upto 16.00 hours. The

Technical Bid Documents will not be received after the last date of

submission. The soft copies of the pre-qualification documents will not

be accepted.

The sealed Pre-qualification Documents should be submitted as

under:

29.0 Vendors should furnish the photos of similar works done.

30.0 The Vendors should furnish the numbers of Technical Staff to be

posted as the work.

31.0 Preference will be given to Vendors who have executed similar nature

of works for Institutional Buildings/Research Institutes/Industries/

Software Companies/Banking Institutions/Institutes of Higher

Learning/State/Central/Statutory Government Organisations/MNCs/

equivalent.

32.0 The defect liability period is three months from the date of initial

completion.

33.0 The Indian Institute of Management, Bangalore, reserves the right to

accept or reject any or all Tenders without assigning any reason

thereof.
13

34.0 The technical evaluation will be done as per Norms. No

correspondence will be entertained during the pre-qualification. The

location of the work site is at Survey No. 47, Mahanthalingapura

Village, Jigani Hobli, Anekal Taluk, which is about 35 km (approx)

from the existing IIMB Campus on the Jigani-Harohalli Road.

35.0 Preliminary drawing of the boundary wall is enclosed for reference

only.

36.0 The Vendors should clearly study the pre-qualification document

before submission and no commercial terms mentioned in the pre-

qualification document.

37.0 a) The pre-qualification document without EMD will be rejected.

b) IIMB has the right to restrict the number of Vendors for pre-

qualification

c) The Vendors may apply for one or both chainage of the boundary

wall. The pre-qualification document should be submitted separately

with pre-qualification document fees of Rs.1000/- for each pre-

qualification and the EMD should be furnished separately for each

chainages.
14

PRE-QUALIFICATION APPLICATION

Contract No.

WORK: Construction of Boundary Wall works for new IIMB

Campus at Survey No. 47, Mahanthlingapura Village, Jigani

Hobli, Anekal Taluk, Bengaluru

I) Chainage 1 to 2.5 km (approx)


15

II) Chainage 2.50 to 5.00 km (approx)

To

The Director,
Indian Institute of Management
Bannerghatta Road,
Bangalore-560 076.

Dear sir,

Having examined the pre-qualification document including scope of

works and the frame of construction, we hereby submit all the necessary

information and relevant documentation for pre-qualifying as for bidding for

the above mentioned work.

The application is made by us on behalf of .

(Group/Firms) in the capacity of

duly authorised to submit the offer.

The necessary evidence admissible in law in respect of authority

assigned to use on behalf of the Group of Firms for applying and for

completion of the contract document is attached herewith.

We understand that the Director, Indian Institute of Management,

Bannerghatta Road, Bangalore, reserves the right to reject any application

without assigning any reasons.


16

Date: Signature of the Applicant

Name:

including title and capacity in which


the applicant is made

Enclosure:

1) Schedule duly filled in the prescribed form.


2) Evidence of authority to sign
3) Latest brochures.
17

SCHEDULE A STRUCTURE & ORGANISATION

Job:

Project: INDIAN INSTITUTE OF MANAGEMENT, BANGALORE

INFORMATION TO BE FURNISHED BY THE TENDERERS

1. Name of the Organization

2. Address:

3. Year of Establishment

4. Status of the firm (whether


Company/Firm/Proprietary concern)

5. Names of Directors/Partners/
Proprietor

6. Whether registered with the Registrar


of Companies/Registrar of Firms. If
so, mention the Number and Date

7. Name(s) & Address of Bankers.


Enclose Solvency Certificate from
Bankers.

8. Whether registered for Sales Tax


purpose. If so, mention number and
18

date. Furnish also copies of latest


Sales Tax Clearance Certificate.

9. Whether an assessee of Income Tax.


If so, mention Permanent Account
Number and Date. Furnish also
copies of latest Income Tax Returns
filed.

10. Whether registered as Class-I


CPWD/KPWD/MES Railways/
BSNL/JV/Company any Registration
Contractor. If so, furnish the details.

11. Detailed description and value of Please attach a separate list.


works done in the last five years.
Only works costing more than Rs.one
Crore need to be given.
Specify the maximum value of work
12.
executed during
a) 2012-13
b) 2013-14
c) 2014-15

13. Furnish the names of three


responsible persons, who will be in a
position to certify about the quality
as well as past performance of your
organisation.

1.

2.

3.
19

14. List of major construction machinery Please attach a separate list.


pre-cast shuttering/
materials/machineries/composite
construction and equipments in
possession of the firm which could be
available for the work

15. Particulars of Management/ Please attach a separate list.


Engineering Personnel and
Technicians along with their
experience.

16. Particulars of existing works on hand Please attach a separate list.


and their value

17. Particulars of exposed concrete works Please attach executed project


executed details including values and
photographs.

18. Any other useful information that you


would like to mention which would be
helpful in assessing you.;
20

Note: Where copies are required to be furnished, they are to be certified by


the concerned Agencies.

SCHEDULE B

FINANCIAL STATEMENT

(To be given separately for each Partner of Joint Venture/Consortium)

Name of Firm
(Partner in case of Joint
Venture/Consortium)

CAPITAL

a) Authorised

b) Issued and paid up

Attach audited Balance Sheets and


Profit and Loss Statements for the
Past three years.

FINANCIAL POSITION

a) Cash

b) Current Assets

c) Current Liabilities

d) Working Capital
21

e) Net Worth

TOTAL LIABILITIES

a) Current Ratio
(current assets to current
Liabilities)

b) Acid test ratio


(cash, temporary investments
held in lieu of cash and current
receivables to current liabilities)

c) Total liability to net work

Annual value of construction works undertaken for each of the last ten years and
projected for current year (Rs. In Lakhs)

Year Current One year Two years Three Four Five years
before before years years before
before before
Home
Abroad
Net profit before tax

a) Current period

b) During the last financial year

c) During each of the four


previous financial years

The profit and loss statements have been certified through ..

by

Applicants financial arrangements


for the proposed works

a) Own Resources
22

b) Bank Credits

d) Others (specify)

Certificate of financial soundness


from Bankers of Applicants
together with their full address

Approximate value of works on hand

Value of anticipated orders for next


financial year

Home

Abroad

E: Details of Item No. 10 & 11 are to be given in Schedule F Experience.

F: Furnishing of TDS Certificates filed is a must.

ESTIMATED FINANCIAL PROJECTION FOR NEXT 2 YEARS

I) Name of the Applicant/Company

II) Annual Turnover value of work on Hand Profit


23

III) Purchase of Machinery


24

SCHEDULE C
DETAILS OF PERSONNEL WITH THE APPLICANT

Sl. No. Description On Applicants Pay Roll

01 (a) Project Consultant with qualification

(b) Project Manager with qualification

02 (a) Works Manager-I with qualification

(Main Civil Works/Quality Control/Safety Engineering)

03 Number of Administrative Graduates

04 Number of Skilled Employees

05 Number of Unskilled Employees

06 For items, datas are necessary for each Partner of Joint


Venture/Consortium
25

PROPOSED SITE ORGANISATION

NAME OF THE APPLICANT

01. Preliminary site organization chart

02. Narrative Description of site


Organization chart

03. Description of Relationship


Between Head Office and Site
Management

Indicate clearly which responsibility and what authority have been delegated
to the Site Management.
26

SCHEDULE D

PLANT AND EQUIPMENT PROPOSED TO BE DEPLOYED BY THE


APPLICANT ON THE WORKS

Sl. No. Description Nos.

I. CENTERING AND FORMWORK MACHINERY

1) STEEL CENTERING

a) Props Junior and Senior

b) Spans

c) Form work materials


d) Centering steel sheets of different sizes

e) Floor forms in various sizes

f) Other materials
(sizewise details may be given)

g) Shuttering plywood as per BIS


for exposed concrete works

h) Any other special shuttering system


for the exposed concrete works

2) SURVEY INSTRUMENTS:

a) Theodolite

b) Dumpy level

c) Prismatic compass

d) Total station

3) LABORATORY EQUIPMENT

a) Equipments for testing cement

b) Equipment for testing concrete

c) Equipment for testing bricks

d) Equipment for testing coarse aggregates


27

e) Equipments for testing sand

f) Rebound hammer to test the strength


of cement

4) MACHINERY

a) i) Trucks

ii) Transit Mixers

iii) Concrete pumps

iv) Tower cranes

v) Vertical concrete pumping equipments


with boomers etc

b) Dumpers/Tippers

c) Jeeps

d) Compressors

e) Tractors and Trailer

f) Water Tankers

g) Pumps

h) Generators

i) Vibrators

j) Dozer

k) Excavators

l) Builders hoists

m) Crushers

n) Concrete mixers with capacity

o) Concrete weight batch equipment

p) Weighing machine

q) Drilling machine

r) Jack hammer
28

5) List of Safety Equipments & Staff


29

SCHEDULE E

EXPERIENCE: ALL PROJECTS IN PROGRESS

(To be given separately for each Partner of Joint Venture/Consortium)

Name of the Applicant:

Contractor EXPERIENCE: RELEVANT PROJECTS COMPANY (To be given separately for each
COMPLETED Partner Joint Venture/Consortium)
Give information about projects in progress including where the company has
Received a letter of intent but formal contract has not yet been awarded.
Employer Engineer Location and Percentage Value of Value Percentage of Schedule
responsible description of participation contract completed practical date of
for super- the work of company (Rs. in (Rs. in completion completion of
vision in the Lakhs) Lakhs) work
project
1 2 3 4 5 6 7 8
30

NOTE: Certificate from the Employers/Architects to be enclosed.


SCHEDULE F

Experience: Relevant Projects completed (To be given separately for each Partner of Joint Venture/Consortium)

Name of the Applicant:

Contractor EXPERIENCE: RELEVANT PROJECTS COMPANY (To be given separately for each
COMPLETED Partner Joint Venture/Consortium)
Please fill information about the projects completed over the last ten years

Name of Employer Name and location of work Name of the Contract Cost of work Percentage Was contract
Engineer Price & as completed participation satisfactorily
responsible Date and time of company completed
for super- (Rs. in taken for in project within stipu-
vision Lakhs) completion lated period
in months as per
agreement
1 2 3 4 5 6 7
31

NOTE: Certificate from the Employers/Architects to be enclosed.


32

SCHEDULE G

01. NAME

02. Head Office Address

Telex No. Cable:

Telephone No.

E-mail ID:

03. Name of Partners

(a)

(b)

(c)

(d)

04. Name of Lead Firm

05. Joint Venture Agreement (Legally documented)

(a) Date of Agreement

(b) Place

06. Proposed distribution of


responsibilities among
constituent firms

(a) Financial Distribution

(b) Work Distribution


33

Details about constituent firms to be provided on separate sheets

ANNEXURE H

REQUIREMENT OF CEMENT AND STEEL FOR THE PROJECT

Please indicate the name of the Cement Factories and Steel Factories from
where the required quantity7 of the above materials is going to be procured
by you.

DETAILS OF CEMENT FACTORIES/STEEL FACTORIES


34

SCHEDULE I

ADDITIONAL INFORMATION

(The Applicant can add here any further information relevant to the
evaluation of their pre-qualification bid).
35

SCHEDULE J

AFFIDAVIT

I/We, the undersigned do hereby certify that all the statements made in the

pre-qualification questionnaire form and in the required attachments are

true and correct.

The undersigned hereby authorize(s) and request(s) any bank, person firm

or corporation to furnish pertinent informed deemed necessary and

requested by the Department to verify this Statement or regarding my/our

competence and general reputation.

The undersigned understands and agrees that further qualifying

information may be requested and agrees to furnish any such information at

the request of the Director, IIMB.

Signed by Authorised Officer of the Firm/Contractor

..
(Title of the Officer)


(Name of the Firm/Contractor)


Date
36

EVALUATION CRITERIA FOR PREQUALIFICATION OF


VENDORS

For the purpose of shortlisting, applicants will be evaluated in the following


manner:

a. The initial criteria with respect to built-up area/magnitude in respect


of experience of similar class of works completed will first be
scrutinized and the applicants eligibility for shortlisting for the work
be determined.

b. The applicants qualifying the above initial criteria will be evaluated for
following criteria by scoring method on the basis of details furnished
by them.

c. Organization 25 points

i) Organization set up and office locations (5 points)


ii) In-house service for assignment (10 points)
iii) Associates consortia members related
to the Assignment and their experience (5 points)
iv) Curriculum Vitae of Professionals (5 points)

d. Experience 50 points

i) Experience in similar nature of work


completed during the last 5 years (30 points)
ii) Performance Report (15 points)
i) Previous experience with Institutes of
Higher Learning/Government/PSU/ ( 5 points)
Tech Parks/Financial Institutions

e. Financial Capability 25 points

i) Average annual financial turnover (gross) (25 points)


-------------------
37

TOTAL 100 points


-------------------

For shortlisting, the applicant must secure at least Seventy Percent (70%) in
criteria (c), (d) and (e) above.

f. Even though an applicant may satisfy the above requirements, he would


be liable to disqualification if he has:

i) Made misleading or false representation or deliberately suppressed the


information in the forms, statements and enclosures required in the pre-
qualification document.
ii) Record of poor performance such as abandoning work, not properly
completing the contract, or financial failures/weaknesses, etc.

g. Shortlisting will be subject to thorough verification of their credentials


and inspection of similar works carried out/in progress by them through a
Committee / Satisfactory Completion Report form the clients.

h. In case a large number of Vendors secure the minimum prescribed


qualifying marks, the Committee may restrict the number of qualifying
Turnkey Architects/Architectural Firms/Vendors.

i. No correspondence will be replied during the tender process.

j. After completion of the work, Final Bill to be submitted along with all the
As-Built Drawings, Inventory on works, Handing Over Report duly
signed.

k. The Prequalification Document and Notice Inviting Tender will be part of


the Agreement.

l. Only prequalified Vendors will be allowed to participate in the Financial


Bidding comprising of online Closed and Reverse Auction e-Bidding, after
remittance of the prescribed processing fee as per schedule intimated in
later dates.

You might also like