IRCON INTERNATIONAL LIMITED

Similar documents
Government of West Bengal Office of the Director General, West Bengal Fire & Emergency Services 13-D, Mirza Ghalib Street, Kolkata

NOTICE INVITING TENDER (NIT)

AMC for attending faults of Split AC s installed over L-2E, L-3E, L-4 & including Depot.

HOSTEL SECTION RE-TENDER PAPER. Hostel No. / 302 / TENDER. :08/01/2018 up to 5:00 p.m.

Notice inviting e-bids for Printing and Supply of IEC Material

1 P a g e. To be generated automatically by the E-procurement portal of the Govt. of Punjab.

NOTICE INVITING TENDER (NIT)

Standard Bid Document

BALMER LAWRIE & CO. LTD.

WEST BENGAL INDUSTRIAL DEVELOPMENT CORPORATION LIMITED PROTITI, 23, Abanindranath Tagore Sarani (Camac Street), Kolkata TENDER DOCUMENT FOR

INDIAN MARITIME UNIVERSITY (A Central University) Ministry of Shipping, Govt. of India EAST COAST ROAD, UTHANDI CHENNAI CAMPUS

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

VOLUME I GENERAL CONDITIONS OF CONTRACT (GCC)

No:532/Z/17/11/ /10/2014 RE-TENDER NOTICE FOR REMOVAL OF NON BIO MEDICAL WASTE

dsanzh; HkaMkj.k fuxe

NOTICE INVITING TENDER

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

SBI INFRA MANAGEMENT SOLUTIONS PVT.LTD. Head Office-Ground Floor, Raheja Chambers, Free Press Journal Marg, Nariman Point, Mumbai-21

Supply and Installation of A3 Size Scanner

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE) EASTERN ZONAL OFFICE 3A-Dr. S.N. Roy Road Kolkata

INDIAN INSTITUTE OF TECHNOLOGY KHARAGPUR, WEST BENGAL TENDER DOCUMENT FOR

REQUEST FOR PROPOSAL For Food Plaza for Leasing

NIT NO.38/EE/E-2/(DUSIB)/ /D-399 Dated: NOTICE RE-INVITING E-TENDER

DELHI URBAN SHELTER IMPROVEMENT BOARD OFFICE OF THE EXECUTIVE ENGINEER(E-4) DRAFT NOTICE INVITING TENDER

FOR PURCHASE OF ROUTER MACHINE WITH ALL ACCESSORIES NIFT, DELHI CAMPUS HAUZ KHAS, NEW DELHI

OFFICE OF THE CHIEF ELECTORAL OFFICER, HARYANA 30-BAYS BUILDING (3 rd FLOOR), SECTOR 17-B, CHANDIGARH TENDER DOCUMENT. For

BHARAT HEAVY ELECTRICALS LIMITED,

Tender Enquiry No: BCL/PUR/ CO2 Gas/SS/CW/VW/18-19/Rehab Dated:

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

RESERVE BANK OF INDIA HUMAN RESOURCE MANAGEMENT DEPARTMENT Hyderabad

SUPPLY OF MEDICINAL GASES FOR THE YEAR

BANK OF BARODA. Regional Office 129-D, Civil Lines Bareilly

CHEMELIL SUGAR COMPANY LIMITED

SECTION 1 NOTICE INVITING TENDER

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA

MECON LIMITED A Government of India Enterprise

ENGINEERING PROJECTS (INDIA) LTD. (A.Govt of India Enterprise) TENDER NO.- EPI/WRO/CON/681/0036

स एसआईआर-क य इल नक अ भय क अन स ध न स थ न

Notice Inviting Tender (NIT)

BALMER LAWRIE & CO. LTD.

QUOTATION FOR DISPOSAL OF OLD & OBSELETE COMPUTER H/W SYETEM, PRINTERS ETC. Only through

TENDER DOCUMENT FOR ANNUAL SOFTWARE SUBSCRIPTION AND SUPPORT RENEWAL FOR IBM LOTUS DOMINO LICENSES

BANGALORE MEDICAL COLLEGE AND RESEARCH INSTITUTE SUPER SPECIALITY HOSPITAL (PMSSY) VICTORIA HOSPITAL CAMPUS, BANGALORE

BALMER LAWRIE & CO. LTD. TECHNICAL / COMMERCIAL BID

PRINTING AND SUPPLY OF VARIOUS TYPE OF ANSWER BOOKS / OMR SHEETS

PEC University of Technology, Chandigarh

CENTRAL BOARD OF SECONDARY EDUCATION SHIKSHA KENDRA, 2, COMMUNITY CENTRE, PREET VIHAR, DELHI TENDER NOTICE

NOTICE INVITING e-tender

F.No.III-129/2017-NZP/ Government of India National Zoological Park Mathura Road, New Delhi - 3

TENDER DOCUMENT FOR RECEPTIONIST REGIONAL MUSEUM OF NATURAL HISTORY,BHOPAL

e-tender NOTIFICATION FOR 160KVA DIESEL GENERATER SET TO THE KARNATAKA SECONDARY EDUCATION EXAMINATION BOARD

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

NOTICE INVITING TENDER

TENDER NO. BCL/RD/ 2500 MS Scrap Cutting/2018 November 30, 2018

DIRECTORATE OF COMMERCIAL TAXES GOVERNMENT OF WEST BENGAL 14, BELIAGHATA ROAD, KOLKATA TENDER NO: DOCT/COMP/e-NIT20/ DATE: 13/08/2018

TAMIL NADU TEXTBOOK AND EDUCATIONAL SERVICES CORPORATION

ADMINISTRATIVE TRAINING INSTITUTE GOVERNMENT OF WEST BENGAL FC-BLOCK, SALT LAKE CITY, SECTOR-III, KOLKATA NOTICE INVITING TENDER

BALMER LAWRIE & CO. LTD. CONTAINER FREIGHT STATION

The tender document may be download from the website,www,cdac.in/

NOTICE INVITING TENDER FOR APPOINTMENT OF GST CONSULTANT SUMMARY

ENGINEERING PROJECTS (INDIA) LTD. (A Govt. of India Enterprise) TENDER NO.- EPI/WRO/CON/680/0061

NOIDA METRO RAIL CORPORATION (NMRC) LIMITED

TENDER FOR PRINTING & SUPPLY OF 2000 NOS. OF 150 YEARS BALMER LAWRIE HISTORY BOOK TENDER REF. NO. ADMIN / 150 YEARS TENDER NO.

COMMERCIAL TERMS AND CONDITIONS

NIT NO: F.1 (ICSIL)/01/241/ , New Delhi, Dated:

KARNATAKA POWER CORPORATION LIMITED (A PREMIER POWER GENERATING COMPANY OF GOVERNMENT OF KARNATAKA)

TENDER NOTICE (NIT NO: CDFD/ENGG/HVAC/WORKS/ /05)

SUBMISSION & OPENING OF TENDER

PUNJAB & SIND BANK ZONAL OFFICE DELHI II AT NRAINA INDUSTRIAL AREA -1

No. AN/III/2001/OC/briefcases & hb/ Subject:- Procurement of briefcases/handbags

BID DOCUMENT SECTION I

Memo No:1920/WBTDCL-11013(99)/4/2018-GM(WBTDCL)-WBTDCL

AGRICULTURAL PRODUCE MARKETING COMMITTEE (Market Of National Importance) New Office Complex, NFM- Ph.-II, Sarai Pipal Thalla, Azadpur, Delhi-33.

TENDER DOCUMENT FOR SUPPLY OF TATA MAGIC VEHICLES TO INDIAN INSTITUTE OF TECHNOLOGY HYDERBAD. Ref. No: IITH/101/Tender/Admin Date: Aug 23, 2018

Hiring of Courier Agency for delivery of Provisional Degree Certificate and Transcripts to Students

INSTRUCTION FOR BIDDERS FOR

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

LOK SABHA SECRETARIAT General Procurement Branch

The last date for submission of the bids is at

REMOTE SENSING APPLICATIONS CENTRE, U.P.

TENDER NO: BL/CFS/MUM/473 TECHNICAL / COMMERCIAL BID. Tender Document for. [Providing and fixing of 150 years logo board on wall]

DELHI METRO RAIL CORPORATION LTD. (A Joint Venture of Govt. of India & Govt. of NCT, Delhi)

Intelligent Communication Systems India Ltd. (ICSIL) TENDER NO: F.1 (ICSIL)/01/217/ 1D Barcode Reader Tis Hazari Court/ , Dated:

NOTICE INVITING TENDER (e-tender)

ADDENDUM. Sl.No. Page No / Clause. No. [Type text]

SUB: EMPANELMENT OF AGENCIES FOR PROVIDING PHOTOCOPY & BOOK BINDING SERVICEAT ICSI HQ NEW DELHI AND NOIDA

Himalayan Forest Research Institute

NOTICE INVITING TENDER FOR WORKS (TWO COVER SYSTEM) OPEN TENDER ENQUIRY

INDIRA GANDHI NATIONAL OPEN UNIVERSITY. Central Purchase Unit

PAWAN HANS LIMITED SAFDARJUNG AIRPORT NEW DELHI

Notice Limited Tender Enquiry

ADVERTISEMENT NOTICE FOR EMPANELMENT OF BOOK SUPPLIERS. Islamic University of Science &Technology

RAICHUR POWER CORPORATION LIMITED. Procurement of MS ERW Pipes for YTPS

BANSBERIA MUNICIPALITY Rudra Main Road, Bansberia, Hooghly Notice Inviting e-tender

PUDUCHERRY DISTILLERIES LIMITED (A Govt. of Puducherry Undertaking)

(a) Period of issue of Tender Document : to (b) Date and time for submission of Tender Document :

CENTRE FOR DEVELOPMENT OF ADVANCED COMPUTING. C-56/1, Sector-62, Institutional Area, Noida

BID DOCUMENT for. Architectural Services for Improvement of Conference Hall at Deep Bhavan, Noida

Transcription:

IRCON INTERNATIONAL LIMITED Tender Document For DESIGN CONSULTANCY (ARCHITECTURAL& STRUCTURAL) AND QUALITY CONTROL SUPERVISION FOR CIVIL, ELECTRICAL, MECHANICAL AND OTHER SERVICES RELATED TO THE CONSTRUCTION OF ADMINISTRATIVE BUILDING AND EXTENSION OF EXISTING SICK LINE SHED WITH GANTRY AT SANTRAGACHI STATION FOR SOUTH EASTERN RAILWAY, WEST BENGAL. Tender NO.IRCON/2052/TN/SRC/CONSUL-ADMN.BLDG/2017/56 Dated: 22.11.2017 NOVEMBER 2017 IRCON INTERNATIONAL LIMITED Regional Office (East) Metro Railway Service Building (4 th Floor), 56, C.R.Avenue, Kolkata- 700 012. Telephone & Fax: 033-22254860 E-mail: ircon.kol@gmail.com Seal & Signature of Tenderer 1

IRCON INTERNATIONAL LIMITED 1 Name of the work : DESIGN CONSULTANCY (ARCHITECTURAL & STRUCTURAL) AND QUALITY CONTROL SUPERVISION FOR CIVIL, ELECTRICAL, MECHANICAL AND OTHER SERVICES RELATED TO THE CONSTRUCTION OF ADMINISTRATIVE BUILDING AND EXTENSION OF EXISTING SICK LINE SHED WITH GANTRY AT SANTRAGACHI STATION FOR SOUTH EASTERN RAILWAY, WEST BENGAL. 2 Tender issued to : 3 Sr. No. of the tender issued : 01 4 Officer issuing the Tender Document Signature : Name : Designation : Date : This tender Document is Non- Transferable Seal & Signature of Tenderer 2

TENDER DOCUMENTS CONTENTS S. No. SECTION DESCRIPTION PAGES FROM TO 1 Section 1 e-tender Notice 4 14 2 Section 2 Form of Bid 15 16 3 Section 3 Instructions to Tenderers 17 34 4 Section 4 Appendix to Tender 35 36 5 Section 5 Special Conditions of Contract 37 55 6 Section 6 Annexure 56 60 7 Section 7 General Conditions of Contract 61 62 8 Section 8 Bill of Quantity 63 67 Seal & Signature of Tenderer 3

SECTION -1 e-tender NOTICE Seal & Signature of Tenderer 4

IRCON INTERNATIONAL LIMITED (A Govt. of India Undertaking) e- TENDER NOTICE Tender NO. IRCON/2052/TN/SRC/CONSUL ADMN.BLDG/2017/56 Dated: 22.11.2017 1.0 General Manager (East), Ircon International Limited (IRCON), Regional Office (East), Metro Railway Service Building (4 th Floor), 56 C.R.Avenue, Kolkata- forms for the work 700012 invites online bids in two packet system on prescribed detailed in the table given below. The bidder is advised to examine carefully all instructions including addendum/corrigendum, condition of contract data, forms, terms, technical specifications, bill of quantities in the bid document. SN Name of Work 1. Design Consultancy (Architectural & Structural) and Quality Control Supervision for Civil, Electrical, Mechanical and other services related to the Construction of Administrative Building and extension of existing Sick Line Shed with Gantry at Santragachi Station for South Eastern Railway, West Bengal. Estimated Earnest Cost Money of Work (Rs.) (Rs.) 59.93Lac 1,20,00 Completion Period 00/- Para 7.1 of Special Conditions of Contract Website https://www. tenderwizard.com/ircon may be referred for detailed terms and conditions of the bidding documents, which is available on line. Amendments/Corrigendum/Addendum, if any would be hosted on the website only. 2.0 BRIEF DESCRIPTION OF THE WORK IRCON INTERNATIONAL LIMITED (IRCON) has been entrusted with the Construction of Administrative Building (60m x 20mand B+G+3)having total floor area of 6000Sq.m (approx)and extension of existing Sick Line Shed with gantry (2 nos. 80m x 13m) at Santragachi Station. The details of structure and product mix of the structures to be constructed are enclosed as Annexure-V. 2.1 The sites for the proposed structures are situated in the premises of Railway area. Site Land Plans can be seen in the office of GM (East), IRCON, 4 th floor, Metro Railway service building, 56, C.R. Avenue, Kolkata. The proposed structures shall be planned and designed in accordance with Local Statutory Seal & Signature of Tenderer 5

regulations/railway regulations etc., other regulations/parameters laid down for the area with all civic amenities and shall be as per the instructions of Engineerin-Charge. 2.2 The consultant shall be responsible for Preparation of: i. Architectural details drawing & design for buildings for B+G+5 covering the facilities of the existing building in consultation with the Mechanical Division of SE Rly, Santragachi & Garden Reach HQ, including provision of modern facilities. ii. Design and detailing for extension of Existing shed with Gantry over Sick Line about 75m length each iii. Landscaping of total area including drainage & sewerage arrangement/system iv. Design of water supply scheme, firefighting and electrical installation etc. v. Design and Consultancy for all activities/item of works as per requirement ofmechanical Division of SE/Rly. The design consultancy for these works is intended to be taken in following three stages. The sequence of the stages so enumerated shall not prevent the Consultant from taking appropriate action necessary to adhere to the time schedule for completion of activities in each stage. STAGE I - Site Investigation, GA Drawing and BOQ. STAGE II - Detailed Design (Architectural and Structural) and Detailed Estimate. STAGE III - Construction till Completion. The details of scope of design and supervision under the three stages is mentioned in the Special Condition of Contract (SCC). 3.0 ELIGIBILITY CRITERIA : 3.1 ESSENTIAL QUALIFYING CRITERIA Eligibility of the tenderers shall be assessed based on the Technical Proposal and Financial Proposal as given below; The technical proposal of those bidders who fulfill the following Technical and Financial capacity criteria only shall be considered:- (A) Technical Capacity: (i) The Consultant(Applicant) shall have, over the past 10 (Ten) years preceding the proposed due date / date of submission of bid/proposal, undertaken a minimum of 2 (Two) Eligible Assignments as specified in Clause 3.1.1. (ii) Intending Consultantshould have strength of minimum one in-house graduate Architects. Seal & Signature of Tenderer 6

(iii) The Consultant firm should have at least one operating office in Kolkata (B) Financial Capacity: (i) The Consultant firm(applicant) shall have received a minimum amount of Rs. 2.0 Crores from professional fees in 3 (three) financial years preceding the date of submission of bid. The professional fees hereunder refers to fees received by the Applicant for providing advisory or consultancy services to its clients in fields of Civil design / architecture consultancy. C) Availability of Key Personnel: The Consultant (Applicant) shall offer and make available all Key Personnel meeting the requirements specified in sub-clause (D) below throughout the contract implementation. (D) Conditions of Eligibility for Key Personnel: Each of the Key Personnel must fulfil the Conditions of Eligibility specified below: SN Key Personnel Minimum Educational Qualification Length of Professional Experience Experience on Eligible Assignments 1 Chief Architect 2 Structural Design / Building Construction Expert 3 Electrical Design Expert Post Graduate Degree in Architecture /Urban Design Masters in Civil / Structural Engineering Bachelor in Electrical / Electrical & Communication Engineering 12 years He should have led the architectural planning or design teams for atleast one Eligible Assignments. 10 years He should have done structural design and planning for two Eligible Assignments out of which one shall of Building design 10 years He should have done Electrical Design for one Eligible Assignments. Tenderer must submit the CV having experience certificate duly signed by the Key Personnel for the works claiming in fulfilling the above eligibility criteria. 3.1.1 Eligible Assignments For the purposes of determining Conditions of Eligibility and for evaluating the Proposals under this consultancy, consultancy assignments in respect of architectural planning, master planning, urban design, detailed design and drawings for the following projects shall be deemed as eligible assignments (the Eligible Assignments ): Seal & Signature of Tenderer 7

(i) Development of a Railway station building, Metro stationbuilding, Airport Terminal building or other urban commercial building complex and having an estimated capital cost (excluding land) of at least Rs. 30 Crores in a project in India, (the Public Building Projects ); Note:The Consultantfirm (Applicant) claiming credit for an Eligible Assignment should have, prior to DATE OF SUBMISSION OF BID/PROPOSAL, completed the relevant assignment. Tenderer must submit the completion / execution of eligible assignments certificate from the client for the works claiming in fulfilling the above eligibility criteria. 3.1.2 METHODOLOGY AND WORK PLAN Consultantfirm (Applicant) must submit proposed methodology and work plan for design, delivery of drawing and construction sequence for the subject works. 4.0 TENDER EVALUATION System of evaluation of bids CQCCBS (Combined Quality Cum Cost Based Selection) Weight age for technical quality of the proposal 70% Weight age for cost of Financial proposal 30% 4.1 Evaluation of Technical Proposal a) In the first stage, the Technical Proposal will be evaluated on the basis of Applicant s experience, its understanding of Scope of work and Special Condition of Contract, proposed methodology and Work Plan, and the experience of Key Personnel. The scores shall be assigned according to technical proposal evaluation detailed in Annexure A. b) Only those Applicants whose Technical Proposals score 70 marks or more out of 100 shall qualify for further consideration, and shall be ranked from highest to the lowest on the basis of their technical score (S T ). c) While awarding marks for the number of Eligible Projects, the Applicant or Key Personnel, as the case may be, that has undertaken the highest number of Eligible Assignments shall be entitled to the maximum score for the respective category and all other competing Applicants or respective Key Personnel, as the case may be, shall be entitled to a proportionate score. No score will be awarded to an Applicant/ Key Personnel for fulfilling the eligibility criteria of a minimum number of Eligible Assignments and only projects exceeding the eligibility criteria shall qualify for scoring. For the avoidance of doubt and by way of illustration, if the minimum number of Eligible Projects for meeting the eligibility criteria is 2(two), then an equivalent number will be ignored for each Applicant/Key Seal & Signature of Tenderer 8

Personnel and only the balance remaining will be considered for awarding scores relating to the number of Eligible Assignments on a proportionate basis. However, for assigning scores in respect of the size and quality of Eligible Assignments, all Eligible Assignments of the Applicant/Key Personnel shall be considered. d) The firms who do not meet the requirement of tender guarantee or minimum qualifying score in technical proposal or are non- responsive, will be advised on completion of selection process and their financial proposals will be returned unopened. Successful bidders will be intimated of time, location and date of opening of financial package to enable intended bidders or their authorized representative toattend and witness the opening. e) There should not be any unsatisfactory performance report of the Applicant /Key Personnel from any source f) The bidders may be required to give presentation of their technical capability and past experience showing conceptual planning of the assignment before opening of financial bid. 4.2 Evaluation of Financial Proposal 4.2.1 In the second stage, the financial evaluation will be carried out as per this Clause 4.3. Each Financial Proposal will be assigned a financial score (S F ). 4.2.2 For financial evaluation, the total cost indicated in the Financial Proposal, will be considered as specified in Packet II, Financial bid of tender document. 4.2.3 IRCON will determine whether the Financial Proposals are complete, unqualified and unconditional. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the TOR within the total quoted price shall be that of the Consultant. The lowest Financial Proposal (FM) will be given a financial score (SF) of 100 points. The financial scores of other proposals will be computed as follows: 4.3 Combined and final evaluation S F = 100d x F M /F (F = amount of Financial Proposal) 4.3.1 The tender (Proposals) will finally be ranked according to their combined technical (ST) and financial (SF) scores as follows: S = S T x T w + S F x F w Where S is the combined score, and T w and F w are weights assigned to Technical Proposal and Financial Proposal that shall be 0.70 and 0.30 respectively. Seal & Signature of Tenderer 9

4.3.2 The Selected Consultant firm (Applicant) shall be the first ranked Tenderer / Applicant (having the highest combined score). ANNEXURE - A Technical Proposal Evaluation Item Parameter Code Maximum Criteria Marks 1. Relevant Experience 35 30% of the maximum marks of shall be awarded for the the applicant number of Eligible Assignments undertaken by the Applicant firm. The remaining 70% shall be awarded for: (i) the comparative size and quality of Eligible Assignments; (ii)other similar work in the infrastructure sectors; and (iii)overallturnover, experience 2. Proposed Methodology and Work Plan 3. Relevant Experience of the Key Personnel 3(a) Chief Architect 20 and capacity of the firm. 15 Evaluation will be based on the quality of submissions. 30% of the maximum marks for each Key Personnel shall be awarded for the number of Eligible Assignments the respective Key Personnel has worked on. The remaining 70% shall be awarded for: (i) the comparative size and Quality of Eligible Assignments; and (ii) other similar work in Infrastructure sectors. 3(b) 3(c) Structural/Building 20 Design Expert Mech.& Elec. 10 Design Expert Grand Total 100 Seal & Signature of Tenderer 10

ANNEXURE - C DETAILS OF THE PROJECTS COMPLETED AND COMMISSIONED BY THE CONSULTANT IN LAST SEVEN YEARS S N Name of the Project Note: Location of the Project Total Project cost for which consultancy has been provided by them Whether the consultancy was provided as prime consultant or joint venture Name, address and contact nos. of client Applicant s share in case of JV (%age) Date of completion of the project Duration of the consulting assignme nt 1. Give details of relevant projects only, which have been physically completed and commissioned. 2. Submit performance and completion certificates from the Client in respect of the information furnished above. Type of services rendered Remarks 5.0 Accessing/ Purchasing of Bid Documents 5.1 The complete Bid Document can be viewed / downloaded from the e- Procurement portal i.e. https://www.tenderwizard.com/ircon free of cost. 5.2 A Vendors Manual containing the detailed guidelines for e-procurement system is also available on e-procurement portal of IRCON. 5.3 It is mandatory for all the bidders to have class-iii Digital Signature Certificate (in the name of person having power of attorney to sign the Bid) from any of the licensed Certifying Agency (Bidders can see the list of licensed CA s from the link www.cca.gov.in) to participate in e- Procurement of IRCON. 5.4 It is mandatory for the bidders to get their firm/company registered with e-procurement portal of IRCON, i.e. https://www.tenderwizard.com /IRCON to have user ID & password by submitting a non-refundable annual registration charge of Rs.2,500/-(exclusive of taxes, levies, etc.) which can be paid online through Debit/Credit Card in favour of M/s ITI Limited, payable at New Delhi using the payment gateway of Punjab National Bank. The registration so obtained by the prospective bidder shall be valid for one year from the date of its issue and shall be subsequently renewed. 5.5 Tender documents will be available online on website https://www.tenderwizard.com/ircon from 22/11/2017(11.00Hrs) which can be downloaded free of cost till the last date and time of submission of tender. However, to participate in the online bidding process, bidders are required to pay a non-refundable fee of Rs.5,000/- (Rupeesfive thousandonly) towards the cost of one set of tender document through NEFT or RTGS onlyin IRCON s e-procurement Bank Account No. 11

039703801120001 of Corporation Bank, RTGS/IFSC Code: CORP0000397 in favour of IRCON INTERNATIONAL LIMITED payable at Kolkata. 5.6 In addition to this, Bidder shall submit a non-refundable fee of Rs.3,536/- (RupeesThreeThousand FiveHundred ThirtySix only)inclusive of all taxes towards e-bid processing fee paid online through Debit/ Credit Card in favour of M/s ITI Limited using the payment gateway. 6.0 Pre-bid meeting 6.1 A pre-bid meeting of the interested prospective bidders shall be convened on 05.12.2017 at 15.00 Hrs in the office of General Manager/East, IRCON INTERNATIONAL LIMITED (IRCON), Metro Railway Service Building, 4th Floor, 56, C.R. Avenue, Kolkata- 700012. 6.2 The purpose of the pre-bid meeting is to clarify issues and to answer questions on any matter that may be raised. 6.3 The bidder is requested to submit his queries in writing so as to reach this office not later than 4 days before the meeting i.e. before 01/12/17. 6.4 Any prospective bidders desirous of attending the pre bid meeting shall send a letter of authority on its letter head specifying the name and designation of the person who will be attending the pre bid meeting on its behalf to the GM/East, IRCON INTERNATIONAL LIMITED (IRCON), Metro Railway Service Building, 4th Floor, 56, C.R. Avenue, Kolkata -700012. Any such letter of authority shall reach IRCON at-least three days before the date of pre-bid meeting. 7.0 Validity of Bidder s Registration on the e-procurement portal of IRCON Bidders may note the following: (a) It shall be the sole responsibility of the bidder(s) to keep the Registration valid up to the original/extended date of submission of bid. (b) Bids can be submitted only during the validity of their registration. 8.0 IRCON may issue addendum(s)/corrigendum(s) to the tender documents. In such case, the addendum(s)/corrigendum(s) shall be issued and placed on website https://www.tenderwizard.com/ircon at any time before the closing time of tender. The tenderers who have downloaded the tender documents from website must visit the website and ensure that such addendum(s)/corrigendum(s) (if any) is also downloaded by them. This shall be the responsibility of the prospective registered bidders to check the web site for any such corrigendum/addendum at the time of closing time of tender and ensure that bid submitted by them are in accordance with all the corrigendum/addendums. Suitable time extension (not less than 3 days beyond the date of last amendment) for submission of bids will be granted. 12

9.0 The tender documents shall be submitted online on or before 15.00 Hrs on 13/12/2017in the prescribed format given on the websites and technical bid received online shall be opened at 15:30Hrs on 13/12/2017. No other mode of submission is acceptable. Detailed credentials as per the requirement and all tender papers except Bill of Quantities are to be submitted in Technical Bid. Bill of Quantities with rates duly filled in are to be submitted in the format provided online in the name of Financial Bid. Hence, physical submission of the documents is limited to submission of original Earnest Money Deposit in the form of Pay Order/ Demand Draft / Fixed Deposit Receipt / Bank Guarantee as per provision given in sub-clause 9.1 of Instructions to Tenderers.Representative of the biddermay attend the online opening of the technical bids on 13/12/2017at 15.30 Hrs. However, such representatives shall be allowed to attend the opening of the Technical Bids, only, if such person presents the letter of authority issued in his name by the bidder on his letter head. (NOTE: The timing for Request, Issue, Closing & opening of tender should be followed as mentioned under Tender Details in the tender website i.e. https://www.tenderwizard.com/ircon). 10.0 Bidders cannot submit the tender after the due date and time of e-bid submission. Time being displayed on e-procurement portal of IRCON ( Standard Time ) shall be final and binding on the bidder. e-bids are required to be submitted by bidders, only as per the Indian Standard Time (IST) and not the time as per their location/country. 11.0 The bidders are advised to submit their e-bids well before the e-bid due date. IRCON shall not be responsible for any delay in submission of e- bids for any reason including server and technical problems. 12.0 The Technical and Financial Bid shall be digitally signed by the Authorized Signatory of the bidder & submitted on-line only. The authorized signatory of the bidder must be in possession of Power of Attorney before submitting the digitally signed bid. Scanned copies of various documents can be prepared in different file format (PDF, JPEG). Bidders can upload a single file of size 5 MB only but they can upload multiple files. 13.0 Tender shall be submitted as per Instructions to Tenderers forming a part of the tender document. 14.0 Tender received without original Earnest Money in the form asspecified in tender documents shall not be considered andshall be summarily rejected. 15.0 IRCON reserves the right to cancel the tenders before submission/opening of tenders, postpone the tender submission/opening date and to accept/reject any or all tenders without assigning any reasons thereof. 16.0 Tenderers may note that they are liable to be disqualified at any time during tendering process in case any of the information furnished by them is not found to be true. EMD of such tenderer shall be forfeited. The decision of IRCON in this regard shall be final and binding. 13

17.0 The validity of the offer shall be for the period indicated in Appendix to Tender after the date of opening of the tender. 18.0 Purchase Preference Policy for Micro and Small Enterprises (MSEs) Registered Firms:- 18.1 Purchase Preference to Micro and Small Enterprises (MSEs) as admissible under Government s existing policy on the date of acceptance of tender shall be applicable to Micro and Small Enterprises (MSEs) registered with any statutory bodies specified by Ministry of Micro, Small & Medium Enterprises having Udyog Aadhaar Memoranda shall also be given all benefits under Public Procurement Policy Order 2012. 18.2 The tenderer(s) shall submit photocopy of current and valid MSEs registration certificate inclusive of all the pages showing the category of entrepreneur whether the registered firm is owned by General or SC/ST entrepreneurs, monetary limit of their registration for the items tendered to avail the benefits under the policy. The MSEs shall also submit a copy of Entrepreneur s Memorandum (Part-II) of the concerned district centre where the unit is established. The MSEs must also indicate the terminal validity date of their registration. 18.3 Such MSE registered firms shall be exempted from payment of tender document cost and payment of Earnest Money Deposit. 18.4 Definition of MSEs owned by SC / ST is as given below: 18.4.1 In case of proprietary MSE, proprietor(s) shall be SC/ST. 18.4.2 In case of partnership MSE, the SC/ST partners shall be holding at least 51% shares in the unit. 18.4.3 In case of Private Limited Companies, at least 51% share shall be held by SC/ST promoters. 18.5 All bidders registered under Micro and Small Enterprises (MSEs) shall have to satisfy the eligibility criteria at par with other bidders. There shall not be any relaxation in eligibility criteria/ tender process or other tender requirements and L.1 price. 18.6 The above facilities shall not be applicable for the items for which they are not registered For & on behalf of IRCON INTERNATIONAL LIMITED General Manager/East, Metro Railway Service Building, 4 th Floor, 56, C.R. Avenue, Kolkata 700012 Telefax: 033-22254860, E-mail: ircon.kol@gmail.com 14

Section 2 Form of Bid 15

FORM OF BID To IRCON INTERNATIONAL LIMITED, General Manager, 56,C.R.Avenue, Metro Rly Service Bldg(4 th Floor) Kolkata-700012 Dear Sir, I/We, (Name and address of the tenderer) have read the various terms and conditions of the e-procurementdocuments attached here with duly signed by me/us and agree to abide by the same. I/We also agree to keep this tender open for acceptance within the period of the validity of bids and on default thereof our Earnest Money is liable to be forfeited. I/We hereby declare that we have visited the site of the work and have made ourselves fully conversant of the conditions therein and including the topography of area, soil strata at site of work, sources and availability of construction materials, rates of construction materials, water, electricity, all local taxes, royalties, octroi etc., availability of local labour (both skilled and unskilled), relevant labour rates and labour laws, the existing road and approaches to the site of work, requirements for further service roads / approaches to be constructed by me / us, the availability and rates of private land etc. that may be required by me / us for various purposes, climatic conditions, law and order situation and availability of working days. I/We have quoted our rates for various items in the Bill of Quantities taking into account all the above factors and I/We offer to do the work Design Consultancy (Architectural & Structural) and Quality Control Supervision for Civil, Electrical, Mechanical and other services related to the Construction of Administrative Building and extension of existing Sick Line Shed with Gantry at Santragachi Station for South Eastern Railway, West Bengal. at the rates quoted in the attached Bill of Quantities and hereby bind ourselves to complete the work in all respects within time schedule depicted in tender documents from the date of issue of letter of acceptance of tender. I/We also understand that until a formal Contract Agreement is executed, Letter of Acceptance along with all tender documents shall constitute a binding contract between me/us and Ircon International Limited. Our Bank Account No. for the purpose of refund of EMD is. (Account No., Name of A/C Holder, other details for NEFT/RTGS). Thanking you, Yours Faithfully, Signature and name of the signatory in capacity of duly authorized to sign bids for and on behalf of: (In Block capital letters) Date this day of 201_. 16

SECTION 3 INSTRUCTIONS TO TENDERER 17

A. 1 General INSTRUCTIONS TO TENDERER 1.1 Name of the Work: As indicated in Appendix to Tender. 1.2 A bidder in the capacity of Individual or Sole Proprietor, Partnership Firm or Company can participate in the tender and the bidder must upload attested copies of the constitution of its firm such as Partnership Deed, Memorandum & Articles of Association etc. along with original Power of Attorney of authorized signatory. No Joint Venture or consortium arrangement is permissible for this tender. 1.3 The work is proposed to be executed under the following relationship:- a) Client/Railways : South Eastern Railway under Ministry of Railways, Govt. of India. b) Employer : IRCON INTERNATIONAL LIMITED, (IRCON) Regional Office (East) Metro Railway Service Building (4 th Floor), 56, C.R.Avenue, Kolkata- 700 012. c) Engineer-in-charge/Engineer : Project Head of Employer or any other officer authorized by the Employer. d) Consultant : The tenderer to whom the work is awarded shall become the Consultant/ Architectural firm for the execution of this work. 1.4 1.5 Throughout these bidding documents, the terms bid and tender and their derivatives ( bidder / tenderer ), bid/tendered, bidding / tendering, etc.) are synonymous. Day means calendar day. Singular also means plural. Scope of Work: As indicated in Appendix to Tender. 1.6 Approximate Estimated cost of the work is indicated in the Appendix to Tender. 1.7 A bidder shall submit only one bid in the capacity of an Individual or Sole Proprietor, Partnership firm or Company. Violation of this condition is liable to disqualify the tenders in which such bidder has participated and EMD of all such tenderers shall stand forfeited. 18

2 Cost of Bidding 2.1 The bidder shall bear all costs associated with the preparation and submission of the bid and the Employer will in no case be responsible or liable for these costs regardless of the conduct or the outcome of the bidding process. B. The Bidding Documents The tenderers must use the online technical and financial sheets available in excel format in this Tender Document for submission of their Technical as well as Financial Bid. Any Bid not conforming to the prescribed format is liable to be declared non-responsive. 3 Content of bidding documents 3.1 The bidding documents include the following: Notice Inviting Tender Instructions to Tenderers Appendix to Tender Form of Bid Special Conditions of Contract General Conditions of Contract Bill of Quantities 3.2 The bidder is expected to examine all instructions, terms, conditions, forms, specifications, corrigendum/addendums and other information in the bidding documents. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at the bidders' risk and may result in rejection of his bid. 4 Understanding and Amendment of Tender Documents 4.1 The bidder must obtain for itself on its own responsibility and its own cost all the information including risks, contingencies & other circumstances in execution of the work. It shall also carefully read and understand all its obligations & liabilities given in tender documents. 4.2 The bidder is advised to visit and examine the site where the work is to be executed and its surroundings or other areas as deemed fit by the bidder and obtain for itself on its own responsibility all information that may be necessary for preparing the bid and execution of the contract. The cost of visiting the site and collecting relevant data shall be at the bidder s own expenses. It is a condition of the tender that the tenderer is deemed to have visited the site and satisfied himself with all the conditions prevailing including any difficulties for executing the work. 19

4.3 At any time prior to the deadline for submission of bids, Employer may for any reason whether at its own initiative or in response to any request by any prospective bidder amend the bidding documents by issuing Corrigendum, which shall be part of the Tender documents. The amendment shall be advised to all the prospective bidders. 4.4 Employer may at its discretion extend the deadline for submission of the bids at any time before the time of submission of the bids. C. Preparation of the Bids 5 Language of Bid 5.1 The bid prepared by the bidder and all documents related to the bid shall be written in English. 6 Signing of All Bid papers and Completing Bill of Quantities 6.1 It shall be deemed that e-bid uploaded by the tenderer is digitally signed by his authorized representative holding the Power of Attorney. 6.2 While filling up the rates in the Bill of Quantities, tenderer shall ensure that the rates are filled up in figures only. System will automatically convert such filled up rates into words. In case of item rate tenders, the system will automatically calculate the total price by multiplying the unit rate with quantity. 6.3 The bid should be submitted online only in the prescribed format given in the e-procurement portal of IRCON. No other mode of submission is accepted. The Technical and Financial Bid shall be digitally signed by the authorized signatory of the bidder & submitted online only. No hard copy of Technical and Financial bid is required to be submitted. The tenderer may download financial bid form and upload the same duly filled through online e-procurement process. The tenderer must fill and submit the prices as per instructions given in Bill of Quantities. The system does not permit any addition or alteration in the tender documents. The requisite details should be filled in by the tenderer wherever required in the documents. Incomplete tender or tender not submitted as per instructions is liable to be rejected. If a tenderer does not quote a price/rate for any Bill of Quantities (BOQ)item, the system will not accept the tender document. 7 Deviations 7.1 The tenderer should clearly read and understand all the terms and conditions, specifications, drawings, etc. mentioned in the original 20

tender documents. If the tenderer has any observations, the same may be indicated in his forwarding letter along with the tender. 8 Transfer of tender documents Tender Documents will be received in electronic form only after payment of Tender document fee and tender processing fee. 9 Earnest Money 9.1 The tenderer must furnish the Earnest Money as indicated in Appendix to Tender for the work as specified failing which the tender shall be summarily rejected. The Earnest Money may be in any one of the following forms: a) Pay Order/Demand Draft of any Scheduled Bank in India in favour of Ircon International Limited payable at a place as given in Appendix to Tender. It is mandatory for bidders to provide their Banker's details (Name of Bank & Branch) along with their own bank details (Account No., Name of Account Holder, NEFT/RTGS details). b) Fixed Deposit Receipt issued by any Scheduled Bank in India endorsed in favour of IRCON INTERNATIONAL LIMITED. c) EMD value upto Rs.10.00 Lacs must be in the form of Pay Order/DD/FDR. In addition, EMD may also be paid through NEFT or RTGS in IRCON s e-procurement bank account no.: 039703801120001of Corporation Bank, RTGS/IFSC code: CORP0000397 in favour of IRCON INTERNATIONAL LIMITED payable at Kolkata. Earnest Money in the form of Pay Order/DD/FDR/BG shall be scanned & uploaded through online e-procurement process. Further EMD in original form sealed in an envelope must be received by Employer at the address specified in the e-procurement Notice not later than the prescribed date and time for e-bid submission. Proof of transaction towards payment of Earnest Money through NEFT or RTGS shall be scanned either in PDF or JPEG format such that file size is not more than 5 MB and uploaded during the online submission of the e-bid not later than the prescribed date and time for e-bid submission. No interest shall be allowed on Earnest Money Deposit. 9.2 9.2.1 Forfeiture of Earnest Money: The Earnest Money of the tenderer shall be forfeited if he withdraws his tender after opening of the tender during the period of tender validity specified in the Appendix to Tender or extended validity period as agreed to in writing by the tenderer. 21

9.2.2 i) ii) iii) 9.2.3 The Earnest Money of the successful tenderer is liable to be forfeited if he fails to; sign the Contract Agreement in accordance with the terms of the tender, or furnish Performance Guarantee in accordance with the terms of the tender, or commence the work within the time period stipulated in the tender. In case of forfeiture of EMD, the tenderer shall be debarred from bidding in case of re-invitation of the tenders. 9.3 Return of Earnest Money: 9.3.1 The Earnest Money of the unsuccessful tenderers in the form of FDR/BG shall be discharged and returned as promptly as possible and the Earnest Money in the form of DD/Pay Order/ NEFT or RTGS shall be directly credited to his bank account through Electronic Fund Transfer, under advice to the bidder. 9.3.2 i) The Earnest Money Deposit of the successful tenderer shall be dealt as under:- The Earnest Money after acceptance of the tender shall be converted into Retention Money. No further Retention Money shall be recovered from the running bills. EMD converted into Retention Money shall be retained till 12 month beyond the completion date of this work. 10 Period of validity of the tender 10.1 The tender shall remain valid for the period indicated in Appendix to Tender after the date of the opening of the tender. If the Tenderer gives validity period less than that fixed/prescribed by Employer, the tender shall be liable to be rejected. 10.2 Notwithstanding the above clause, Employer may solicit the tenderer s consent to extend the validity period of the tender. The request and the response shall be made in writing. D. Submission of Bids 11 Deadline for submission of tender 11.1 Earnest Money Deposit required in physical form, as per Clause 9 of Instructions to Tenderers must be received by Employer at the address specified in the e-procurement Notice not later than the prescribed date and time for e-bid submission. 22

11.2 Any tender related documents received after opening of the tender shall be rejected. Tenderers must upload the good scanned copy of relevant documents required to be submitted on e-procurement website as mentioned in the tender documents. The document which is not readable or legible will not be given cognizance. e-bids which are not supported by relevant documents shall not be considered during evaluation of bid. 12 12.1 12.2 12.3 12.4 Modification / Substitution / Withdrawal of tender The tenderer may modify, substitute or withdraw his e-bid after online submission prior to the date and time of e-bid opening. For modification of e-bid, bidder has to first detach its old e-bid from the e-procurement portal of IRCON and then upload / resubmit digitally signed modified e-bid in the e-procurement portal of IRCON. For withdrawal of e-bid, bidder can withdraw his e-bid by clicking on withdrawal icon at e-procurement portal. Before withdrawal of an e-bid, it may specifically be noted that after withdrawal of an e-bid for any reason, tender processing fee will not be refunded. The bidder trying to re-submit the e-bid will have to pay the processing fee and cost of tender document again. 13 Submission of an e-bid by a tenderer implies that he had read all the tender documents including amendments if any, visited the site and has made himself aware of the scope and specifications of the work to be done, local conditions and other factors having any bearing on the execution of the work. 14 Submission of tenders 14.1 All documents/ forms/instructions/specifications etc listed in item 3.1 of this notice and those attached as per the Annexure V are deemed to be a part of the bid/tender and accepted by the bidder. 14.2 In case of any ambiguity, IRCON will be free to seek confirmation of information from the issuer of the document. E. e-bid opening and Evaluation 15 Opening of the tender 15.1 Tenders will be opened at the address mentioned in e-procurement Notice in presence of tenderers or authorized representatives of tenderers who wish to attend the opening of tenders. Physical presence during e-bid opening is optional. 23

15.2 Tenderers or their authorized representatives who are present shall sign register in evidence of their attendance. 15.3 Tenderer s name, presence or absence of requisite Earnest Money, total cost of work quoted or any other details as Employer may consider appropriate will be displayed with list to all participating bidders online after bid opening. 16 Clarification of the tenders 16.1 To assist the examination, evaluation and comparison of the tenders, Employer may at his discretion ask the tenderers for any clarifications as considered essential. All such correspondence shall be in writing and no change in price or substance of the tender shall be sought or permitted. The above clarification for submission of the details shall form part of the tender and shall be binding on tenderer. 17 Preliminary examination of bids 17.1 The Employer shall examine the bids to determine whether they are complete, whether physical copy of all the relevant documents have been received not later than the prescribed date and time for e- bid submission and generally they are in order. 17.2 Prior to the detailed evaluation, Employer shall determine whether each bid is of acceptable quality, is generally complete and is substantially responsive to the bidding documents. For purposes of this determination, a substantially responsive bid is one that conforms to all the terms, conditions and specifications of the bidding documents without material deviations, objections, conditionality or reservation. A material deviation, objections, conditionality or reservation is one; i) That affects in any substantial way the scope, quality or performance of the contract. ii) iii) That limits in any substantial way, inconsistent with the bidding documents, the Employers rights or the successful Bidder s obligations under the contracts; or whose rectification would unfairly affect the competitive position of other Bidders who are presenting substantially responsive bids. 17.3 If an e-bid is not substantially responsive, it shall be rejected by the Employer. 17.4 In case of tenders containing any conditions or deviations or reservations about contents of tender document, Employer may ask for withdrawal of such conditions/deviations/reservations. If the tenderer does not withdraw such conditions/deviations/ reservations, the tender shall be treated as non responsive. 24

Employer s decision regarding responsiveness or nonresponsiveness of a tender shall be final and binding. 18 Evaluation and comparison of tenders 18.1 In case of open tenders, bids, which are determined as substantially responsive, shall be evaluated based on criteria. The tenderer must scan and upload all necessary authentic data with necessary supporting certificates of the various items of evaluation criteria failing which his tender is liable to be rejected. 18.2 The Employer/Engineer reserves the right to negotiate the offer submitted by the tenderer to withdraw certain conditions or to bring down the rates to a reasonable level. The tenderer must note that during negotiations of rates of items of BOQ can only be reduced and not increased by the tenderer. In case the tenderer introduces any new condition or increases rates of any item of BOQ, his negotiated offer is liable to be rejected and the original offer shall remain valid and binding on him. 19 Canvassing 19.1 No tenderer is permitted to canvass to Employer on any matter relating to this tender. Any tenderer found doing so may be disqualified and his bid may be rejected. 20 Right to accept any tender or reject all tenders Employer/Engineer reserves the right to accept, split, divide, negotiate, cancel or reject any tender or to annul and reject all tenders at any time prior to the award of the contract without incurring any liability to the affected tenderers or any obligation to inform affected tenderer, the grounds of such action. 21 If the tenderer, as individual or as a partner of partnership firm, expires after the submission of his tender but before award of work, the Employer/Engineer shall deem such tender as invalid. 22 Award of Contract 22.1 Employer/Engineer shall notify the successful tenderer in writing by Courier/ Speed Post or per bearer or delivering the same by e-mail duly attached with scanned copy of Proof of Dispatch (POD) that his tender has been accepted. 22.2 Letter of Acceptance after it is signed by the Contractor in token of his acceptance shall constitute a legal and binding contract between Employer/Engineer and the contractor till such time the contract agreement is signed. 25

23 Consultant Performance Feedback and Evaluation System The employer will have a Consultant Performance Feedback and Evaluation System for periodic evaluation of Consultants performance during execution of Contract. In case Consultant s over-all performance is found unsatisfactory (<75% for Consultancy Contracts) based on the parameters as listed in Annexure 'III', the Consultant is liable to be declared a Non-Performer, and will become ineligible for participation in future tenders of this Organization for a period of 2 (two) years from the date of such decision. This decision is to be conveyed to the Consultant in writing. The non-performer status may be revoked during currency of the contract on improvement of performance parameters during the next annual review. This is without prejudice to any other recourse available to the Employer under the Conditions of Contract. 24 Ineligibility to participate in re-tenders/ future cases Notwithstanding anything contained in the Qualification Clauses of ITT, if a bidder withdraws from an offer after having been declared a preferred bidder or after Notification of Award or does not sign the Contract Agreement pursuant to the Letter of Acceptance or does not submit an acceptable Performance Security which results in tender being annulled then such bidder shall be treated as ineligible for participation in re-tendering of this particular work and also for any other work for a period of 6 months. A repeat incident of similar type within a period of 2 (two) years will render the bidder ineligible for participation in all future tenders for a further period of 2 (two) years. 25 Declaration of non-performance or ban status Tenderers are not eligible to participate in the tender process under the following conditions: a. They have been declared a non-performer by any Organization / Authority / Public Sector Enterprises in India, any Government Department in India or a multilaterally funded agency during the last two years prior to the date of our bid submission. b. They are currently debarred for tendering, blacklisted, suspended in any Organization / Authority / Public Sector Enterprises in India, any Government Department in India or a multilaterally funded agency. Accordingly, tenderers are required to sign an Affidavit as per the enclosed pro-forma in Annexure-'IV', declaring their status of non-performance or debarment. 26

26. Tenderer to be fully responsible for the consequences of misrepresentation a. Any suppression of information and misrepresentation will render the tenderer ineligible for the tender along with the forfeiture of Earnest Money. The tenderer will also be liable for disqualification for future tenders of IRCON for a period of 2 years. b. If any suppression of information and misrepresentation is found after the award of Contract, the Contract may be terminated with forfeiture of EMD, PG and SD (if any). The Contractor will also be disqualified for future tenders of IRCON for a period of 2 years. 27

Annexure - I DETAILS OF THE BIDDER 1. Name of the Bidder : 1.1 Registered Address of the bidder : Land Line Telephone Number with STD Code : FAX Number with STD Code : 1.2 Address for communication : Land Line Telephone Number with STD Code : FAX Number with STD Code : e-mail Address : 2. Banker s Details for Payment through Electronic Clearing System (ECS): Name of bank : Address of bank : Account No. : Name of Account Holder : IFSC : Telephone No. with STD Code : e-mail Address : 28

Annexure - II ASSESSMENT OF PERFORMANCE OF WORKING SUBCONTRACTOR Not Applicable 29

Annexure-'III' ASSESSMENT OF PERFORMANCE OF WORKING CONSULTANT S. No. Description Weightage Remarks 1 Resource Management 15 Assigned Obtained 1.1 Mobilisation time 5 Shall be immediate as per the submission 1.2 Deputation of qualified team leader -overall co-ordination 1.3 Deputation of experienced staff for specific job/trade 2 Quality Assurance 20 2.1 Methodology of submission of drawing 2.2 Methodology to ensure that integrated drawings are issued and not in isolation 2.3 Formats for delivery stages of project 2.4 Quality of submission adequate detailing 3 Physical Progress 65 3.1 Submission of detailed schedule of delivery with number of drawings to be submitted 3.2 Adherence to Milestones for various submissions 3.3 Capability of change management and incorporation of changes 5 Person so nominated at the time of submission shall not be changed 5 Persons identified at the time of submission may not be changed 5 There has to be a document stating the methodology of forwarding the drawing 5 Working on the same platform and on the same corrected drawing 5 So as to segregate the drawings for info, tender and working drawings 5 Is there in house cross checking facility 5 This needs to be tweaked with construction programme 10 Important to ensure smooth working 10 3.4 Timely response to the queries Important for execution and is measure of seriousness about the project a During design stage 5 b During execution stage 5 3.5 Quality and detailing of Report 20 Speaks about the effort and sincerity 3.6 Timely submission of the reports/details/ calculations etc. TOTAL: 100 10 Mandatory for timely execution of the project 30

AFFIDAVIT Annexure-'IV' I/we, the undersigned, do hereby solemnly affirm and declare that- 1. Neither our firm nor any of the members/ partners in any manner as an individual or the constituent partner in case of partnership firm have been declared non-performer by any Organization / Authority / Public Sector Enterprises in India, any Government Department in India or a multilaterally funded agency during the last two years prior to the date of our bid submission. 2. As on date our bid submission, neither our firm nor any of the members/ partners in any manner as an individual or the constituent partner in case of partnership firm are debarred for tendering, blacklisted, suspended in any Organization / Authority / Public Sector Enterprises in India, any Government Department in India or a multilaterally funded agency. 3. We have no objection to IRCON requesting to any bank, person, firm or body and any such agency furnishing pertinent information as deemed necessary or to verify this statement or regarding our competence and general reputation. 4. We understand that further qualifying information may be requested by IRCON and we agree to furnish any such information at the request of IRCON within the prescribed time. 5. We bind ourselves with all the stipulations of the Bidding Document including period of completion, provision of adequate equipment, personnel and other resources required for completion within the stipulated completion period and agree to augment any resources, if found necessary for timely completion of the project, as desired by the IRCON. 6. We have read and understood all the provisions included in the Integrity Pact and abide by them, if applicable. 7. We have read and understood all the provisions included in the bid documents and abide by them. 8. The information furnished by us is correct and we understand the consequences in case any of the information furnished is not found to be true. (Signed by the Authorized Representative of the Firm) Name of the Authorized Representative. Name of the Firm. Dated: 31