NOTICE INVITING PROPOSAL Sl. Pg. 1 1. CIDCO of Maharashtra Limited through the process of e-tendering invites On-line Proposal from single business entities fulfilling the eligibility criteria for PMIC work of NAINA Project mentioned hereinafter : (hereinafter referred to as the Prospective Bidder ): Sr. Description Details 1. Name of Work: Project Management & Implementation Consultancy for Physical Infrastructure works in Navi Mumbai Airport Influence Notified Area (NAINA) of CIDCO. 2. C.A. 01/CIDCO/CE(NM)/SE(HQ)/2015-16 3. EMD Rs. 5,00,000/- (To be paid via online payment Gateway Mode only) 4. Consultancy Period 60 (Sixty) Months (To be continued after initial 12 months based on satisfactory performance for 4 subsequent periods of 12 months each, such continuation to be at the absolute and sole discretion of CIDCO.) 5. Bid Price: INR 5250/- (Indian Rupees Five Thousand Two Hundred Fifty only) - including VAT @5% - Non Refundable, to be paid via online payment Gateway Mode only 2. This RFP document is non-transferable. 3. MANDATORY ELIGIBILITY CRITERIA: 3.1 Statutory Criteria (No Go Criteria) i) Service Tax Registration Certificate (STC) ii) iii) iv) Valid Bank Solvency Certificate of Rs. 75.0 Lacs. Income Tax Permanent Account Number (PAN) Tax Deduction Account Number (TAN) v) List of Total Staff vi) vii) CV s of Key Personnel List of Equipments (Software & Hardware)
Sl. Pg. 2 viii) ix) List of Similar Works & its magnitude executed in last 5 years along with work completion certificate. List of works currently in hand. If Prospective bidders fails to upload scanned copies of above documents then his bid will be considered as non-responsive and disqualified from taking further part in the bid process. 3.2 TECHNICAL EXPERIENCE (GO CRITERIA Will get marks during technical evaluation of bids) i) The prospective bidder must establish that it possesses technical experience of having successfully completed as Single Business Entity Project Management & Implementation Consultancy for one physical infrastructure project of not less than INR 100 Crores value involving not less than 2 Sq.Km. area in the period not later than 5 years preceding to later date specified in the e-handover of the prepared documents. The prospective bidder must submit completion certificate issued by the competent authority as evidence of the technical experience. OR ii) The prospective bidder must establish that it possesses technical experience of having successfully completed as Single Business Entity Project Management & Implementation Consultancy for two physical infrastructure projects of not less than INR 80 Crores value each involving not less than 1.5 Sq. Km. area of each in the period not later than 5 years preceding to later date specified in the e-handover of the prepared documents. The prospective bidder must submit completion certificate issued by the competent authority as evidence of the technical experience. OR
Sl. Pg. 3 iii) The prospective bidder must establish that it possesses technical experience of having successfully completed as Single Business Entity Project Management & Implementation Consultancy for three physical infrastructure projects of not less than INR 60 Crores value each involving not less than 1.2 Sq. Km. area of each in the period not later than 5 years preceding to later date specified in the e-handover of the prepared documents. The prospective bidder must submit completion certificate issued by the competent authority as evidence of the technical experience. 3.3 FINANCIAL CRITERIA: (GO CRITERIA Will get marks during technical evaluation of bids) The Prospective Bidder must establish that it possesses financial capabilities on the last date of previously completed financial year which is audited by statutory auditors/ Chartered Accountant as under: i) Working Capital (Current Assets Current Liabilities) Working Capital of the Prospective Bidders during last audited financial year viz. 2013-14 should be greater than INR 2.50 Crores. ii) iii) iv) Profitability: Profit after Tax should be Positive for Any Three Years out of last five consecutive financial years. The profit shall not be negative for last two consecutive financial years. Net Worth: Net worth of Prospective Bidder during last audited financial year viz. 2013-14 should be greater than Rs. 5.00 Crore. Average Annual Turnover: The average annual turnover of last three financial years viz. 2011-12, 2012-13 & 2013-14 should be minimum INR. 10.00 Crores.
Sl. Pg. 4 3.4 Key Personnel Resource criteria (Go-Criteria will get marks during technical evaluation of bids.) The prospective bidder must establish that it has key personnel resources available with them as it s permanent employees on the date of submission of bids and submit CV s of all the employees in the technical bid for evaluation by Technical Evaluation Committee. Title & A. LPM (1 ) B. PM (2 Nos.) Key Personnel Lead Project Manager (first Project Manager to be appointed by the selected bidder; shall act as Lead Project Manager when two or more teams are deployed, when required by CIDCO) Qualification & Experience Post Graduation in Civil Engineering with MBA in relevant field of reputed institution and at least 15 years experience in the related field in similar assignment Or Civil engineering with MBA in relevant field of reputed institution and at least 20 in the related field in similar Project Manager Post Graduation in Civil Engineering with Work Responsibility I. Lead the full contingent by: a. managing the performance of each team member through macro-level monitoring & review b. Overall control & coordination of full contingent of the Consultancy firm c. Overall control & coordination of the project d. Provide expert inputs by drawing upon previous expertise in Project Management Execution Progress vis-àvis planned schedule, ensuring Quality & safety against planned e. Coordination with Clients at all stages of project activities, overall control of project progress & quality reporting & review measures I. Lead the team manage the performance of each team member through
Sl. Pg. 5 Title & C. Senior Engineer Plg. (3 Nos.) Key Personnel Planning, Quality control & safety Qualification & Experience MBA in relevant field of reputed institution and at least 15 years experience in the related field in similar assignment Or Civil engineering with MBA in relevant field of reputed institution and at least 20 in the related field in similar with at least 10 in the related field in similar Work Responsibility macro-level monitoring & review II. Overall control & coordination of inputs from architects/planners & specialist consultants designs, drawings, proof checking III. Overall control & coordination of preparation of completion schedule (time & cost estimates), Quality & safety IV. Provide expert inputs by drawing upon previous expertise in Project Management Execution Progress vis-à-vis planned schedule, ensuring against planned V. Coordination with Clients at all stages of project activities, overall control of project progress & quality reporting & review measures I. Control & coordination of inputs from architects/planners & specialist consultants designs, drawings, proof checking II. Finalization of completion schedule (time & cost estimates),
Sl. Pg. 6 Title & D. Senior Engineer Prj (3 Nos.) E. Senior Engineer Est (2 Nos.) F. Senior Engineer -Elect. (1 ) Key Personnel Implementation, monitoring & reporting Qualification & Experience with at least 10 in the related field in similar Estimation with at least 10 in the related field in similar Planning, Quality control & safety, Implementation, monitoring & reporting and Estimation Electrical Engineering with at least 10 years experience in the related field in similar III. Work Responsibility Preparation of progress & quality reports routine & exception IV. Minutes of meetings with Clients & change (specifications, cost & time) report approvals. V. Approval of Bills I. Manage the performance of each team member through macro-level monitoring & review II. III. Execution Progress vis-àvis planned schedule, ensuring Quality & safety against planned Checking of bills I. Quantity estimation II. Time estimation III. Resource estimation & scheduling IV. Preparation of annual budget & Project Budget V. Preparation of change (specifications, cost & time) reports I. Control & coordination of inputs from architects/planners & specialist consultants designs, drawings, proof checking II. Quantity estimation III. Time estimation IV. Resource estimation & scheduling
Sl. Pg. 7 Title & G. Engineer Plg (3 Nos.) Key Personnel Planning, Quality Control & safety (Civil) Qualification & Experience with at least 5 in the related field in similar Work Responsibility V. Preparation of annual budget & Project Budget Finalization of completion schedule (time & cost estimates), VI. Execution Progress vis-àvis planned schedule, ensuring Quality & safety against planned VII. Checking of bills VIII. Preparation of change (specifications, cost & time) reports I. Control & coordination of inputs from architects/planners & specialist consultants designs, drawings, proof checking II. Finalization of completion schedule (time & cost estimates), III. Preparation of progress & quality reports routine & exception IV. Minutes of meetings with Clients & change (specifications, cost & time) report approvals. V. Recommendation of Bills.
Sl. Pg. 8 Title & Key Personnel Qualification & Experience Work Responsibility H. Engineer Est (6 Nos.) I. Engineer Prj (7 Nos.) Quantity Surveyor (Civil) Implementation, Monitoring & reporting (Civil) with at least 5 in the related field in similar with at least 5 in the related field in similar I. Quantity estimation II. BOQ preparation & changes (variations excess, savings & extra items) I. Execution Progress vis-àvis planned schedule, ensuring against planned Quality & safety II. Preparation of bills J. Engineer Elect (2 Nos.) Quality Surveyor (Elect) Electrical Engineering with at least 5 years experience in the related field in similar I. Control & coordination of inputs from architects/planners & specialist consultants designs, drawings, proof checking II. Quantity estimation III. Time estimation IV. Resource estimation & scheduling V. Preparation of annual budget & Project Budget Finalization of completion schedule (time & cost estimates), VI. Execution Progress vis-àvis planned schedule, ensuring Quality & safety against planned VII. Preparation of bills VIII. Preparation of change (specifications, cost & time) reports
Sl. Pg. 9 4. Joint Venture/Consortiums shall not be permitted. Notes for Mandatory Eligibility Criteria: i) The value of works shall be brought to current costing level by enhancing the executed value of work in the year of completion at simple rate of 7% per annum. ii) iii) The information regarding Financial Criteria and Average Annual Turnover Certified by Statutory Auditor/Chartered Account will only be considered. If bids are called between 1 st April & 30 th September of the year then latest audited financial year shall be a year before previous year for financial criteria.(for e.g. if bids are called between 1 st April 15 & 30 th Sept. 15. Then latest audited financial year shall be a year before previous year for financial criteria i.e. 2013-14) GENERAL NOTES: 1) The online submission will be considered responsive only if it is accompanied by valid Bank solvency certificate of minimum of Rs.75.0 Lakhs, Service Tax Registration Certificate, Income Tax Permanent Account No, Tax Deduction Account Number (TAN), list of total staff, CV s of Key Personnel, list of equipment (software and hardware), list of similar works & it s magnitude executed in last Five years along with work completion certificates & list of works currently in hand. The applicant should also produce original documents for verification if called for. Failure to attach requisite documents with application, or to produce original documents, will render applicant not eligible for qualification of bid without any intimation. 2) In case of damaged documents / non openable documents / relevant balance documents of already uploaded documents not found after
Sl. Pg. 10 opening of technical bids then the hard copies of that documents shall be accepted subjected to such documents shall be possess by the bidder before the later date specified in the e-handover of the prepared documents. 3) CIDCO reserves right to reject any or all Bids without assigning any reason and the same shall be at the entire discretion of CIDCO. CIDCO s decision in this respect shall be final and binding. 4) Conditional Bids shall be summarily rejected. 5) The offer shall remain valid for a period of one hundred twenty (120) days from the later date specified in the e-handover of the prepared document. 6) EMD to be paid via online Payment Gateway mode only. The information of E-Payment Gateway available on E-Tendering Website http://cidco.maharashtra.etenders.in 7) Cost of Blank Bid Document of Rs.5250/- including VAT @ 5% (nonrefundable) to be paid via online Payment Gateway mode only. The information of E-Payment Gateway available on E-Tendering Website http://cidco.maharashtra.etenders.in 8) For further details regarding the above, contact Superintending Engineer (HQ), CIDCO Ltd., 3 rd Floor, CIDCO Bhawan, CBD Belapur, Navi Mumbai 400 614. Tel. : 022-67918306. 9) For any details regarding e-tendering system (e-tender registration of the bidder) in CIDCO, please contact service provider M/s. Sify Nex Tenders (India) Pvt. Ltd., Mob. : 8879333690, 9167969615, Help-Desk Support 020 30187500, website www.nextenders.com, https:\\cidco.maharashtra.etenders.in
Sl. Pg. 11 10) Bidders are required to pay fees / charges via on-line payment gateway mode as per the prevailing rate at the later date specified in the e-handover of the prepared documents, the present rate is Rs. 1038/- (Inclusive of all taxes) to the service provider M/s. Sify Nex Tenders (India) Pvt. Ltd. for uploading the documents and main Bid Document, etc. Superintending Engineer (HQ) Date :