Você está na página 1de 18

 

  
NATIONAL INSTITUTE OF TECHNOLOGY NAGALAND
Chumukedima, Dimapur
Nagaland - 797 103

EXPRESSION OF INTEREST FOR APPOINTMENT OF


PROJECT MANAGEMENT CONSULTANT

INVITATION FOR EXPRESSION OF INTEREST (EOI)

Notice Inviting EOI No.

: 0064/NIT-N/EO/01-03/2014
Date: 16-01-2014

EOI Document Issue Date

: 16-01-2014

Last Date of Submission

: 07-02-2014, 3.00 p.m.

Technical Bid Opening Date and


Time

: 07-02-2014, 4.00 p.m.

Financial Bid Opening Date and


Time

: 08-02-2014, 10.00 a.m.

EOI Document Processing Fee

: Rs. 5,000/-

Address for Submission of EOI

:The Director
National Institute of Technology
Nagaland
Chumukedima, Dimapur - 797 103

Contact Details

: Mr.Nzanthung Ngullie, Deputy Registrar


Mobile: +91 9856041074
E-mail: nzan01@gmail.com
Er.E.Sadayan, Consultant (Civil Works)
Mobile: +91 9442400807

NATIONAL INSTITUTE OF TECHNOLOGY NAGALAND


Chumukedima, Dimapur 797 103.
INVITATION FOR EXPRESSION OF INTEREST
No. 0064/NIT-N/EO/01-03/2014 dated: 16.01.2014

National Institute of Technology Nagaland is one of the newly established


Institutes by MHRD under the NIT Act 2007 to impart technical education and to
promote research activities in the North East region. It is now proposed to start
construction and infrastructure development activities (as Phase II), which include the
construction of Academic buildings, Administrative buildings, Residential buildings,
and Utility Buildings.

The Institute is setting up its campus in 300 acres of land located at


Chumukedima, Dimapur, Nagaland, which is 14 km from Dimapur Airport. NIT
Nagaland is seeking assistance from Central Public Sector Undertakings (CPSUs) for
Project Management Consultancy Services with regard to Construction works and
Infrastructural Development activities at the campus.

Sealed Quotations under two cover system (1. Technical, 2. Financial) are
invited from the Central Public Sector Undertakings for Project Management
Consultancy Services at NIT Nagaland as per the terms and conditions given in the
Annexure, so as to reach the office of the Director on or before the scheduled date and
time. Detailed EOI document consisting of the set of terms and conditions to be
fulfilled by the PMC can be downloaded from the Institute Website at URL
http://www.nitnagaland.ac.in and can also be obtained in person from the Estate Office
of the Institute.

The bidder shall be required to deposit a tender document fee for an amount of
Rs.5,000/- (Rupees Five Thousand only), which is non-refundable by way of Demand
Draft only. The Demand Draft shall be drawn in favour of The Director, NIT
Nagaland payable at Chumukedima, Dimapur.

The Demand Draft for Tender

Document fee must be enclosed in the envelope containing the technical bid.

The EOI document shall be submitted in a sealed envelope bearing the


following reference on the top left corner: 0064/NIT-N/EO/01-03/2014, latest by
February 7th, 2014 at 3.00 p.m. and addressed to:

The Director
National Institute of Technology Nagaland
Chumukedima, Dimapur
Nagaland - 797 103
Bid(s) received beyond the due date of submission will be rejected. No EOI
document will be entertained by E-mail / FAX. The Institute shall not be responsible
for any postal delay about non-receipt / non-delivery of the EOI documents.

Technical bid(s) will be opened on 07-02-2014 at 4.00 p.m. in the Conference


Hall, Administrative Block of the Institute in the presence of the bidder(s) or their
authorized representative(s) who are present at the scheduled time. The Financial bid(s)
of the technically qualified bidder(s) will be opened on 08-02-2014 at 10.00 a.m.

In the event of the due date of receipt and opening of the tender being declared
as holiday for the Institute, then due date of receipt / opening of the tender will be the
next working day at the same time.

The EOI document duly signed and stamped on each page shall be submitted in
original with the Technical bid as a proof to confirm the acceptance of the entire terms
3

and conditions of EOI. Any amendment and / or addition made to the EOI document
are not permissible after opening of the tender. Incomplete tenders will be rejected.
The Institute reserves the right to reject any or all tenders, wholly or partly or
close the tender at any stage prior to award of contract without assigning any reason
whatsoever.
Minimum Eligibility Criteria for Appointment of Project Management
Consultant
Firms desirous of participation shall meet the following pre-qualification criteria.

1. The firm should be a Central Public Sector Undertaking (CPSU) under Govt. of
India.
2. The CPSU shall have experience in Civil Engineering Construction Works and
consultancy services for at least a period of 10 years.
3. The CPSU should have average annual turnover of Rs.120 Crore during the
previous three financial years.
4. The CPSU should have completed atleast one single job involving Design,
Engineering and Project Management Services for a Consultancy Services Fee
of not less than Rs. 12 Crore in the last 3 years. The bidder should produce
back up documents like work orders / work completion certificates for the
above mentioned work.
5. The CPSU should have adequate number of Architects / Structural / Civil /
Electrical Engineers and Design Engineers on their rolls on fulltime basis to
plan / design / execute the work. Agencies who do not have such staff on their
rolls but plan to hire Engineers of requisite experience and number for this
purpose, may clearly state so.

Note:

The CPSUs shall produce documentary evidence on the above said items and shall
submit the following as proof of meeting the above qualifying requirements:

a. Copies of award letters / completion certificates from clients.


b. Copies of Audited Financial Balance Sheets for the previous three years
c. All other relevant and supporting documents.

The interested CPSUs are also required to furnish the following documents along with
Expression of Interest Document:
a. Proof of Constitution of the Organization & Year of incorporation.
b. Organizational Structure.
c. PAN No.
d. List of construction works carried out for the last three years indicating, the
Organization for whom executed, indicating Value of work, Completion
time (Stipulated and Actual).
e. List of construction works in hand indicating, the Organizations for whom
the work is executed, Value of work, Completion time: Stipulated and
Actual, present status of the work.
f. List of Technical staff they possess with details of Qualification &
Experience.

INSTRUCTIONS TO BIDDER
Tender should be submitted in two covers, CoverI (Technical Bid) and CoverII (Financial Bid). Envelopes of technical bid and financial bid should be individually
sealed and then placed in a common outer cover which shall also be sealed and
superscribed with the EOI reference no. and due date of submission.
SCOPE OF WORK
Project: Phase II - Construction and Infrastructure Development at NIT Nagaland
Construction of the Project as per the Central Public Works Department Manual and
Specifications, as Deposit Work including all necessary services and utilities and
handover the buildings to NIT Nagaland in ready to occupy condition within the agreed
stipulated time schedule.
The Construction and Infrastructure Development works include:
Development of Master Plan, Architectural planning and design, Project Management
Consultancy services, regular supervision and monitoring of work progress for the
development of the Campus of NIT Nagaland and all other services including interiors,
landscape, roads, gardens, playgrounds and external development along with related
utilities such as water supply and electricity supply for the whole campus.
The Phase II of the project is expected to have a total area of approx. 50,000 sq.mts
comprising of Academic Buildings, Administrative Buildings, Lecture halls Complex,
Library Building, Computing Centre, Residential buildings to house about 75 Faculty
and 80 Staff, Guest House, hostels for 500 students and other buildings to support the
Institutes activities.
Approximate Cost of the Project: Rs.150 Crore
Expected Completion Time of the Project: 31-03-2016
6

The CPSU should have all the resources and capabilities for taking up implementation
of execution of above mentioned subject matter. Applicants must acquaint themselves
fully about the assignment and the local conditions and usage before submitting the
proposal. They may visit the campus with prior arrangement.
Specific Requirements and Responsibilities based on the Scope of Work:

1. The selected PMC shall prepare detailed estimate based on the data provided by
the Institute and as per actual site conditions.
2. (a) The cost estimates when prepared by the selected PMC shall be based on the
Central Public Works Department norms, plinth area rate wherever
applicable, updated with current cost indices at the location of the Project
and on the basis of the market rate analysis, wherever Central Public Works
Department Schedule rates are not applicable.
(b) These estimates shall be comprehensive inclusive of applicable taxes and
shall include for all items of anticipated expenditure. Necessary circulars /
sanctioned rates of Central Public Works Department shall be annexed in
the estimate which shall be used in framing the estimate.
(c) The selected PMC shall, while planning and preparing the detailed estimate
of the Project, endeavour to use existing infrastructure, materials etc., to the
possible extent so as to reduce the cost of construction.
3. All approvals / clearances from Environment & Pollution Control Board,
Department of Explosives, Central Ground Water Authority, Irrigation,
Railways, National Highway Authority of India, Town Council, State
Government etc., shall be initiated by the selected PMC.

The Institute, if

necessary, shall assist to get the necessary approvals / clearance from these
Departments.
7

4. All type of surveys and investigation shall also be arranged by the PMC.
5. The project should be executed on the priority specified in estimate and it is
liable for modification by the request from the Institute.
6. The detailed estimate is to be prepared by the selected PMC and must satisfy the
conditions laid down by NIT Nagaland.
7. The detailed estimate is to be prepared in accordance with all applicable
National codes and all buildings / structures shall be seismic resistant as per
codal provisions.
8. The adequacy of the design shall be the sole responsibility of the selected PMC.
9. The Cash Flow statement for the project will be provided by the selected PMC.
10. The progress report shall be submitted monthly by the selected PMC to the
Institute.
11. Any change for modification / addition as per client requirements in bill of
quantities shall be carried out and the detailed estimate should include
preparation and submission of detailed take-off calculation sheets.
Cover-I: Technical Bid (Cover I should be superscribed as Technical Bid and
indicating the EOI Reference No.)
1. The bidder shall be required to deposit a EOI document processing fee for an
amount of Rs.5,000/- (Rupees Five Thousand only), which is non-refundable by
way of Demand Draft only. The Demand Draft shall be drawn in favour of The
Director, NIT Nagaland payable at Chumukedima, Dimapur. The Demand Draft
for EOI document processing fee must be enclosed in the envelope containing
the technical bid.
8

2. Any technical bid without the Demand Draft of processing fee is liable to be
rejected. The Institute is not responsible to pay any interest on such amount.
3. The organization should furnish Income Tax PAN number and TIN number.
4. The Institute reserves the right to accept in part or in full any quotation(s) or reject
any or more quotation(s) without assigning any reason or to cancel the
tendering process and reject all quotation(s) at any time prior to award of
contract, without incurring any liability, whatsoever to the affected bidder or
bidder(s).
5. A prospective bidder requiring any clarification of the EOI document may
communicate to the Director, NIT Nagaland or to the Deputy Registrar / Consultant
(Civil Works), NIT Nagaland.
6. At any time prior to the last date of receipt of bids, Institute may for any reason,
whether at its own initiative or in response to a clarification requested by
prospective bidder, modify the EOI document by an amendment.

CoverII: Financial Bid (Cover-II should be superscribed as Financial Bid and


indicating the Tender Reference No. and shall contain Price only)

1. Financial bid should be enclosed in a separate sealed cover and should be written in
the format (Summary Sheet) given in the EOI document. Failure to provide price
bid in a sealed separate cover will result in invalidation of the offer.
2. The bid should be clearly filled or typed and signed in ink legibly giving full
address of the bidder. The rate should be quoted both in words and figures. All the
pages of the bid should be duly signed by the authorized person affixing the seal.
All corrections and overwriting should be initialled otherwise the tender shall be
invalidated.
Vendors shall submit the Summary Sheet I appended to the tender, duly filled in
and shall be put in the technical bid cover and the Summary Sheet II duly filled in
shall be put in the commercial bid cover.
9

Summary Sheet I
List of documents to be attached with the Technical Bid:
Details of construction works / assignments completed in last three years.
Annual Turnover for the last three years with supporting documents.
Registration of Company.
Sales Tax / Works Contract Tax Registration Certificate, Service Tax
Registration Certificate (as applicable).
Original Power of Attorney of the person signing the EOI document or
photocopy duly attested by Notary Public.
Complete EOI document duly stamped and signed by the bidders on each page.
Corrigendum(s), if any, duly stamped and signed by the bidders on each page.
Certificate of Undertaking
Summary Sheet II
List of documents to be attached with the Financial Bid:
Financial Bid with PMC Charges duly filled in, stamped and signed by the
bidders.
COMMERCIAL BID

Item No.

Approximate
Project Cost
Rs.

Description of
Item
Construction and
Infrastructure
Development
(Phase II) at NIT
Nagaland

150 Crore

10

Consultancy
Services Fee (in
Percentage of
Actual Project
Cost)

CERTIFICATE OF UNDERTAKING
(this certificate should be placed along with Summary Sheet II in the Commercial Bid
Cover)

1. Having gone through the bid document we do hereby agree to undertake the
work at ______ % ( in words ) of the
actual cost of work executed under the Project Management Consultancy.

2. This is to state and affirm that M/s .. shall not


stake any claim in case National Institute of Technology Nagaland changes /
orders for

a) Subsequent change in the worksite / location for providing services based


on this contract. I (undersigned) am authorized to make this undertaking.
b) Foreclosure of the work at any of the stages subsequent to start of work
in any worksite / location for providing services based on this contract. I
(undersigned) am authorized to make this undertaking.

Authorised Signatory
on behalf of:

(In Block capital letters)

Place :
Date:
Seal of the Bidders Firm
11

Expression of Interest for the


Appointment of Project Management Consultant
(to be placed along with Summary Sheet I in the Technical Bid Cover)
CONTRACT FORM
[To be provided by the bidder in the business letter head]

To

Date:

The Director
National Institute of Technology Nagaland
Chumukedima, Dimapur
Nagaland - 797 103
Dear Sir,
We,

(Name and address of the CPSU) have read the various terms and conditions of
the tender documents attached here with duly signed by us and agree to abide by the
same.
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 us, the availability and rates of private
land etc. that may be required by us for various purposes, climatic conditions, law and
order situation and availability of working days.

12

We have quoted PMC charges taking into account all the above factors and we
offer to do the work of Project Management Consultancy Services for Phase II
Construction and Infrastructure Development and other Services related to
Construction for National Institute of Technology Nagaland at Chumukedima,
Dimapur, Nagaland. at the rates (consultancy charges) quoted in the attached EOI
document and hereby bind ourselves to complete the work in all respects within time
schedule depicted in EOI document from the date of issue of Letter of Acceptance of
PMC.

Thanking you,
Yours faithfully,

Signaturein

capacity

ofduly

authorized to sign bids for and on behalf of:

(In Block capital letters)

Name and Designation

Business Address

Place :
Date:
Seal of the Bidders Firm

13

(The following forms are to be filled up and should be placed along with Summary
Sheet I in the Technical Bid Cover)

CPSUS INDENFICATION DATA

1. Name

2. Head Office:
Address:
City:
a) Pin:
b) E-mail Address:
c) Phone No. 1 with STD Code:
Phone No. 2 with STD Code:
d) Fax No.:
e) Contact Persons Name with Designation and Mobile Number:

3. Local Office:
Address:
a) Pin:
b) E-mail Address:
c) Phone No. 1 with STD Code:
Phone No. 2 with STD Code:
d) Fax No.:

14

CPSUS HUMAN RESOURCES DATA

Manpower

a) Civil Engineer :
b) Electrical Engineer :
c) Structural Engineer :
d) Quality Control Engineer:
e) Architect/Designer

Project Management Team

a) Structure of Project Management Team

15

CPSUS FINANCIAL DATA

Year

Balance
Sheet
Furnised
Yes / No

Total
Annual
Turnover*
(Rs.Lakhs)

Turnover
Working
for the
Net Worth Assets
Capital
Work#
(Rs.Lakhs) (Rs.Lakhs)
(Rs.Lakhs)
(Rs.Lakhs)

20122013
20112012
20102011
* Total Annual Turnover - to be filled for 12 months
# Turnover for the work = Total Turnover - Turnover from sales (if any)

BANKERS:
a) Name:
b) Address:
City:
c) Pin:
d) E-mail Address:
e) Phone No. with STD Code:
f) Fax No.:

16

CPSUS PREVIOUS EXPERIENCE DATA

a) Name of Work:
b) Client Name:
c) Client Address:
City:
d) Pin:
e) E-mail Address:
f) Phone No. with STD code:
g) Fax No.:
h) Contractual Start Date:
i) Contractual Completion Date:
j) Actual Completion Date:
k) Liquidated Damages Levied, If any for delayed completion:
l) Total Value of Work as per Work Order:
m) Total Value of actual work done:
n) A copy of work Order/Completion Certificate

17

CPSUS CURRENT JOBS / WORKS IN EXECUTION DATA

a) Name of Work:
b) Client Name:
c) Client Address:
City:
d) Pin:
e) E-mail Address:
f) Phone No. with STD code:
g) Fax No.:
h) Contractual Start Date:
i) Contractual Completion Date (Scheduled):
j) Current Status of the Work:
k) Expected Completion Date:
l) Total Value of Work as per Work Order:

18

Você também pode gostar