Вы находитесь на странице: 1из 15

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

Section 4 - Evaluation and Qualification Criteria


This Section contains all the criteria that the Employer shall use to evaluate bids and
qualify bidders. No other methods, criteria and factors shall be used. The Evaluation will
be based on the criteria regarding the bidders eligibility, financial position, experiences,
and personnel, as demonstrated by the bidder in the Forms included in Section 5 of this
Bidding Document. The bidder shall provide all the information requested in the said
Forms without any material alterations to the text. The Employer, however, reserves the
right to waive minor deviations, if they do not materially affect the capability of a bidder
to perform the Contract.
Table of Criteria
1.

Technical Evaluation ...................................................................................................... 4-2

1.1

Stage 1:Preliminary Examination and Determination of Responsiveness .......... 4-2

1.2

Stage 2: Detailed Evaluation ......................................................................................... 4-3

1.2.1

Financial Capacity ........................................................................................................... 4-4

1.2.2

Technical Capability ...................................................................................................... 4-6

1.2.3

Plant and Equipment Capability ............................................................................... 4-10

1.2.4

Experience of the bidder .............................................................................................. 4-11

2.

Financial Evaluation ..................................................................................................... 4-14

2.1

Examination and Evaluation ....................................................................................... 4-14

2.2

Margin of Preference .................................................................................................... 4-14

Bidding Document

4-1

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

1. Technical Evaluation
Evaluation of the bidder's Technical Proposal will include an assessment of the
Bidder's technical capacity to mobilize key equipments and personnel for the Contract
consistent with its proposal regarding work methods, scheduling, and material
sourcing in sufficient detail, as required by Para 1.1 and 1.2 of this Section and fully in
accordance with the requirements stipulated in Section 6 (Works Requirements).
The Technical Proposal of the bidder will be evaluated using the following two stages:
Stage 1: Preliminary Examination and Determination of Responsiveness
Stage 2: Detailed Evaluation
Details of typical procedures proposed to be adopted for each stage are described in
the subsequent paragraphs.
1.1

Stage 1:
Preliminary Examination and Determination of Responsiveness
[Technical Proposal Submission Form and Bidding Forms ELI-1.1, Form ELI-1.2 and
Form LIT-1.1]

1.1.1

The Bidder must meet the Eligibility requirements specified under Section 2
ITB 4.The bidders shall also comply with minimum eligibility criteria in respect
of Equipment capability set out at in this document.

1.1.2

To establish its eligibility, the Bidder shall complete the eligibility declarations
in the Technical Proposal Submission Form and Form ELI-1.1 & ELI-1.2
enclosed in Section 5: Bidding Forms and shall include the following
information/documents with their bid:
(a) attested copies of the original documents defining the constitution or
legal status/Article of Association, place of registration, and principal
place of business;
(b) The bidding documents and in case of a successful bid, the Contract
Agreement, shall be signed by the authorized representative so as to
legally bind.
(c) Bidder should nominate his representative and this authorization shall
be evidenced by submitting a notarized or registered Power-of-Attorney
signed by legally authorized signatories of the bidder, if any.
(d) The authorized representative shall be authorised to incur liabilities and
receive instructions for and on behalf of bidder and the entire execution
of the Contract, including payment.
(e) An undertaking by the bidder that no penalty or other form of sanction
has been imposed by the Employer or other employer. Where such
penalty or sanction has been applied, details should be provided.
(f) the following duly attested copies of documents are to be submitted
along with the bid:

Bidding Document

i.

Audited Financial Statements for the last three (3) years.

ii.

Income Tax Clearance Certificate for the preceding year.


4-2

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

iii.

Section 4 - Evaluation and Qualification Criteria

Valid Trade Licence under Central Govt Dept/State/PSU/Local


Bodies.

Any bid not accompanied by such attested copies of documents will be


considered a non-responsive bid and shall be summarily rejected.
The bidder should provide accurate information on any litigation or arbitration
resulting from contracts completed or under execution by them over the last
five (5) years in the bidding Form LIT-1.1.

1.1.3

The bidder must meet this requirement.


A consistent history of awards/ decisions against bidder may result in
disqualification of the bid. Subsequent discovery of undisclosed litigation or
arbitration may lead to the termination of the Contract by the Employer.
1.2

Stage 2:

Detailed Evaluation

The detailed evaluation of only those bidders whose bids are determined to be
responsive to the Bidding Requirements shall be carried out to establish whether
the bidder has adequate:

Financial Capacity
Technical Capability
Plant and Equipment Capability; and
Relevant Experience (including past performance)

An assessment based on a scoring system shall be carried out to evaluate the


capability of a bidder under the following four (4) groups of factors. The scoring
(weightage, out of total score of 100) assigned to each group of factors and the
minimum qualifying points/ score required are also indicated against each
group.

Sl.
No.

Groups of Factors

Maximum
Points

Minimum
Qualifying Points

1.

Financial Capacity

25

13

2.

Technical Capability

30

15

3.

Plant & Equipment


Capability

20

10

4.

Experience of the bidder

25

13

100

75 (Overall)
Required

Total (Overall)

The minimum qualifying score of each factor required is proposed at 50% of the
maximum score for each factor. In addition, the overall qualifying score required
for further evaluation/ Financial Proposal is proposed at 75% of the total
maximum score for the four factors put together or 100 points. Failure to obtain a
minimum score for any single factor will result in dis-qualification of the bidder
as will the achievement of only minimum scores for each factor. However, a
Bidding Document

4-3

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

higher rating in the remaining category(s), which would allow for further
evaluation, shall offset a minimum score in one or two group of factors.
Detailed assessment under each group of factor shall be as described in the
subsequent paragraphs.
1.2.1

Financial Capacity: Maximum 25 Points (Bidding Forms FIN-1.1, FIN-1.2, FIN1.3 and FIN-1.4)
The bidder should demonstrate that he has access to or has available liquid
assets (Aggregate of working capital, Cash in Hand & Uncommitted Bank
guarantee), unencumbered real assets, lines of credit, and other financial means
sufficient to meet the construction cash flow for a period of Three (3) months
during the period of Contract, net of the bidders commitments for other
contracts. In the relevant information form the bidder shall also demonstrate to
the satisfaction of the employer that it has adequate source of finance to meet
the cash flow requirement of the works currently in progress and for future
contract commitments.
The audited financial statements for the last three (3) years should be
submitted and must demonstrate the current soundness of the bidders
financial position, showing long-term profitability. Where necessary, the
Employer will make inquiries with the bidders bankers. As a minimum a
bidder's net worth calculated as the difference between total assets and total
liabilities should be positive
The bidder should provide accurate information on Bidding Forms FIN-1.1 to
FIN-1.4. In addition, a bidder may include with its bid a commitment letter
from any recognized/ Nationalised Bank in India.
The Financial Capacity of the bidder will be evaluated under the following
three (3) factors and points allocated against each will be as follows:
i) Average Annual Income from Contracting

10 Points

(last 3 years)
ii) Bid Capacity

10 Points

iii) Available Credit

5 Points

Total

25 Points

i) Average Annual Income from Contracting. The annual income will be


ascertained from the audited balance sheet of the bidder and scoring for the
bidder under this sub-head will be based on average annual income of the
bidder for the past three (3) years with respect to the value of this Contract.
Rating will be as under:
Average Annual Income of Last 3 years

Bidding Document

Points

Less than INR 940 Million

Between INR 941 to 1880 Million

Between INR 1881 to 2820 Million

Between INR 2821 to 3760 Million

4-4

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

Between INR 3761 to 4700 Million

Between INR 4701 to 5640 Million

Between INR 5641 to 6580 Million

Between INR 6581 to 7520 Million

Between INR 7521 to 8460 Million

Between INR 8461 to 9360 Million

Over INR 9361 Million

10

ii) Bid Capacity. The Bid Capacity is a measurement of the financial capacity
of a bidder to meet the construction flow requirements. It is an indirect
assessment of the ability of a bidder to raise short term borrowed funds
from commercial sources on the strength of its net worth (NW) to meet the
cash flow requirements. Bid capacity will be calculated as under:
(a)
Net worth = Total Assets - Total liabilities
(b)
Multiply net worth by a capacity factor of 5
(c)
Calculate value of remaining works under current contracts
(d)
Calculate 30% of (c)
(e)
Bid Capacity = (b) - (d)
Rating will be as under:
Bid capacity

Points

Less than INR 1760Million

Between 1761 - 2630 Million

Between 2631 - 3500 Million

Between 3501 - 4370 Million

Between 4371 - 5240 Million

Over 5241Million

10

iii) Available Credit from Reputable Bank The revolving line of Credit from
reputable Bank available to the bidder on award of the contract also adds to
the Financial Capacity of the bidder and the rating will be made as follows.

Available Revolving Line of Credit

Bidding Document

Points

Less than INR 310Million

Between INR 311 - 470Million

Between INR 471 - 630Million

Between INR 631 - 790Million

Between INR 791 - 940Million

Over INR 941Million

4-5

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

For calculation of the financial capacity, the data on net worth, current and past
contracts, and borrowing capacities submitted by bidder are combined to
reflect the capabilities as a whole.
Not meeting the above criteria will disqualify and their bid will not be
evaluated any further.
Financial Capacity is worth 25 points out of total points of 100. A bidder shall
have to score a minimum of 13 points to qualify under this criteria.
1.2.2
1.2.2.1

Technical Capability Maximum 30 Points (Bidding Forms PER-1.1, PER-1.2)


Technical Capability:
The bidder shall provide the following information:
i) Minimum key personnel as per Table A below
ii) Bio-Data of each Key Personnel as per format given in Form PER-1.2
enclosed in Section 5.
iii) Site Organization Chart with narrative description of any significant
features.
iv) Description of relationship between Head Office and Site Management,
indicating clearly which responsibility and what authority have been
delegated to Site Management and proposed sub-contracting arrangements,
if any.
v) Proposed Schedules with Resources, Cash Flow Charts to meet the
prescribed Milestones in primavera format and Work Methodology
including Quality Control Plan.
Technical capability of a bidder will be assessed based on the following subfactors and scores allocated against each:
i) Site Management

10

ii) Key Technical Personnel

10

iii) Proposed Schedules for Implementation and Work Methodology

10

Total
i)

30

Site Management. It is an important evaluation factor on which


Contractors performance will depend. A total of 10 points have been
allotted for Site Management and a subjective assessment is made for the
following two aspects:

Bidding Document

Project Organization and Management: The responsibilities of


construction, logistic support, contract administration and delegation of
power are to be identified in the proposal of site management along
with the details listed below. If the relation between these activities is
4-6

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

clearly defined in a logical framework, a satisfactory rating is given.


Maximum score under this aspect are 5.0.

Detailed project organisation chart indicating adequate deployment of


various technical positions for different tracks.

Details of mobilisation of adequate labour force for day to day activities


of construction phase.

Security and safety plan for the project.

Plan for temporary structure like site office, labour camp, material
stores, workshops and first aid centre etc.

Proposed working hours, number of working days in week and list of


closed holidays.

Quality control: Details of quality Control systems and the list of


equipments/laboratories to be set up at site by the bidder indicating
whether owned or hired shall be provided by the bidder. These will be
examined and a composite rating will be awarded. Maximum score
under this aspect are 5.0.

The Bidders submission on both the above aspects will be rated as under:
Excellent

100%

Good

90%

Average

70%

Below Average

50%

Non-Complying 0%
The score will be = max score x Rating/100
ii) Key Technical Personnel: The bidder must demonstrate that it has the

personnel for the key positions that meet the following requirements:
TABLE A
Key Technical Personnel
Sl.
N0
Position

No.
of
Posit
ions

Minimum Educational
Qualification

Total
Experienc
e

Similar
Work
Experienc
e

Degree in Civil Engineering

30

25

25

20

20

15

Project Co-Ordinator

Project Manager

Sr. Planning Engineer

Bidding Document

Degree in Civil Engineering


(Specialization in Highway
Engineering)
Degree in Civil Engineering
(specialized in Project
management/construction
management)

4-7

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

Senior Highway
engineers

Degree in Civil Engineering

15

10

Highway engineers

Degree in Civil Engineering

10

Pavement engineers

Degree in Civil Engineering

15

10

Sr. Structural Engineer

Degree in Civil Engineering

15

10

Bridge and Culvert


Engineer

Degree in Civil Engineering

10

20

15

QAQC Manager

Degree in Civil Engineering


(Specialization in Quality
Management Systems and
statistical quality control)

10

QAQC Engineers

Degree in Civil Engineering

10

11

Electrical Engineer

Degree in electrical
Engineering

15

10

13

Survey Manager

Diploma in survey/Civil
engineering

20

10

14

Survey engineers

Diploma in survey/Civil
engineering

10

15

Autocad draughtsman

Diploma in AUTOCAD
application

10

16

Sr. Plant Mechanical


Engineer

Degree in Mechanical
Engineering

20

10

17

Mechanical Engineers
(plant)

15

18

Quantity Surveyor

10

19

Project safety officer/


Environment
compliance Engineer

15

10

Degree in Mechanical
Engineering
Diploma in survey/Civil
engineering
Degree in engineering and
specialization in construction
safety

The bidder shall provide details of the proposed personnel and their
experience records in the relevant Information Forms included in Section 5
(Bidding Forms). The bidder shall supply information on a prime candidate and an
alternate for each position, both of whom should meet the minimum experience
and qualification requirements as specified in Table A above.
The competence, qualification and past working experience of all the key
technical personnel will be estimated and a rating will be given as under:
Excellent

100%

Good

90%

Average

70%

Below Average

50%

Non-Complying 0%
Bidding Document

4-8

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

The score will be = max score x Rating/100


iii) Proposed Implementation Schedules and Work Methodology. The

bidders should prepare and submit Construction Schedule including


mobilization indicating the construction sequence and estimated time
required to complete the major components of construction
activities/schedules in the form of Bar Charts strictly in Primavera
software, or any other planning latest technique. In addition, the bidders
shall also include Equipment & Material Schedules to demonstrate that all
the construction works can be completed by the specified Completion Date.
The provided Schedules of each bidder will be examined in detail to check
consistency of various schedules provided, whether schedules are realistic
and whether compatible with mobilization of construction plant and
equipment, supply of materials, manpower resources, site condition,
construction procedure constraints, site organization and management
while preparing the same.
The Construction Schedule must respect the Interface Milestones as well as
the Completion Date indicated in the Project Schedule shown in Part II
Section 6 (rest of activities are only indicative and can be modified by the
bidder).
The Construction Schedule must include Resource planning, cash flow
chart with estimation of the amount in INR of the Monthly certification/
production based on the activities programmed for each month.
Proposed Work Methodology. The bidders shall also prepare and submit
Construction Method Statements for the major items of Works. These
Method Statements shall be sufficiently detailed to include narrative
descriptions, explanatory diagrams, illustrations and time schedules
including specific quality and safety control.
The Bidder shall prepare a detailed proposal of how he intends to organize
the works in order to achieve the surface tolerances specified in the project
for the wearing course of the test tracks described and indicated in Part II
Section 6 (asphaltic pavements as well as concrete and other special
surfaces). Usage of high precision topographical systems is highly
recommended.
The Bidder shall describe the proposed methodology and machinery that
will be used for the construction and paving of the Tracks:

Embankment

Sub-grade Granular Sub-bases

Road base (WMM)

Base course (DBM/SDBC)

Wearing course(BC)

Special Pavement (Granite/Basalt/undulated concrete surface)

An assessment of adequacy of the information in light of time schedules,


equipment schedule, material schedule & manpower resources proposed,
Bidding Document

4-9

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

approach to tackle site constraints, practicability of the method proposed,


and quality assurance and safety control measures proposed shall be done
under this criteria and a composite rating will be awarded as under:
Excellent

100%

Good

90%

Average

70%

Below Average

50%

Non-Complying 0%
The score will be = max score x Rating/100
Under this group of factors total points are 30 out of 100. The bidder must score
15 points to qualify under this criteria.
1.2.3

Plant and Equipment Capability: Maximum 20 Points (Bidding Forms EQP1.1)

1.2.3.1

Plant and Equipment Capability:


The bidder shall own, or have assured access (through hire, lease, purchase
agreement, or other means) to the following key equipment and facilities in full
working order and must demonstrate that, based on known commitments;
they will be available for use in the proposed Contract. The bidder has to
submit an affidavit and other authenticated documents to prove their assured
and legal access to these particular equipments and planned deployment for
the proposed project.

1.2.3.1.1 Minimum Eligibility Criteria:


1.2.3.1.2 Other Equipments Capability:
Also the bidder shall own, or have assured access (through hire, lease,
purchase agreement, or other means) to the following key equipment and
facilities in full working order and must demonstrate that, based on known
commitments; they will be available for use in the proposed Contract.
Sl.No

Bidding Document

Equipment type and Characteristics

Computerized Hot mix batching plant, 160


TPH with oil fired bitumen boiler

Bitumen pressure distributor

3
4
5

Hydraulic Excavators and loaders


Dump trucks, 8-12 tons
Automatic WMM plant 120 TPH
4-10

Minimum
Requirement
1 no

Marks
Allotted
2.0

2 nos

0.5

10 Nos & 2 Nos


100 Nos
1 no

0.5
0.75
1.5

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

6
7
8

Section 4 - Evaluation and Qualification Criteria

1 No
2 nos
1 Each

1.5
0.5
1.5

2 no

1.25

10

Automatic GSB plant 120 TPH (GSB)


WMM/DLC sensor Paver
Automatic Sensor Control Asphaltic Paver
(4,8,12 mtr)
100 TPH crusher with VSI unit and
adjustable screen
Motor Grader

6 nos

0.75

11

Tandem Roller

2 nos

0.75

12
13
14

Vibratory compactor 12 ton


Pneumatic road roller
Automatic concrete batching plant, 30
cum/hr
Transit Mixers,6 cum capacity
Hydraulic concrete pump with 150 meters
of pipeline
Air compressor,170-250 cfm
Mechanical broom
Water tanker, 10000 liters
Hydraulic rock breaking machinery
GPS sensors (+/- 3mm accuracy) which are
to be fitted on to machineries.
Test equipments to carry out various
performance tests for the tracks under this
contract such as equipments for testing/
validation of the required characteristics of
wearing course in External Noise Track,
braking track and other test tracks.

5 nos
1 nos
1 no

0.75
0.75
0.50

2 nos
1 no

0.50
0.50

1 nos
1 no
5 nos
1 nos
8 nos

0.25
0.50
0.75
0.50
2

List
of
equipments
(as
per MoRTH, TCC
Guideline
&
requirement
of
special material as
well as and when
require)

1.5

15
16
17
18
19
20
21
21

Total Marks

20

The bidder shall provide further details of proposed items of equipment using
the relevant Form EQP-1.1 in Section 5 (Bidding Forms).
Plant and equipment capability group has a total of 20 points and a bidder
must score at least 10 points to qualify under this criteria.
1.2.4

Experience of the bidder: Maximum 25 Points (Bidding Forms EXP-1.1 and


EXP-1.2)
Experience is of critical importance in the determination of whether the bidder
has the necessary capability to undertake and complete the given work
successfully. The following four factors shall be used while evaluating
Experience Capability of the bidder:
i) Experience as Main Contractor

Maximum

Points

ii) Experience with similar works

Maximum

10

Points

iii) Experience with Automotive Test Tracks Maximum

Points

v) Performance in past projects

Points

Bidding Document

Maximum
4-11

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

i) Experience as Main Contractor This factor is assessed on the basis of


number of years of experience as a main contractor. The points will be
distributed as under for a range of values for the number of years of
experience:
Less than 2 years of Experience 0
Between 2 and 5 years

Between 5 and 10 years

More than 10 years

ii) Experience with Similar Works. The criteria for this factor are established
in terms of the number of contracts of similar nature (type) and size (value)
completed in the last 10 (ten) years of operations.
The Bidder or its subcontractors should demonstrate experience preferably
in the following activities:
Pavements for (by order of preference):

Racing circuits also includes Proving Grounds and weightage 1.0

Airport runways weightage 0.90

National highways weightage 0.70

Other similar roads weightage 0.40

Based on the number of similar projects of INR 1000 million or above


successfully completed by the Bidder during the last 10 years, the points
will be distributed as follows Any similar completed project less than INR 1000 million

One similar completed project or cost equivalent

Two similar completed project or cost equivalent

Three similar completed project or cost equivalent

Four or more similar completed project or cost equivalent

10

NOTE:
If the bidder presents as part of its experience, the experience of any
specialised subcontractor, the bidder will be obliged to work with the
mentioned subcontractor for the execution of the Works included in the
Contract.
The bidder must include in the Bidding Document the information related
to this subcontractors according to the Form ELI 1.2: Specialist
Subcontractor Information Sheet in Section 5 Bidding Forms.
Cost equivalent is applicable in case of outgoing projects. If the value of
completed work (billed amount as certified by client or its representative)
in an project in progress, is more than INR 1000 million, it will be deemed
as on similar completed project.
Bidding Document

4-12

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

Examples:
In an in-progress project of INR 2000 million, if the work of value INR 1200
million has been completed (billed amount as certified by the client or its
representative) it will be considered equivalent to one completed project of
INR. 1000 million
In an in-progress project of INR 4000 million, if the work of value of INR
3200 million has been completed (billed amount as certified by the client or
its representative) it will be also be considered equivalent to one completed
project of INR 1000 million.
In two in-progress project of INR 4000 million each, if the value of
completed work in the first in-progress project is INR 1200 million (billed
amount as certified by the client or its representative) and the value of
completed work in the second in-progress project is INR 2200 million
(billed amount as certified by the client or its representative), it will be
considered equivalent to two completed projects of INR 1000 million.
iii) Experience with Automotive Test Tracks. The criteria for this factor are
established in terms of the number of contracts of test tracks (type) and size
(value) completed in the last 10 (ten) years of operations.
The Bidder or its subcontractors should demonstrate experience preferably
in the following activities:

Pavements for (by order of preference):


o Other type of Automotive test tracks like durability track,
braking track, noise track, steering pad, Comfort Track, Test
hill, Handling Track etc.

Based on the number of test track projects of INR 250 million or


above successfully completed by the Bidder during the last 10 years,
the points will be distributed as follows -

Any completed test track project less than INR 250 million

One completed test track project or cost equivalent

Two completed test track project or cost equivalent

Three or more completed test track project or cost equivalent

Four or more completed test track project or cost equivalent

NOTE:
Cost equivalent is applicable in case of ongoing projects. If the value of
completed work (billed amount as certified by client or its representative)
in an project in progress, is more than INR 250 million, it will be deemed as
one similar completed project.
v) Performance in Past Projects. Poor performance in past contracts, e.g.,
unsuccessful completion of the works or excessive delays in completion
Bidding Document

4-13

Tender No. NAT/CWT/IND/OTT/13/133

Part-I: Bidding Procedures

Section 4 - Evaluation and Qualification Criteria

shall be a disqualification even if a bidder meets other criteria like financial


capability, technical capability, and experience. The points shall be
distributed over a range of values for the number of references submitted,
as given below. The Employer may seek independent verification of the
references if there are doubts about the past performance of the bidder.
No reference

One satisfactory reference

Two satisfactory

Three or more

While evaluating Experience of the bidder, the Experience group of


factor has a total of 25 points and a bidder must score at least 13 points to
qualify under this criteria.
NOTE:
The references from the clients indicating satisfactory performance and
completion without delay shall only be considered for evaluation. The
bidders shall also fill up the format attached at Annexure-1. The copy of
said references from client shall be enclosed with the format.
2. Financial Evaluation
2.1

Examination and evaluation: The sum total of the prices quoted for works
shall be taken for evaluation of the Financial Proposals. The examination and
evaluation of Financial Proposals shall follow the procedure as outlined in
ITB 28 & ITB 30.

2.2

Margin of Preference: In comparing domestic bids with the foreign bids, no


margin of preference will be applicable while comparing the bids.

Bidding Document

4-14

Tender No. NAT/CWT/IND/OTT/13/133

TenderNo.NAT/CWT/IND/OTT/13/133

ANNEXURE1

ProformaforReferences
[PleasereferSection4Evaluation&QualificationCriteriaunderClause1.2.4(v)]
S.NO

Here the bidder shall list the


Projects pertaining to Construction
of Automotive Test Tracks of value
more than Rs. 10 Crores, with
details such as name of the project,
location and cost of work etc. May
specify
if th
the role
l off th
the Bidd
Bidder and
d itits
scope of work in the Project.

Here the bidder shall give the respective [as above] Client
Details / Contact Persons Details [Issuer of the
Completion certificate of the respective Projects]
[Contact Person and Contact Details including address,
telephone number, mobile number, fax number, e-mail
address, etc]

Project Duration

Start
Date

Origin Actual Date


al
of
Sched completion
uled
Date
of
compl
etion

ReasonsforDelay(ifany)

Вам также может понравиться