Вы находитесь на странице: 1из 10

STUP Consultants P. Ltd.

Pre-qualification form for the Construction of the New National


Assembly Building at Banjul, The Gambia

NOTICE INVITING APPLICATION FOR PRE-QUALIFICATION OF CONSTRUCTION AGENCIES

The Government of Gambia has received a credit under the Indian Line of Credit financed by EXIM Bank of India for the
development towards the cost of construction of the New National Assembly Building at Banjul, The Gambia (West Africa).

STUP Consultants P. Ltd., on behalf of the Ministry of Works, Construction & Infrastructure, The Republic of Gambia, invites
application for empanelment of contracting agencies having operations in India/Internationally for the construction of the above
referred Assembly Building. The brief scope of work includes construction of multi-storied building (G + Two) involving Civil
works, Façade Finishing, Interior Finishing, MEP works, etc. with completion period of 12 months.

Bidders who fulfill the following requirements shall be eligible to apply.


1) The Construction firms shall be of International repute having past experience of executing similar works (Civil,
Structural, Structural Glazing & Cladding Systems, Sky frame roofing, Interior Finishing / furnishings, External
Development Works, Water Supply & Drainage Systems, Fire Fighting Systems, Electrification Systems, HVAC Systems,
Diesel Generator System, Elevators etc.) for Hotels / Hospitals / Corporate / Institutional / Assembly / Parliament
Buildings) in India/Internationally during the last Five years.
2) Should have satisfactorily completed as on 31/12/2009.
a) three similar works as prime contractor each costing not less than US$ 5.5 Millions or
b) two similar works as prime contractor each costing not less than US$ 8.00 Millions or
c) one similar work as prime contractor each costing not less than US$ 11.00 Millions
during the last Five years.
™ The word similar completed works means multistoried Hotels / Hospitals / Corporate /
Institutional/Assembly/Parliament Buildings in India/Internationally having a built-up area not less than 3500 sqm
(individually/aggregate of number of works mentioned in each of criteria (a), (b) or (c) above) and at least one
building should consist of Ground plus Two upper floors with Civil, Structural, Structural Glazing & Cladding
Systems, Sky frame roofing, Interior Finishing / furnishings, External Development Works, Water Supply & Drainage
Systems, Fire Fighting Systems, Electrification Systems, HVAC Systems, Diesel Generator System, Elevators etc.
incorporating advanced Architectural & Structural design concepts giving rise to multi geometrical / dimensional
forms, both in structural shell & external facades and with all modern services / amenities. (Proof of similar works
executed shall be furnished along with photographs / views to substantiate the multi geometrical / dimensional profile
of the buildings, duly certified by the client)
3) Should have had average annual financial turn over of US $ 7.00 Millions on construction works during the last three
consecutive years ending 31st March 2009.
4) Should not have incurred any loss in more than two years during the last five years ending 31st March 2009.
5) Should have a solvency of not less than US$ 5.50 Millions
6) The contractor should have done themselves or should have experience of working with specialized agencies such as
structural glazing & cladding systems and other specialized MEP agencies in at least one of the multi-storied building
constructed by them.
7) Should have ISO 9000 / 14000 certification

Desirous Bidders may obtain pre-qualification document from the Office of STUP Consultants P. Ltd., 1004-5, Raheja Chambers,
213, Nariman Point, Mumbai 400 021, Tel: +91 22 40868686, email: mumbai@stupmail.com, from 4th March 2010 on payment of
Rs.500/- (Rupees Five Hundred Only) in cash or download the PQ document from the web site
http://www.stupco.com//html//PQDoc.htm and submit the duly filled in document in sealed envelope along with a demand draft of
Rs.500/- (Rupees Five Hundred Only) from any Scheduled Commercial Bank in favour of M/s. STUP Consultants P.Ltd., payable at
Mumbai on or before 12th March 2010 up to 15.00 hrs.

Application for pre-qualification supported by prescribed proformas should be submitted in sealed envelope duly superscribed with
the name of work and due date of opening. The applications will be received on or before 12th March 2010 up to 15.00 hrs by the
Office of STUP Consultants P. Ltd, 1004-5, Raheja Chambers, 213, Nariman Point, Mumbai 400 021.

If any information furnished by the applicant is found incorrect at a later stage, he shall be liable to be debarred from bidding process
/ taking up the work with the Client. The Client reserves the right to verify the particulars furnished by the applicant independently.

The Client reserves the right to reject any prospective application without assigning any reason and to restrict the list of pre-qualified
Contractors to any number deemed suitable by him, if too many applications are received satisfying the basic criteria.
Sd/-
Associate Director
STUP Consultants Pvt. Ltd.

THE REPUBLIC OF THE GAMBIA


STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

PRE- QUALIFICATION OF CONTRACTORS

FOR

THE CONSTRUCTION OF THE NEW NATIONAL ASSEMBLY BUILDING

AT

BANJUL, THE GAMBIA (WEST AFRICA)

PRE-QUALIFICATION DOCUMENT

1.0 INTRODUCTION

The Government of Gambia has received a credit under the Indian Line of Credit financed by
EXIM Bank of India for the development towards the cost of the construction of the New
National Assembly Building at Banjul, The Gambia.

Applications for pre-qualification are invited from experienced and competent contractors
having operations in India/Internationally for the execution of the work detailed hereinafter for
the construction of the proposed New National Assembly Building at Banjul, Republic of The
Gambia (West Africa).

The Building consists of Ground plus Two upper floors with Sky frame roofing.

The scope of work will include but not be limited to RCC, General Civil Engineering
Construction, Structural Glazing & Cladding Systems, Sky frame roofing systems, Interior
Finishing / Furnishings, External Development Works, Water Supply & Drainage Systems,
Fire Fighting Systems, Electrification Systems, HVAC Systems, Diesel Generator Systems,
Elevators and other ancillary items of work.

Reputed contractors who have successfully executed similar works (for Hotels / Corporate /
Institutional / Assembly / Parliament Buildings) in India / Internationally who intend to bid for
the entire contract package, should apply for prequalification in the manner set out in this
document. The tender documents will be issued only to those contractors who are prequalified
under this procedure. Preference will be given to Bidders who have past experience of
executing similar works in Africa. Proof of the same shall be attached along with this
application

1
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

2.0 CLIENT
NAME : The Permanent Secretary

ADDRESS : Ministry of Works, Construction & Infrastructure


MDI Road,
Kanifing,Banjul,
The Gambia
TELEPHONE : (220) 4375787/4396111
FAX : (220) 4375765
EMAIL : dosworks@yahoo.com

3.0 CONSULTANT
NAME : STUP Consultants P. Ltd.

ADDRESS : Vishal Towers, 11th Floor,


Janakpuri District Centre,
New Delhi 110 058

TELEPHONE : (011) 45616200


FAX : (011) 25507017
Email : delhi@stupmail.com

4.0 PROJECT MANAGEMENT CONSULTANT (PMC)


NAME : STUP Consultants P. Ltd

ADDRESS : Vishal Towers, 11th Floor,


Janakpuri District Centre,
New Delhi 110 058

TELEPHONE : (011) 45616200


FAX : (011) 25507017
Email : delhi@stupmail.com

5.0 NAME OF WORK : Civil, External Development works, Structural


Glazing & Cladding Systems, Sky frame roofing,
Water Supply & Drainage Systems, Fire Fighting
Systems, Electrification Systems, HVAC
Systems, Diesel Generator Systems, Elevators etc.
for the proposed New Assembly Building at
Banjul, The Gambia.

Period of Completion : 12 (Twelve) months including intervening


monsoon.

SITE ADDRESS : Near Secondary High School, Banjul,


The Gambia, West Africa

2
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

6.0 PROGRAMME OF WORKS

Applicants who have been pre-qualified will be informed in writing. The programme of
work envisaged for the contract is as follows:

Call for Tenders Award of Contract Period of Completion


About one month after About one month after 12 Months
pre-qualification receipt of tender

7.0 SALIENT INFORMATION

7.1 The Bidding document for the construction will be based on the “Conditions of
Contract, Part-I: General Conditions of Contract for Works of Civil Engineering
Construction”, fourth edition -1987, reprinted in 1992 with further amendments,
prepared by the “Federation Internationale des Ingenieurs-Conseils (FIDIC) subject to
variations and additions set out in “Part-II : Conditions of Particular Application”.
Further the Conditions of Contract stipulates interim and final payments will be
determined by measurements, applying the rates and prices in the Bill of Quantities.

7.2 Earnest Money Deposit, Initial Security Deposit, Retention Money etc. shall be made
as per relevant standards.

7.3 Transportation / communication facilities : The site is approachable by all weather


roads.

7.4 Geology of the site :


The site is an open level land of very soft type alluvial soil and the proposed
development will consist of site grading by filling up with sand and soil so as to prepare
elevated formation levels for construction of buildings, roads and other infrastructure
works for the proposed facility.

7.5 The tenders will be in prescribed form for Item Rate. The contractor will not be
required to prepare the detailed design. However design / detailing of structural glazing,
preparation of shop drawings for MEP Services, etc. shall be carried out by the
Contractor based on the preliminary details furnished by the Consultant.

7.6 All works shall conform to the specifications of British Standards and other relevant
International Standards or equivalent standards mentioned in the contract documents or
as approved by the Client.

7.7 The law governing the contract will be the Gambian Law. The language in which the
contract will be executed and operated will be English.

7.8 Neither the Notice inviting Pre-qualification application nor the Pre-qualification
document shall form part of the contract agreement to be entered subsequently between
the successful Bidder and the Client. The information furnished herein is only
indicative and must be considered only as advance information to assist the prospective
Bidder to decide whether or not to apply for prequalification.

3
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

8.0 INSTRUCTIONS TO APPLICANTS

8.1 Pre-qualification Document (P.Q Document) as detailed below complete in all respects
should be submitted on or before 15.00 hours on 12/03/2010 to the Office of M/s STUP
Consultants P Ltd. at the address indicated in the Notice Inviting applications. P.Q
Document without the specified number of copies is liable to be rejected.

8.1.1 Pre-qualification Document are as listed below :

(a) Prequalification application


(b) Schedule ‘A’ Structure & organization
(c) Schedule ‘B’ Financial Statement
(d) Schedule ‘C’ Joint Venture
(e) Schedule ‘D’ Resources - personnel
(f) Schedule ‘E’ Resources - equipment & plant
(g) Schedule ‘F’ Resources – other
(h) Schedule ‘G’ Experience geographical
(i) Schedule ‘H’ Experience – relevant project completed
(j) Schedule ‘J’ Experience – all projects in hand
(k) Schedule ‘K’ Additional Information
(j) Affidavit

8.1.2 Method of Submission :

One set of the entire pre-qualification documents shall be sealed in an envelope and
submitted to the Office of M/s STUP Consultants P Ltd. at the address indicated in the
Notice Inviting applications above so as to reach on or before the time and date
specified in the Notice inviting Pre-qualification of contractors. The envelope shall be
superscribed as "Application for Pre-qualification ……. …… (Name of Work …… ……",
and shall show name and address of the Applicant.

8.1.3 If necessary, additional sheets can be added to the schedule. Each page of each
schedule should be clearly marked in the right top corner in the following manner:

Schedule - 'A' Page - 1, Schedule - 'A' Page - 2, Schedule - 'A' Page - 3 etc.

8.1.4 Some of the Schedules may require attachments. Such attachments should be clearly
marked in the manner indicated below:

Attachment-1 to Schedule-'A', Attachment-2 to Schedule-'A' etc.

8.1.5 While submitting the schedules, applicant shall enclose latest copies of brochures and
technical documentation giving additional information about the applicant.

8.1.6 Each page of pre-qualification document shall be duly signed by the Applicant or his
authorised representative.

8.2 No costs incurred by applicant in making this offer, in providing clarification or


attending discussions, conferences, or site visits will be reimbursed by the Client.

4
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

8.3 Joint Ventures / Consortium supported with registered agreement will also be eligible
for participating in the Bid.

8.4 Incomplete applications are liable to be rejected.

8.5 The language for submission of pre-qualification bid shall be English.

8.6 The enclosed schedules should be filled-in completely and all questions should be
answered. If any particular query is not relevant, it should be replied as 'not applicable'.

8.7 Back-up by the specialised agencies may be permitted subject to the specific approval
of the Client. Specialised Agencies those who have tie-up with any Bidders for pre-
qualification shall not be eligible for Bidding as prime contractor.

8.8 For specialized items like Water Supply & Drainage Systems, Fire Fighting Systems,
Electrification Systems, HVAC Systems, Structural Glazing & Cladding Systems, etc.,
client reserves the right to pre-qualify vendors separately, from whom the prime
contractor has to procure the items for the work. However, the main contractor shall be
solely responsible for the entire work including the work of specialized agencies. All
payments shall be made only to the main contractor.

8.9 Contractor shall not sublet / sub contract any part of the work, without prior written
consent of the Client.

8.10 For any clarification, following may be contacted:

a) The Associate Director


STUP Consultants P. Ltd.
1004&5, Raheja Chambers
213, Nariman Point, Mumbai - 400 021.
Tel: 40868686 Fax: 2204 8424
Email: mumbai@stupmail.com

8.11 If the application is made by a partnership firm, it shall be signed by all the partners of
the firm with their full names and current addresses, or by a partner holding the power
of attorney for the firm for signing the application, in which case a certified copy of the
power of attorney shall accompany the application. A certified copy of the partnership
deed, current address of the firm and the full names and current addresses of all the
partners of the firm shall also accompany the application.

5
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

8.12 If the application is made by a limited company it shall be signed by a duly authorised
person holding the power of attorney for signing the application in which case a
certified copy of the power of attorney shall accompany the application. Such limited
company or corporation will be required to furnish satisfactory evidence of its existence
before the contract is awarded.

8.13 The information furnished must be sufficient to show that the applicant is capable in all
respects to successfully complete the envisaged work.

8.14 The applicant is required to visit the project site before submitting the financial bid
document.

8.15 The pre-qualified applicants while submitting the bids for the works shall again be
required to provide satisfactory evidence in respect of the information furnished by
them in their application for pre-qualification regarding their structure and organisation,
financial position / arrangements, other resources including personnel and equipment,
experience as well as work in hand etc., A legal document in the form of an affidavit to
this effect, prescribed in the Schedule has to be furnished alongwith the prequalification
application. The applicants attention is explicitly drawn to the fact that, even after the
pre-qualification of potential Bidders has already been carried out, all Bidders are duty
bound and shall include a statement of the changes that may have occurred since pre-
qualification, with particular reference to the various items listed above and that
furthermore, contract work shall be awarded to the successful tenderer only on the basis
of a careful scrutiny of all the above information furnished by the applicant.

8.16 (i) M/s. STUP Consultants P. Ltd. have been engaged as Design Consultants and
Project Management Consultant for the project. The said firm should not be
engaged as consultant to the Contractor on this project.

The applicants also should not have any association with M/s. STUP
Consultants P. Ltd. at financial and managerial level.

8.17 Evaluation of Application for Pre-qualification

8.17.1 The pre-qualification shall be considered to ascertain whether the bids:


i) meet the eligibility requirements;
ii) have been properly prepared and signed;
iii) contain all the details called for and are in proper format
iv) are accompanied by required authorisation, and
v) are otherwise generally in order.

6
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

8.17.2 The criteria for making assessment of the capability of the firms which have applied for
the prequalification will also include the following items:

i) Average annual turnover of at least US $ 7.00 Millions taken over the last three
financial years.

ii) The available bid capacity of the Bidder should be more than the cost of the
work. The available bid capacity will be calculated as under.

Assessed Available Bid Capacity = (A x N x 2 – B)


Where
A = Maximum value of civil engineering works executed in any one
year during the last seven years taking into account the
completed as well as work in progress.
N = Number of years prescribed for completion of work for which
pre-qualification application has been invited.
B= Value of existing commitments and on-going works to be
completed during the period of completion of work for which
pre-qualification has been invited.

iii) Structure and organisation of the firm to provide the evidence of ability of
handling the construction of Similar Works.

iv) Solvency certificate from any Scheduled Commercial Bank for US$ 5.50
Millions.

v) Resources of the firm including personnel of requisite qualification and


equipment in sufficient quantity of the required type.

vi) Experience of the firm for constructing works of similar type and nature as well
as prompt completion of works undertaken.

vii) Any other information supplied by the firms applying for prequalification.

viii) The applicant shall submit an attested copy of the latest and valid income tax
clearance certificate along with the application.

7
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

8.17.3 Methodology of Evaluation

All Applications for pre-qualification received will be assessed for their merits and
demerits. The qualification of the applicants will be evaluated under the following
criteria by scoring method on the basis of details furnished by them.

Sr.No. Criteria
a) Financial strength
b) Experience in similar nature of work during last five years
c) Performance on works
d) Personnel and Establishment
e) Plant & Equipment

The minimum score needed by an applicant to be considered for pre-qualification is


60% of the max. marks assigned for each criteria group and 70% marks in the grand
total which may be relaxed depending upon the number and capability of the
applicants.

8.18 The decision of the Client to accept or reject any application will be final. The Client
reserves the right to reject any or all pre-qualifications without assigning any reason.

8
STUP Consultants P. Ltd. Pre-qualification form for the Construction of the New National
Assembly Building at Banjul, The Gambia

PRE-QUALIFICATION APPLICATION

Description of Works : The Construction of the proposed New National


Assembly Building at Banjul, The Gambia,

To
The Associate Director,
STUP Consultants P.Ltd.
1004, Raheja Chambers
213, Nariman Point
Mumbai-400021

Dear Sir,

Having examined the Pre-qualification document including scope of works and time frame of
construction, we hereby submit all the necessary information and relevant documents for pre-
qualifying us for bidding for the above mentioned work.

It is certified that the information furnished in this document is authentic.

We, understand that Client reserves the right to reject any or all applications without assigning any
reason thereof.

Date : (Signature of Applicant)


including title and
capacity in which
application is made with seal.

Encl.: 1) Schedules duly filled in the prescribed form.


2) Evidence of authority to sign.
3) Latest Brochures.

Вам также может понравиться