NOTICE INVITING BID. Chief Engineer (NMIA) CIDCO Limited.

Similar documents
CIDCO OF MAHARASHTRA LIMITED C.A.NO.01/CIDCO/EE(AP-II)/ NOTICE INVITING BID

No. CIDCO/EE(ULWE-I)/2015/ Date: 09/07/2015

NOTICE INVITING BID. ` 5, (including 5% GST (Non-Refundable))

TENDER NOTICE. 02 C.A. No. 06/CIDCO/SP/CE(SP)/ SE(TP-III)/ EE(BPR-I)/

No. CIDCO/E.E.(Nerul)/2013/ Date: 25/02/2013

C. A. No.03/CIDCO/SE(KHR-I)/EE(KHR-III)/ Sl.Pg.No.0

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

CITY & INDUSTRIAL DEVELOPMENT CORPORATION OF MAHARASHTRA LIMITED

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

TENDER NOTICE (ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT-185/ Date: 10/01/2019. Time for completion including monsoon

No.: GSIDC/ENGG./NIT-115/

(ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT- 90/ Time for complet ion includi ng monsoo n. hours. hours

CONTRACTOR EMPLOYER

INVITATION FOR BID (IFB) (LOCAL COMPETETIVE BIDDING)

H.O , Centre Point, Dr. Babasaheb Ambedkar Road, Parel, Mumbai

Rs. 1,54,000/- Single (01) order of executed value not less than Rs Lakhs

Notice Inviting Tender (NIT) (Detailed)

TENDER NOTICE (ELECTRONIC MODE ONLY) No. GSIDC/ENGG./NIT- 99/

Chief Engineer, Koyna Project, Pune

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) SECTION - I. Ref. NTECL/C&M/OT/CS-3474 Dt:

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2149/NIT-136 Dt:

NOTICE INVITING TENDER (NIT) (Detailed) (Domestic Competitive Bidding) Ref. NTECL/C&M/CS-2271/NIT-137 Dt:

137/MD/NTESCL OF

West Bengal State Food Processing

NOTICE INVITING TENDER (NIT) (Domestic Competitive Bidding) BRIEF NIT DETAILS. Ref. NTECL/C&M/CS-2980/NIT-147 Dt:

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

THE INSTITUTE OF MATHEMATICAL SCIENCES (An autonomous institution under the Dept. of Atomic Energy, Govt. of India) CHENNAI NOTICE INVITING TENDER

AIRPORTS AUTHORITY OF INDIA CHENNAI AIRPORT :: CHENNAI 16. Notice Inviting e-tenders. Tender Ref No. AAI / CHN / CMD-I / 2017 / 004

WEBSITE ADVERTISEMENT

THE INSTITUTE OF MATHEMATICAL SCIENCES

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT GERUGAMBAKKAM, KANCHEEPURAM DISTRICT

Wanted office Premises on Lease.

STOCK HOLDING CORPORATION OF INDIA LTD.

(a) For decrement values up to Rs.10/-, rounding off may be made to nearest rupee.

NOTICE FOR PREQUALIFICATION OF CONTRACTOR

NTPC TAMILNADU ENERGY COMPANY LTD (A Joint Venture of NTPC Ltd. and TANGEDCO)

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

NOTICE INVITING TENDER FOR PURCHASE OF PLOT AT - BILHARI

Divisional Office Cell, 18-A, Rail Head Complex, Jammu Phone No , Fax No

NTPC Tamilnadu Energy Company Limited. BID DOCUMENT NO :NTECL/C&M/NIT-148/CS-2805, Dt :

TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE

COEP s Bhau Institute of Innovation, Entrepreneurship and Leadership

Tender. For. Consultancy Services for Auditorium interior works. All India Institute of Medical Sciences, Patna

Application for Empanelment of (a) Valuers and (b) Real Estate Consultants to monetize properties of IFCI by way of Sale and/or lease.

Notice for Licensing of 97 Built-up Shops/Bare Spaces at 38 Metro Stations of Delhi Metro Network on Line 1, 2, 3, 5 & 6, through Open Auction

LIFE INSURANCE CORPORATION OF INDIA Bongaigaon Divisional Office, Jeevan Prakash, Barpara, Main Road, Bongaigaon, PIN No

TENDER DOCUMENT FOR EMPANELMENT OF ADVERTISING AGENCY

: Lease Accommodation for Office Space. Tender Ref. No. : PHL/ER/HR&A/OFF/2017 dated 24/02/2017

2 LIFE INSURANCE CORPORATION OF INDIA JEEVAN PRAKASH, DIVISIONALAL OFFICE, 9A, Punithavathiyar Street, Palayamkottai, Tirunelveli Phone :

Regional Office-Jaunpur Hotel River View Complex Sipah Road Jaunpur Uttar Pradesh UNION BANK OF INDIA REQUEST FOR PROPOSAL (RFP)

UTI INFRASTRUCTURE TECHNOLOGY AND SERVICES LIMITED. Name of the Bid: Bid for Supply of Class-II DSC (Digital Signature Certificate)

Sale of Various unserviceable items and other scrap material of Corporate Office, GSECL at Vadodara

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY, NEAR AKURDI RAILWAY STATION, PUNE-44

E - AUCTION SALE NOTICE PUBLIC NOTICE FOR E-AUCTION FOR SALE OF IMMOVABLE PROPERTIES

Bharat Petroleum Corporation Limited (A Government of India Enterprise) SHORTLISTING OF ELEVATOR MANUFACTURERS

LIFE INSURANCE CORPORATION OF INDIA THANJAVUR DIVISION

ARMY WELFARE EDUCATION SOCIETY CAMPUS BANGALORE (AIHM&CT, AIFD) REQUEST FOR PROPOSAL (RFP)

TENDER DOCUMENT FOR Supply and fixing of Featherlite Chairs at Administrative Office Nalgonda

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

LUMPSUM CONTRACT FOR CPP UNIT PAINTING JOBS IN HPCL, MUMBAI REFINERY.

TENDER NOTICE FOR DEWATERING, CLEANING &DESILTING OF ARTIFICIAL LAKE PUSHPA GUJRAL SCIENCE CITY KAPURTHALA (PUNJAB)

INVITATION FOR BIDS (IFB) Doc.No.:A IFB REV.A. _ Engineers India Ltd., RO, Chennai Sheet 1 of 6

DIVISIONAL OFFICE, INDIA LIFE BUILDING 1543/44 TRICHY ROAD, POST BOX COIMBATORE TENDER SCHEDULE LIFE INSURANCE CORPORATION OF INDIA

EMPANELMENT OF ARCHITECTS CONSULTANCY FIRMS FOR STATE BANK OF INDIA, DELHI CIRCLE IN THE CATEGORY OF 1.0 CRORE AND 5.0 CRORE

Patna Divisional Office-2 Jeevan Ganga, Frazer Road, Patna Telephone No. (0612)

DEVELOPMENT OF BOUTIQUE HOTEL & CONVENTION CENTRE AT SHILPARAMAM, VISAKHAPATNAM ON PPP BASIS BID SUMMARY. October 2018

Jaipur Development Authority e-auction :Business Rules Document 2014

Administration of Dadra and Nagar Haveli, Department of Agriculture, Silvassa. No. AGR/E.O.-I/Bee Keeping/2018/ Date: - 22/06/2018

Auction of Mineral Blocks in Odisha

प ज ब एण ड स ध ब क. PUNJAB & SIND BANK (भ रत रक र क उपक रम/ A Govt. of India Undertaking)

DEVELOPMENT OF AMUSEMENT PARK WITH WATER RIDES AT SHILPARAMAM, TIRUPATI ON PPP BASIS BID SUMMARY

WEST BENGAL RENEWABLE ENERGY DEVELOPMENT AGENCY

No. M-18012/14/2017/SMD/NMCG National Mission for Clean Ganga Ministry of Water Resources, River Development & Ganga Rejuvenation TENDR NOTICE

RFP No. DDG(E)/GP2/TOKEN 04 of Serial Page No. 1

Sr.Divisional Manager LIFE INSURANCE CORPORATION OF INDIA Divisional Office :Jeevan Prakash, Nagpur Road,Madan Mahal,JABALPUR

SILVASSA MUNICIPAL COUNCIL DADRA & NAGAR HAVELI SILVASSA Phone No.: , Fax No.:

Tender Document for hiring of office space

BALMER LAWRIE & CO. LTD., SBU LEATHER CHEMICALS 32, MANALI, CHENNAI 68. (Regd. Office: 21, Netaji Subhas Road, Kolkata )

Section A OFFICE OF THE DISTRICT INSPECTOR OF SCHOOLS (SECONDARY EDUCATION), KOLKATA BIDDING DOCUMENTS FOR FILING OF E-TDS CORRECTION RETURN

DEVELOPMENT OF CONVENTION CENTRE WITH GUEST ROOMS & SPA AT SHILPARAMAM, TIRUPATI ON PPP BASIS BID SUMMARY. October 2018

EMPANELMENT OF PROJECT ARCHITECT/CONSULTANT

E-AUCTION SALE NOTICE

LIFE INSURANCE CORPORATION OF INDIA MUZAFFARPUR Divisional Office. JEEVAN PRAKASH U.S.PD.MARG, CLUB ROAD MUZAFFARPUR PHONE NO

WEBSITE ADVERTISEMENT

GOVERNMENT OF INDIA: MINISTRY OF DEFENCE DIRECTOR GENERAL NAVAL PROJECTS

(Core-1, SCOPE Complex, 7, Institutional Area, Lodi Road) New Delhi (India) Sub: Tender for sale of LAM Coke, Ex-NINL, Duburi (Odisha).

- NOTICE INVITING TENDER (NIT)

TENDER NOTICE No. UGVCL/SP/IV/697/Mobile and Bluetooth Printer. Purchase Requisition No. :- RFQ. No. N-Procure consolidate Details

TENDER FOR SALE OF BPCL OWNED HOUSING COMPLEX AGRA TECHNO- COMMERCIAL BID

TENDER DOCUMENTS (FOR HIRING OF OFFICE PREMISES FOR BARDHAMAN BRANCH OFFICE III AT BARDHAMAN, WEST BENGAL UNDER BARDHAMAN DIVISIONAL OFFICE.

SBI INFRA MANAGEMENT SOLUTIONS PVT. LTD. (A Wholly Owned Subsidiary of SBI) CIRCLE OFFICE LUCKNOW Local Head Office, Hazratganj, M.G.

TECHNICAL BID (Details of documents to be furnished in technical bid)

PFC Consulting Limited (A Govt. of India Undertaking) 9 th Floor, Statesman Building, Barakhamba Lane, Connaught Place, New Delhi

TENDER No: IMU/2018/0009 Issue Date: 15 th May, 2018

COVER PAGE OF APPLICATION

Fax: Telephone: /9600. Njrpa fhrneha; Muha;r;rp epwtdk; BID DOCUMENT

Prescribed Date & Time for Uploading by upto A.M. To be downloaded/opened on at A.M.

TERMS & CONDITIONS OF e-tender

NATIONAL HOUSING BANK. Quotation Call Letter for Providing Courier Services to the Bank

क न द र य भ ड रण लनगम

Transcription:

NOTICE INVITING BID CIDCO of Maharashtra Limited through the process of e-tendering invites item rate percentage bids in two bid system (Part I : Technical Bid & Part- II : Commercial Bid) from the experienced prospective bidders fulfilling the mandatory eligibility criteria and scoring minimum qualifying marks of 75 in the technical bid evaluation, comprising of total 100 marks as per Annexure-I registered with CIDCO Ltd. or with Central Govt., or with State Govt. of Maharashtra and its undertakings in appropriate class & Category for the work mentioned below: The suitable bidders / or any one of Joint Venture partners (JV should not be of more than two entities) should be registered with either CIDCO Ltd. or with Central Govt., or with State Govt. of Maharashtra and its undertakings company registered under company Act 2013. In case JV is not registered before the bidding, then it has to get it registered under the company Act 2013 before the award of contract should they be found preferred bidders. Sr. Description Details 1. Name of Work Land Development of Navi Mumbai International Airport (Package-I) 2. C.A. 01/CIDCO/SE(AP-R/R)/2015-16 3. Cost put to the Bid Rs. 2,25,67,20,281.09 Document 4. E.M.D. Rs. 2.26 Crores. 5. Registration Class Class I A and above (Unlimited) 6. Completion Period 18 (Eighteen) Months (including Monsoon) 7. Cost of Blank Bid Rs.63,000.00 including 5% VAT (Non- Document Refundable) Notice Inviting Bid along with Bidding Programme will be available on the website cidco.maharashtra.etenders.in from 26/05/2015 at 17.01 hrs. Chief Engineer (NMIA) CIDCO Limited.

NOTICE INVITING BID CIDCO of Maharashtra Limited through the process of e-tendering invites item rate percentage bids in two bid system (Part I : Technical Bid & Part- II : Commercial Bid) from the experienced prospective bidders fulfilling the mandatory eligibility criteria and scoring minimum qualifying marks of 75 in the technical bid evaluation, comprising of total 100 marks as per Annexure-I registered with CIDCO Ltd. or with Central Govt., or with State Govt. of Maharashtra and its undertakings in appropriate class & Category for the work mentioned below: The suitable bidders / or any one of Joint Venture partners (JV should not be of more than two entities) should be registered with either CIDCO Ltd. or with Central Govt., or with State Govt. of Maharashtra and its undertakings company registered under company Act 2013. In case JV is not registered before the bidding, then it has to get it registered under the company Act 2013 before the award of contract should they be found preferred bidders. Sr. Description Details 1. Name of Work Land Development of Navi Mumbai International Airport (Package-I) 2. C.A. 01/CIDCO/SE(AP-R/R)/2015-16 3. Cost put to the Bid Rs. 2,25,67,20,281.09 Document 4. E.M.D. Rs. 2.26 Crores. 5. Registration Class Class I A and above (Unlimited) 6. Completion Period 18 (Eighteen) Months (including Monsoon) 7. Cost of Blank Bid Rs.63,000.00 including 5% VAT (Non- Document Refundable) MANDATORY CONDITIONS OF CONTRACT: i) The successful bidder shall have to award & get executed 50% quantum of reclamation / earth work / transportation of rock from Hill cutting through Local PAP (Project Affected Person) groups. (This condition is applicable for Item 3 (a) & 3 (b) of Part II of BOQ, Item 11 of Part-III of BOQ and transportation part of Item 2 (a) & 2 (b) of Part-II of BOQ) ii) quote is in minus. If the rates approved above the estimated cost put to bid then iii) Considering the above conditions, the Bidder shall submit the offer for 100% quantum of work put to the bid.

MANDATORY ELIGIBILITY CRITERIA: 1) - companied by copies attested by statutory auditors of Bidder. a) Registration in appropriate class & Category. (In case of JV at least any one of the JV Member should be registered in appropriate class.) b) Sales Tax Certificate (MVAT) (Both Members) c) Valid Solvency Certificate. (Lead Member) d) Income Tax Permanent Account Number (Both Members) e) In case of JV, notarized copy of agreement shall be submitted along with the application. 2) Experience of having successfully completed works during the last 5 (Five) years ending last day of the month previous to the one in which applications are invited: (a) One completed work or part completion of any ongoing work of earthwork and excavation rock cutting combined together costing not less than the amount equal to 50% of the cost put to the Bid Document; OR (b) Two best completed works or part completion of any ongoing work of earthwork and excavation rock cutting combined together adding to a total cost of minimum 80% of the cost put to the Bid Document of proposed work; Note : 50% valuation will be considered in case of works completion certificate issued by organizations other than Govt./ Govt. undertaking agencies. 3) Financial Criteria: The Prospective Bidder will be qualified only if they have minimum financial capabilities as below:- i) Working Capital (Current Assets Current Liabilities): Working Capital (Net Cash Flow) of the Prospective Bidders during last audited financial year should be greater than Rs. 37.61 Crores. ii) Profitability: Profit after Tax should out of last five consecutive financial years. The profit shall not be negative for last two consecutive financial years. iii) Net Worth: Net worth of Prospective Bidder during last audited financial year should be greater than Rs.22.57 Crores. iv) Annual Turnover: The average annual turnover of civil work of last three financial years should be equal to or greater than Rs. 150.44 Crores. NOTES:- a) Turnover will be considered for main Bidder and not for the Group Company or Subsidiary Company for all members of Joint Venture (JV) put together. b) The value of works shall be brought to current costing level by enhancing the executed value of work at simple rate of 7% per annum.

c) The information regarding Financial Criteria and Average Annual Turnover Certified by Statutory Auditor shall only be considered. d) 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 1st April 15 & 30th Sept. 15. Then latest audited financial year shall be a year before previous year for financial criteria i.e. 2014-15) e) In case of Joint Venture entity, the technical capacity and financial capacity of both the members of Joint venture would be taken into account for satisfying the above conditions of eligibility. Further, Lead Member shall meet at least 60% requirement of Technical and Financial Capacity required and other JV member shall meet at least 30% requirement of Technical and Financial capacity. For avoidance of doubt it is further clarified that the Joint Venture must collectively and individually satisfy the above qualification criteria. 4) Bid Capacity Criteria: The Prospective Bidder will be qualified only if their available bid capacity is more than the Cost put to the Bid Document of the work as per notice inviting Bid document. The available bid capacity will be calculated base on the following formula: Available Bid Capacity= 1.5 x A x N - B where, A = Average Annual Turnover of Civil works for last three (3) financial years. N = of years prescribed for Completion of the work. B = Value of existing commitments and ongoing works to be completed during the period of Completion of work. 5) Plant, Machinery & Equipments : Minimum requirement of Plant, Machinery & Equipments on Ownership basis and on Hire basis: Sr. Particulars On Ownership basis On Hire basis 1. Rotary Surface Drilling, Crawler 0 1 Mounted, Pneumatic / Hydraulic Rig 2. Motor Grader (hydraulic type) 2 2 3. Stone Crushing Plant/ Impact Crusher 2 2 with maximum size feeder slot 4. Showel/Excavator bucket cap.3.0 cu.m 2 3 5. Front end Loader 4 4 6. Explosive Van Standard 0 1

Sr. Particulars 7. Dozer : D-65 / D-50 or any other Dozer having more dozing capacity over D- 65/D-50 On Ownership basis On Hire basis 2 2 8. Back Hoe Loaders 2 3 9. Dumper / Tipper cap.14/16 cu.m 50 50 10. Slope Compactor 2 2 11. Vibro Roller Capacity 24 Ton 2 3 12. Settlement Gauge 5 5 Notes : 1) At the time of submission of technical bids, the Bidders are required to submit the proof of ownership and submission of an agreement to lease of above plant & machineries exclusively deputing for this work is mandatory. 2) The Successful Bidder shall have to mobilize the Minimum required machineries/plants/equipments within a period of one month from the date of issue of Work Order to ensure timely start and completion of work. Failing to which the performance security submitted by the successful bidder shall be forfeited and contract shall be terminated. 3) The above machineries are the minimum requirement. Adequate additional machineries required for timely completion of the work shall have to be deployed at site by the bidder at no extra cost to Employer. 6) Personnel Capabilities : The Prospective Bidder will be qualified only if they have minimum personnel capabilities as below : Project Manager (B.E. Civil+15 Yrs. Exp., out of which 10 yrs. as a Project Manager on a minimum Project size of Rs.100 Crores) (Min. 1 Nos.) Dy. Project Manager (B.E.Civil+10 Yrs. Exp., out of which 8 yrs. as a Dy. Pr. Manager on a minimum Project size of Rs.50 Crores) (Min. 1 Nos.) Plant Engineer (B.E. Mech/Elec+10 Yrs. Exp., out of which 6 yrs. as a Plant Engg. on Highway / Irrigation Construction work) (Min. 1 Nos.) Quantity Surveyor (B.E. Civil+10 Yrs. Exp., out of which 6 yrs. on Highway / Irrigation Const. work) (Min. 2 Nos.) Material / Site Engineer (B.E. Civil+10 Yrs. Exp., out of which 6 yrs. on Highway / Rock Cutting / filling work) (Min. 5 Nos.) Surveyor (B.E. Civil + 5 Yrs. Or DCE+ 8 yrs. Exp., out of which 3 yrs. as a Major Highway/Irrigation Engg. on Highway / Irrigation Const. work) (Min. 2 Nos.)

Geo-tech Expert for Ground Improvement (M.Tech / Geotech+10 Yrs. Exp., out of which 6 yrs. as Ground Improvement Engg.) (Min. 2 Nos.) Programmer (Master of Computer Applications +10 Yrs. Exp., out of which 6 yrs. on Construction of Infra Projects) (Min. 1 Nos.) QA/QC Engineer (B.E. Civil+10 Yrs. Exp., out of which 6 yrs. as a QA/QC Engg. on Irrigation Const. work / major earth works / ground improvement works) (Min. 4 Nos.) Safety Engineer (B.E. Civil+10 Yrs. Exp., out of which 6 yrs. As a Safety Engg. On Mining / Excavation work) (Min. 2 Nos.) Safety Supervisor (Should have qualification of at least Diploma / Certificate 4 Nos.) NOTES : 1) For qualification, on-line submission shall be accompanied by copies attested (by the statutory authorities) of Registration, valid bank solvency certificate of minimum of Rs.22.56 Crores, sales tax certificate (MVAT), Income Tax Permanent Account, list of technical staff, list of plant, machinery and equipments, list of works of similar nature & magnitude executed in last 5(Five) years along with work completion certificates, list of works in hand. The Bidder should also produce original documents for verification if called for. Failure to attach necessary documents with application will render applicant not eligible for qualification of Bid without any intimation. 2) In case of damaged documents / non open able documents / relevant balance documents of already uploaded documents not found after 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 date of e-hand over of prepared documents. 3) CIDCO reserves the right to reject any or all Bids without assigning any 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.63,000/- including VAT @ 5% (nonrefundable) shall 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) Bidder who obtains the minimum qualifying marks and fulfill the mandatory eligibility criteria will be eligible for opening of financial Bid. 9) For further details regarding the above, contact Superintending Engineer (AP-R/R), CIDCO Ltd., Navi Mumbai International Airport (NMIA), 3 rd floor, Tower 10, CBD Belapur Railway Station Complex, CBD Belapur, Navi Mumbai - 400614, Tel No - 022-61365234 / 61365253. 10) For any details regarding e-tendering system 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 11) The on-line queries are to be submitted on E-mail vhbafna@gmail.com between prescribed time schedule. The queries received after prescribed date and time will not be considered. 12) Bidders are required to pay professional fees / charges via on-line payment gateway mode as per the prevailing rate at the time of bid submission, the present rate is Rs. 1,038/- (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. Chief Engineer (NMIA) CIDCO Ltd.

BIDDING PROGRAMME Name of Work : Land Development of Navi Mumbai International Airport (Package-I) Sr. C.A.NO.01/CIDCO/SE(AP-R/R)/2015-16 CIDCO Stage Vendor Stage Start Date & Time (dd.mm.yy/hh:mm) 1a NIB Preparation & Release 1b Main Bid Preparation & Release 2 Main Bid Document Purchase & Download Date of Receipt of Queries from Bidders Reply to Queries 3 Complete Technical Preparation for Handover & Main Bid Expiry Date & Time (dd.mm.yy/hh:mm) 13.05.2015/10.01 Hrs. 25.05.2015/15.00 Hrs. 25.05.2015/10.01 Hrs. 26.05.2015/15.00 Hrs. 26.05.2015/15.01 Hrs. 16.06.2015/17.00 Hrs. 16.06.2015/17.01 Hrs. 22.06.2015/17.00 Hrs. 06.07.2015/15.00 Hrs. 06.07.2015/15.01 Hrs. 21.07.2015/15.00 Hrs. 4 Close New Entries 21.07.2015/15.01 Hrs. 22.07.2015/15.00 Hrs. (Technical) 5 Close New Entries (Financial) 21.07.2015/15.01 Hrs. 22.07.2015/15.00 Hrs. 6 Handover the Prepared Documents 22.07.2015/15.01 Hrs. 27.07.2015/15.00 Hrs. 7 Opening & scrutiny 27.07.2015/15.01 Hrs. 13.08.2015/15.00 Hrs. Original Documents 8 Financial Bid Opening 13.08.2015/15.01 Hrs. 14.08.2015/17.00 Hrs. 1) All bidders are required to submit Undertaking for submission of Bid, Integrity Pact and original Bank Guarantee towards EMD (if uploaded) within 3 working days from the expiry date of Financial Bid Opening during office hours in the office of the Superintending Engineer (AP-R/R) CIDCO Ltd., Navi Mumbai International Airport (NMIA), 3rd Floor, Tower 10, CBD Belapur Railway Station Complex, CBD Belapur, Navi Mumbai. The failure or omission to submit the original documents as said above shall disqualify the bidder for this bid and also debar the agency for issue of bids for further one year. 2) Bidder may attend financial bid opening as mentioned above. No separate intimation will be given regarding Bid opening. 3) Online pre-bid queries should be uploaded on e-mail I.D vhbafna@gmail.com and the reply to these queries will be given as per time mentioned in Bidding Programme. Chief Engineer (NMIA) CIDCO Ltd.

MARKING SYSTEM FOR EVALUATION OF TECHNICAL BID ANNEXURE- I Criterion Max. Marks TOTAL MARKS 100 Minimum Qualification Marks 75 Work Experience A Financial Work Experience 50 Execution of works of similar nature such as earth works, excavation and rock cutting completed within last 5 years without any penalty One completed work or part completion of any a) ongoing work of earthwork and excavation rock cutting costing Rs.112.84 Crores. For every additional amount of Rs.28.52 b) Crores over & above of work executed of Rs.112.84 Crores shall be assigned 2 mark each c) For every additional similar Project costing Rs 50 Cr or more shall be assigned 2 marks each OR Two best completed works or part completion a) of any ongoing works of earthwork and excavation rock cutting combined together adding to a total cost of Rs.180.54 Crores For every additional amount of Rs.11.3 Crores b) over & above of work executed of Rs.180.54 Crores in two best completed works combined together shall be assigned 2 marks each c) For every additional similar Project costing Rs 50 Cr or more shall be assigned 2 marks each B Physical work experience 50 Execution of work of rock cutting and earthwork (reclamation / filling work in which atleast 30% quantity shall be of rock cutting). For 28.35 lacs cubic metre quantity in a single a) completed work or part completion of any ongoing works in last 5 years. For every additional quantity of 7 lacs cubic metre over & above of work under single b) contract executed of 28.35 lacs cubic metre shall be assigned 2 mark each Individual weight age 38 8 4 38 8 4 38 8 Total Marks

c) a) b) c) Criterion ANNEXURE- I For every additional similar Project in which the executed quantity is of 15 lacs cubic metre or more shall be assigned 2 marks each OR Execution of rock cutting and earthwork (reclamation / filling work in which atleast 30% quantity shall be of rock cutting). For 45.36 lacs cubic metre quantity in two best completed works or part completion of any ongoing works combined together in last 5 years. For every additional quantity of 3 lacs cubic metre over and above 45.36 lacs cubic metre in two best completed works combined together shall be assigned 2 mark each For every additional similar Project in which the executed quantity is of 15 lacs cubic metre or more shall be assigned 2 marks each Max. Marks TOTAL MARKS 100 Marks scored Individual weight age 4 38 8 4 Total Marks Chief Engineer (NMIA) CIDCO Ltd.