Draft RFQ DFA73604
Draft RFQ DFA73604
Draft RFQ DFA73604
(RFQ 2023)
FOR
Works To Be Taken Up
On
Published by:
The information contained in this Request for Pre-Qualification document (the “RFQ”) or
subsequently provided to Applicant(s), whether verbally or in documentary or any other form,
by or on behalf of the Authority or any of its employees or advisors, is provided to Applicant(s)
on the terms and conditions set out in this RFQ and such other terms and conditions subject to
which such information is provided.
This RFQ is not an agreement and is neither an offer nor invitation by the Authority to the
prospective Applicants or any other person. The purpose of this RFQ is to provide interested
parties with information that may be useful to them in the formulation of their application for
qualification pursuant to this RFQ (the “Application”). This RFQ includes statements, which
reflect various assumptions and assessments arrived at by the Authority in relation to the Project.
Such assumptions, assessments and statements do not purport to contain all the information that
each Applicant may require. This RFQ may not be appropriate for all persons, and it is not
possible for the Authority, its employees or advisors to consider the objectives, financial
situation and particular needs of each party who reads or uses this RFQ. The assumptions,
assessments, statements and information contained in this RFQ may not be complete, accurate,
adequate or correct. Each Applicant should therefore, conduct its own investigations and
analysis and should check the accuracy, adequacy, correctness, reliability and completeness of
the assumptions, assessments, statements and information contained in this RFQ and obtain
independent advice from appropriate sources.
Information provided in this RFQ to the Applicant(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an
exhaustive account of statutory requirements and should not be regarded as a complete or
authoritative statement of law. The Authority accepts no responsibility for the accuracy or
otherwise for any interpretation or opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Applicant or Applicant, under any law, statute, rules or
regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything
contained in this RFQ or otherwise, including the accuracy, adequacy, correctness, completeness
or reliability of the RFQ and any assessment, assumption, statement or information contained
therein or deemed to form part of this RFQ or arising in any way with pre-qualification of
Applicants for participation in the future Bidding Process.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Applicant upon the statements
contained in this RFQ.
The Authority may, in its absolute discretion but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this RFQ.
The issue of this RFQ does not imply that the Authority is bound to select and short- list pre-
qualified Applications for Bid Stage or to appoint the selected Applicant or Contractor, as the
case may be, for the Project and the Authority reserves the right to reject all or any of the
Applications or Bids without assigning any reasons whatsoever.
The Applicant shall bear all its costs associated with or relating to the preparation and
submission of its Application including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by
the Authority or any other costs incurred in connection with or relating to its Application. All
such costs and expenses will remain with the Applicant and the Authority shall not be liable in
any manner whatsoever for the same or for any other costs or other expenses incurred by an
Applicant in preparation or submission of the Application, regardless of the conduct or outcome
of the Bidding Process.
NOTICE INVITING RFQ
Request for Pre-Qualification (RFQ) - 2023 for the works to be taken up on Output And
Performance-Based Maintenance Of Roads
1. National Authority of India (the “Authority”) hereby invites applications from eligible
contractors for RFQ – 2023 through NHAI website https://nhai.gov.in from experienced
firms/organizations for operation and maintenance works and activities for the sections
of the National Highways (the “Project”) on Output And Performance-Based
Maintenance Of Roads.
4. RFQ Application(s) shall be submitted by the Applicant(s) online through the portal of
NHAI (link of the portal is given below). The result will be declared only after physical
submission of the complete documents forming part of the Application required as per this
RFQ.
6. NHAI reserves the right to reject any/ all applications without assigning any reason and
to take any measure as it may deem fit, including annulment of the RFQ, at any time
without any liability or obligation for such rejection or annulment.
9. The Application should be submitted online in the prescribed format given on the website.
No other mode of submission is acceptable.
10. The authorized signatory holding Power of Attorney shall only be the Digital Signatory.
In case authorized signatory holding Power of Attorney and Digital Signatory are not the
same, the application shall be considered as disqualified.
11. The period of validity of Application is 120 days from the submission of application.
SECTION – 1
INTRODUCTION
1.1 Background
(a) For this purpose, the Authority has decided to stream-line and ease the
process of pre-qualification of Applicants for participating in the Bid
Process of individual projects by qualifying the Applicants with respect to
their eligibility limit under Prequalification process of RFQ. The contractors
to be qualified hereunder shall be eligible to submit the bid for NH works
invited by the Authority on Output And Performance-Based Maintenance
Of Roads.
(b) Applicants who wish to apply in response to this Pre-Qualification (the
“Applicant(s)”) are invited to submit their Applications for pre-
qualification hereunder. The pre-qualification shall be open throughout (no
last date) and the list of prequalified bidders announced/ updated from time
to time by the Authority would be valid up to 31st March, 2024 or such date
as may be decided by the Authority. Thereafter, the Authority may invite
fresh applications.
(c) This Pre-Qualification is aimed at evaluating the limit for Technical and
Financial Capacity of Applicants as indicated by themselves and deciding
their eligibility of qualification and participation for a specific Estimated
Project Cost excluding GST.
(d) The Applicants pre-qualified at this RFQ stage need not submit detailed bid
for project specific Qualification Stage. While applying the Applicant is
required to indicate the Eligibility limit for Estimated Project Cost for which
he wishes to get pre-qualified. At the end of RFQ process, the Authority
intends to announce a list of pre-qualified Applicants for (“Pre-qualified
RFQ Applicant””) in term of Eligible limit (Rs. In crores) so that the
applicant can participate at RFP stage for those specific projects whose
Estimated Project Cost excluding GST is well within their assessed
eligibility limit.
1.1.2 The selected Bidder (the “Contractor”) shall be responsible for maintenance of
the Project under and in accordance with the provisions of contract (the
“Contract”) to be entered into between the Contractor and the Authority in the
form provided by the Authority as part of the Bidding Documents pursuant
hereto. The Contractor shall also be responsible for the maintenance of the
project during the Defect Liability Period.
1.1.3 The Scope of Work shall include the Routine Maintenance includes incident
management services of all the assets and facilities existing within Right of Way
(ROW) on the mentioned section including maintenance of carriageway,
shoulders, median, bridges, culverts, drains, footpaths, road signage, plantation,
etc., and carrying out some other works relating to rehabilitation/initial
rectification works, periodical maintenance works, improvement and emergency
works as specified in the bid documents. The contractor is supposed to maintain
the road to the specification as mentioned in the contract. The Project Road might
not meet the performance standards as required in the contract. The estimate of
work including the overly/periodical renewal required to be done to bring the
road to the desired performance standards are being provided as part of these bid
document. However, it may be noted that the estimated quantities provided here
in respect of renewal/overlay are just for the guidance of the Contractor. The
contract would need to provide overlay to the sections mentioned in the contract
as a minimum and the Contractor should carry out its own due diligence and
within the stipulated time mentioned in the contract, carry out the work required
to bring the road to desired performance standards and maintain the road to these
standards till handover of the road.
1.1.4 Indicative capital cost of the Project (the “Estimated Project Cost”) will be
revised and specified in the Bidding process of the Project. The assessment
of actual costs,however, will have to be made by the Applicants.
1.1.5 The Authority shall receive Applications pursuant to this RFQ in accordance with
the terms set forth herein as modified, altered, amended and clarified from time
to time bythe Authority, and all Applications shall be prepared and submitted in
accordance with such terms specified.
1.2 Brief description of RFQ
1.2.1 The Authority has decided to adopt a two stage process for selection of the Bidder
for award of the work of Output And Performance-Based Maintenance Of Roads
the Maintenance / improvement of the various section of National Highways.
This Prequalification (RFQ-2023) is intended to determine eligibility limit of
applicants (single entity) to enable them to participate in bidding process for
National Highway (NH) works on Output And Performance-Based Maintenance
Of Roads contracts. Pursuant to this RFQ – 2023. In either case, a perspective
applicant who has been qualified under this RFQ – 2023 will have to submit the
eligibility limit determined by Authority herein under along with other
documents stated in the RFP/Bidding document for a particular project invited on
Output And Performance-Based Maintenance Of Roads by the Authority. Prior
to making an Application, the Applicant shall pay to the Authority a sum of
1
Rs. 10,000 (Rupees Ten thousand) as the cost of the RFQ document.
At the end of the pre-qualification stage, the Authority intends to announce a list
of the Bidders pre-qualified, updated from time to time, along-with their Eligible
limit. As the pre-qualification process is open throughout (no last date), the
bidder(s) may get themselves pre-qualified and added in the list by submitting
their applications in advance.
1.2.3 In the Bid Stage, the Applicants will be called upon to submit their financial
offers (the ““Bid””) in accordance with the RFP and other documents to be
provided by the Authority (collectively the ““Bidding Document””).
1.2.4 In terms of the RFP, an Applicant at the RFP stage will be required to deposit,
along with its Bid, a bid security equivalent to 1% (one per cent) of the
Estimated Project Cost (the “Bid Security”). The Bid shall be summarily
rejected if it is not accompanied by the Bid Security.
1.2.5 Deleted
1.2.6 During the Bid Stage, Applicants have to visit the Project Site in detail, and to
carry out, at their cost, such studies as may be required for submitting their
respective Bids for award of the Contract including implementation of the
Project.
1.2.7 As part of the Bidding Documents, the Authority will provide a draft Agreement
prepared by the Authority/ its consultants and other information pertaining/
relevant to the Project available with it.
2
1.2.8 Further and other details of the process to be followed at the Bid Stage and the
terms thereof will be spelt out in the Bidding Documents.
1.2.9 Any queries or request for additional information concerning this RFQ shall be
submitted in writing or e-mail to the officer designated.
3
SECTION – 2
4
SECTION – 2
INSTRUCTIONS TO APPLICANTS (ITA)
A. GENERAL
1. Scope of Application
1.1 The National Highways Authority of India “the Authority/ Employer” invites
applications from eligible contractors for RFQ – 2023 through NHAI portal from
experienced firms/organizations for operation and maintenance works and
activities for the sections of the National Highways (the “Project”) on Output
and Performance-Based Maintenance of Roads.
1.2 The Authority wishes to receive Applications for Pre-Qualification in order to
qualify experienced and capable Applicants to participate in the Bid Stage.
1.3 Pre-qualified Applicants may be subsequently invited to submit the Bids for the
Projects.
2. Eligible Applicants
2.1 This Invitation for application is open to all applicants meeting the qualification
requirements prescribed in Clause 3 of ITA.
2.2 Any entity which has been blacklisted or barred or declared Non-Performer by
the Ministry of Road Transport & Highways or its implementing agencies;
NHAI/ NHIDCL/State PWDs, from participating in any project, and the bar
subsists as on the Application submission date shall not be eligible to submit the
application.
5
d) Undertaking for the availability (either owned or leased or rented) of items of
construction and maintenance equipment named in Clause 1.3 (i) of Appendix to
ITA.
e) Undertaking for technical personnel proposed to be employed for the Contract
having the qualifications defined in Clause 1.3 (ii) of Appendix to ITA.
f) Scanned copy of Audited Annual Reports on the financial standing of the
Applicant, and a certificate from Chartered Accountant as a proof of turnover for
the last three years;
g) Scanned copy of information regarding any litigation or arbitration during the last
five years in which the Applicant is involved, the parties concerned, the disputed
amount, and the present status;
h) Undertaking that the applicant is not affiliated to the firm or entity that has been
hired or employed by the Employer for preparation of application or to supervise
the contract.
i) Self-Assessment Eligibility Limit Sheet as clause 3.3 of ITA.
6
The following escalation factors shall be used to bring the value of such completed works to
the level of current financial year:
Year before Multiplying Factor
One ................................................................................ 1.1
Two ................................................................................ 1.21
Three ............................................................................. 1.33
Four ............................................................................... 1.46
Five................................................................................ 1.61
The minimum of the eligibility limits determined on the basis of criteria under Clause 3.3A
(a) and Clause 3.3A (b) shall be declared as the eligibility limit of the applicant. Further to
pre- qualify under this RFQ, the applicant must have assessed eligibility limit of Rs. 25.00
Crore or above.
Other eligibility conditions shall include:
The available Bid capacity will be assessed at the time of Bid stage. It is not applicable for
this RFQ process. The related documents for assessment of updated available Bid capacity
may be provided at the Bid stage.
Applicant shall be required to submit the self-certification & Certification from Chartered
Accountant for Local Content requirement may be provided at the Bid stage.
Applicant shall be required to submit undertaking regarding availability of minimum cash
amounting to 25% of the value of work during implementation of the Contract towards
working capital at the Bid Stage.
3.3 b Each applicant must upload the scanned copies of following documents along with the
submission of online application:
i) An affidavit on a Stamp Paper, duly attested from the Notary Public, that the
information furnished with the application documents is correct in all respects;
and
ii) Such other certificates as defined in Section-3.
Failure to submit the certificates/documents as specified above shall make the
application disqualified.
3.4 Even though the applicants meet the above qualifying criteria, they are subject to be
disqualified if they have:
3.4.1 Made misleading or false representations in the forms, statements, affidavits and
attachments submitted in proof of the qualification requirements; and/or
3.4.2 Record of poor performance such as abandoning the works, not properly
completing the contract, inordinate delays in completion, litigation history, or
7
financial failures etc. or debarring from work etc.
5. Cost of application
5.1 The Applicant shall bear all costs associated with the preparation and submission
of his Application, and the Employer will, in no case, be responsible or liable for
those costs.
B. APPLICATION DOCUMENTS
7. Clarifications on RFQ
7.1 A prospective applicant requiring any clarification on the RFQ may notify the
Employer in writing or through NHAI portal at the Employer’s address indicated in
the notice inviting RFQ. The Employer will respond to any such request for
clarification received. Copies of the Employer’s response will be hosted on website
including a description of the queries but without identifying its source.
8
7.2.2 Deleted.
7.2.3 Deleted.
7.2.4 Deleted.
8. Amendment of RFQ
8.1 At any time, the Employer may modify the RFQ by issuing addenda. It is binding on
the applicants/ pre-qualified bidders to provide requisite information as per the
Addendum and within the time prescribed, otherwise, the application shall be rejected
and/ or the bidder shall be removed from the list of prequalified bidders.
8.2 Any addendum thus issued shall be part of the RFQ and shall be hosted on NHAI
website. Applicants are advised to keep themselves updated of all the addenda issued
on e-tendering portal by daily checking the e-tendering portal and the Employer does
not assume any responsibility in case the applicant fails to do so and does not take
any action, if required, with respect to any relevant addendum.
C. PREPARATION OF APPLICATIONS
9. Language of application
9
11. Application Validity
11.1 Applications shall remain valid for a period of 120 days from the date of submission
of Application. Application valid for a shorter period shall be rejected by the
Employer as disqualified.
11.2 In exceptional circumstances, prior to expiry of the original time limit, the
Employer may request that the Applicants may extend the period of validity for
a specified additional period. The request and the Applicants’ responses shall be
made in writing. An Applicant may refuse the request. An Applicant agreeing to
the request will not be required or permitted to modify his application.
13.3 It is mandatory for all the Applicants to have Class-III Digital Signature
Certificate from any of the Licensed Certifying Agency in the name of a person
(authorized representative as per POA) who is signing the application. The
Applicants can see the list of Licensed Certifying Agencies from the link
www.cca.gov.in. The same person shall be permitted to submit financial bids and
other documents as per Bidding process. In case the pre-qualified bidder intends
to change the authorized representative through a fresh POA, during the validity
period of prequalification, the same shall be on submission of a new POA to the
Authority and getting acknowledgement of the same from the Authority before
submission of financial bid and other documents as per Bidding process.
10
D. SUBMISSION OF APPLICATION
15.4 Entities of countries which have been identified by Ministry of Road Transport
& Highways as not allowing Indian companies to participate in their
Government procurement for any item related to Ministry of Road Transport &
Highways shall not be allowed to participate in Government procurement in
India for all items related to Ministry of Road Transport & Highways, except for
the list of items published by the Ministry of Road Transport & Highways
permitting their participation.
15.5 For determining the eligibility of Applicant from a country which shares a land
border with India the following shall apply:
(i) Any Applicant from a country which shares a land border with India will
be eligible to bid, only if the Applicant is registered with the Competent
Authority, specified in Annexure I of Order (Public Procurement No. 1) issued
by Ministry of Finance, Department of Expenditure Public Procurement
Division vide F. No. 6/18/2019-PPD, dated 23rd July 2020, which shall form an
11
integral part of RFP and DCA (Copy enclosed).
(ii) "Applicant from a country which shares a land border with India" means:
a) An entity incorporated, established or registered in such a country, or
b) A subsidiary of an entity incorporated, established or registered in such
a country; or
c) An entity substantially controlled through entities incorporated,
established or registered in such a country; or
d) An entity whose beneficial owner is situated in such a country; or
e) An Indian (or other) agent of such an entity; or
f) A natural person who is a citizen of such a country; or
g) A Consortium or joint venture where any member of the consortium or
joint venture falls under any of the above.
Explanation:
a) "Controlling ownership interest" means ownership of or entitlement to
more than twenty-five per cent of shares or capital or profits of the company.
b) "Control" shall include the right to appoint majority of the directors or to
control the management or policy decisions including by virtue of their
shareholding or management rights or shareholding agreements or voting
agreements;
4. Where no natural person is identified under (1) or (2) or (3) above, the
beneficial owner is the relevant natural person who holds the position of senior
managing official;
It may be noted that in case the above certification is found to be false, this would
be a ground for immediate rejection of Bid/termination and further legal action
in accordance with law.
Validity of Registration:
(iii) Fails to complete or has missed any milestone and progress not
commensurate with contiguous unencumbered project length /ROW available
even after lapse of 6 months from respective project milestone /Schedule
Completion date, unless Extension of Time has been granted due to Authority’s
Default of Force Majeure;
(v) Fails to achieve target progress or complete the project as per schedule
agreed at the time of sanctioning of funds under One Time Funds Infusion
(OTFI) or relaxations to contract conditions to improve cash flow solely on
account of Concessionaire’s/contractor’s failure/default;
(x) Fails to complete Punch List items even after lapse of time for
completion of such items excluding delays attributable to the Authority;
(xiv) Fails to make premium payments excluding the current instalment in one
14
or more projects;
(xv) Fails to achieve financial closure in two or more projects within the given
or extended period (which shall not be more than six months in any case);
(xvi) Fails to submit the Performance Security within the permissible time
period in more than one project;
(xix) Expelled from the contract or the contract terminated by the Ministry of
Road Transport & Highways or its implementing agencies for breach by such
Applicant, including individual or any of its Joint Venture Member; Provided
that any such decision of expulsion or termination of contract leading to
debarring of the Applicant from further participation in bids for the prescribed
period should have been ordered after affording an opportunity of hearing to
such party.
(xx) Fails to start the works or causes delay in maintenance & repair/overlay
of the project.
In case, any debarred/declared non performer firm submits, the application, the
same will be ignored.
15
18. Application Opening, Clarification of Applications and Evaluation
18.1 Application of all the Applicants received shall be opened throughout (no last
date).
18.2 Deleted.
18.3 As soon as possible, the Employer will finalize the list of pre-qualified applicants
whose applications are eligible for consideration. However, to assist in the
examination, evaluation of application, the Employer may at his discretion, ask
any applicant for clarification of his application, however, no additional
documents in support of clarification will be entertained. If any applicant does
not provide clarifications sought within the prescribed time, its application shall
be liable to be rejected. The decision of the Authority shall be final and binding.
18.4 The Employer shall inform the applicants about the result of application
evaluation by uploading on the web portal giving 7 days’ time for objections, if
any, from the applicants. The Employer shall finalise the evaluation of
application after due consideration of objections received and intimate the
applicants, whose application are found responsive.
16
(b) contains the required documents in physical form and the documents
uploaded by the applicant are in order; and
(c) is substantially qualified to the requirements of the RFQ.
Notwithstanding anything contained in this RFQ, the Authority reserves the right
to annul or to keep in abeyance the process/ the list of pre-qualified bidders or to
remove/ add any bidder from the list of pre-qualified bidders at any stage or to
reject any/ all application(s) at any time, without any liability or obligation and
without assigning any reasons thereof.
(ii) The Authority reserves the right to remove the bidder from the list of
prequalified bidders, reject any Financial Bid and other documents if:
17
(iii) In case, it is found during the evaluation or at any time during the
period of pre-qualification , that one or more of the qualification conditions have
not been met by the Bidder or the Bidder has made material misrepresentation
or has given any materially incorrect or false information, the Bidder shall be
disqualified and removed from the list of prequalified bidders forthwith. If the
Bidder has already been issued the LOA(s) or has entered into the
contract(s) for any project, the same shall, notwithstanding anything to the
contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority to the Bidder, without the Authority
being liable in any manner whatsoever to the Bidder. In such event, the Authority
shall be entitled to forfeit and appropriate the Bid Security or Performance
Security of the project, as the case may be, as Damages, without prejudice to any
other right or remedy that may be available to the Authority under the Bidding
Documents and/ or Contract Agreement, or otherwise, including debarment for a
period as deemed fit and proper by NHAI, including debarment for a period as
deemed fit and proper by NHAI.
18
F. CORRUPT OR FRAUDULENT PRACTICES
19
c) “coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or property to influence any person’s
participation or action in the RFQ process;
d) “undesirable practice” means establishing contact with any person connected
with or employed or engaged by the Employer with the objective of canvassing,
lobbying or in any manner influencing or attempting to influence the RFQ
process; and
e) “restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among applicants with the objective of restricting or manipulating a
full and fair competition in the RFQ process.
The Employer requires the Applicant/Contractor to strictly observe the laws
against fraud and corruption enforced in India, namely Prevention of Corruption
Act, 1988.
20
Appendix to Invitation to RFQ
1.1) The Employer is National Highways Authority of India.
1.2) The Works and Services under the Output and Performance-Based Maintenance of
Roads Contract will cover the following:
a) Routine Maintenance Services or “Services” consisting of all interventions on the
Roads which are to be carried out by the contractor in order to achieve and keep the
Road performance standards defined by the Service Level included in Specifications
for Works and Services of bidding document, and all activities related to the
management and evaluation of the road network under contract;
b) Rehabilitation Works/Initial Rectification works, when requested in the Bidding
documents for the sections of the Road(s), consisting of specific types of civil works
described in the Specifications;
c) Periodic Maintenance works when requested in the Bidding documents for the
sections of the Road(s), consisting of specific types of civil works described in the
Specifications;
d) Emergency Works consisting of activities needed to reinstate the Roads and
reconstruct their structure or their right of way which has been damaged as a result of
natural phenomena with imponderable consequences, such as strong storms, flooding,
and earthquakes
1.3. (i). The key equipment to be deployed on contract work shall be as per requirement of
the work as decided by the Engineer & incorporated in the Maintenance Program
21
(*)- Project length specified in Table above is indicative. The Employer
while inviting bids may review for making appropriate provision about
number of mobile units required.
2. ** Sensor Paver 1
3. * *Vibratory Roller (8/10 T) 1
4. Static Roller (8/10 T) 1
5. Small Roller/Compactor 1
6. Bitumen/emulsion sprayer 1
7. Mechanical Broom (1250 sqm per hour) 1
8. Air compressor 2
9. Grader/Backhoe loader 1
10. Water Tanker 2
11. Dewatering Pumps 2
12. Tipper/dumper Truck 10
13. Mini hot mix plant (6/10 T/Hr capacity) 1
with indirect heating arrangements
14. * *Hot Batch Mix Plant 120 TPH capacity 1
15. **String line set 1
Note: (**) - Equipment to be included if periodic renewal is also included in the contract.
22
Note: The applicant must upload scanned copy of the documentary evidence in support of his
owning/ leased/rented of the above equipment at time of bid for which tender is invited.
In case the bidder proposes to hire or take the above equipment on lease, he should, along
with the lease/rent agreement, attach the proof of ownership of this equipment with the
company/entity from whom the equipment are proposed to be hired on lease/rent. Any
conditional evidence of deployment of above equipment or inadequate proof as required for
any of the equipment shall make the bid non-responsive and financial bid shall not be opened.
However, the applicant is required to submit an undertaking along with application for
the availability (either owned or leased or rented) of above items of construction and
maintenance equipment for which tender will be invited.
1.3 (ii) The Number of Technical Personnel, Qualifications and Experience will be as follows:
23
SECTION – 3 QUALIFICATION INFORMATION
The information to be filled in by the Applicant in this section and documents submitted in
physical form by the Applicants will be used for the purposes of pre- qualification as
provided for in Clause 3 of the Instructions to Applicants.
24
SELF ASSESSEMENT ELIGIBILITY QUALIFICATION INFORMATION
1. For Applicants
(Upload scanned copies of certificate from Chartered Accountant and also supply
25
original certificate from Chartered Accountant)
Year Total value of work performed (Rs. Crore)
1.7 (a) Work performed as prime contractor/JV partner provided further that all other
qualification criteria are satisfied (in the same name) of a similar nature during the last five
years as per ITA Clause 3.3A(b).
* Upload certificate(s) from the Employer (to be given by an officer not below the rank of Executive
Engineer or equivalent or higher and also supply original or certified copy in physical form envelope
form by the Applicant)
26
Note: In case of sub-contractor–a certificate from the Executive Engineer or equivalent of the
Prime Employer should be obtained from whom an approval for subcontractor has been
obtained.
1.4 Information on litigation history in which the Applicant is involved.
1.8 (a) I/ We certify that in the last two years, we/ any of the JV partners have neither
failed to perform for the works of Expressways, National Highways, ISC & EI works, as
evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitral award against us, nor been expelled or terminated by Ministry of
Road Transport & Highways or its implementing agencies for breach on our part.
(b) I/ We certify that we/ any of the JV partners do not fall in any of the categories of being
a Non-Performing entity given at Clause 15.7 of Instructions to Applicants in the projects of
Expressways, National Highways, ISC and EI works of Ministry of Road Transport &
Highways or its implementing agencies and furnished the complete details.
(b) I/ We further certify that no investigation by any investigating agency in India or outside
is pending either against us/ any member of Joint Venture or our sister concern or against our
CEO or any of our directors/managers/employees.
A statement by the Applicant and each of the Members of its Joint Venture (where applicable)
disclosing material non-performance or contractual non-compliance in current projects, as on
application submission date is given below (attach extra sheets, if necessary) w.r.t. para 15.7
29
AFFIDAVIT
1. I, the undersigned, do hereby certify that all the statements made in the enclosed
attachments are true and correct.
2. The undersigned also hereby certifies that neither our firm M/s
Name of Firm
Date
30
UNDERTAKING
agree to abide by this application for a period of days after the date
fixed for receiving the same and it shall be binding on us and may be accepted at any time
before the expiration of that period.
Name of Firm
Date
31
FORMAT FOR POWER OF ATTORNEY OF THE APPLICANT TO COMMIT THE
APPLICATION/BID
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds
and things done or caused to be done by our said Attorney pursuant to and in exercise of the
powers conferred by this Power of Attorney and that all acts, deeds and things done by our said
Attorney in exercise of the powers hereby conferred shall and shall always be deemed to have
been done by us.
For ......................................................................................................................................
Witnesses:
1.
2.
Accepted
(Signature)
32
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required, the same should be under common seal affixed in accordance with the required
procedure.
• Wherever required, the Applicant should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in favour
of the person executing this Power of Attorney for the delegation of power hereunder on behalf of
the Applicant.
• For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is being
issued. However, the Power of Attorney provided by Applicants from countries that have signed the
Hague Legislation Convention 1961 are not required to be legalised by the Indian Embassy if it carries
a conforming Appostille certificate.
33