You are on page 1of 51

Government of Nepal

Ministry of Physical Infrastructure and Transport


Department of Roads
Road Improvement and Development Project Directorate
(RIDPD)
Ram Mandir Marga, Battisputali, Kathmandu

Invitation of Prequalification application


for
the Procurement of

Upgrading/Improvement of Ch 0+000~49+817 Sector of


Shelleghat-Ramechhap-Sangutar Road

Issued on: 2019/01/25

Invitation for Prequalification No: 04/RIDP/075/76

ICB No.:- RIDP/337133/SRS-03(Re)/2074/075


Employer : Department of Roads, Road Improvement and
Development Project Directorate
Ram Mandir Marga, Battisputali, Kathmandu

Financing Agency: Loan from EXIM Bank of India

Kathmandu, January , 2019


Preface

The Export-Import Bank of India [hereafter Exim Bank, or the Bank], on behalf of the Government of India,
extends from time to time, concessional credit facilities under the Indian Development and Economic
Assistance Scheme (IDEAS) to overseas governments / their nominated agencies in developing countries for
financing projects involving procurement of goods, civil works, consulting and non -consulting services to be
contracted to Indian entities.

These Lines of Credit are governed by the Guidelines issued by the Government of India [GOI] from time to
time. As per the extant guidelines issued vide letter no No. 21/3/2015-IDEAS dated December 7, 2015, a
prequalification exercise to be conducted and invitation of bids for each specific contract packages under the
project(s) financed by the Line(s) of Credit.

In pursuance to the above and LOC Agreement signed between Exim Bank and the Government of Nepal, the
Ministry of Physical Infrastructure and Transport, Department of Roads [hereafter MOPIT or DOR -GON]
invites Applications from Indian Entities/ Joint Venture (JV) between Indian entity(ies)/ entity /(ies) in Nepal &
entity/(ies) in India for prequalification of contractors for Upgradation/Improvement of roads in Nepal under a
Line of Credit of USD 550 million extended to the Government of Nepal.

Contact Details of EXIM Bank of India: Ms. Amita Dang


Assistant General Manager
Export-Import Bank of India
Office Block, Tower 1
7 th Floor, Adjacent Ring Road
Kidwai Nagar (East)
New Delhi 110 023
Phone: 011- 24607700
E-mail: eximloc@eximbankindia.in
Government of Nepal
Ministry of Physical Infrastructure and Transport
Department of Roads
Road Improvement and Development Project
Ram Mandir Marga, Battisputali, Kathmandu
Invitation for Prequalification Applications
IFP Notice No.:04/RIDP/2074/75 First date of publication: 25th January, 2019

1. Government of Nepal intends to apply part of Line of Credit-III from The EXIM Bank of India for payments
under the contract for the Road construction contract as tabulated below.
SN Contract Name of works Major works Fee of PQ
Identification Documents
No.
1 RIDP/337133/SRS- Upgrading/Improvement of Ch DBSD= 484900 sqm, Gabion NRs 15000 or
03(Re)/2074/075 0+000~49+817 Sector of Structure= 46946 cum, RRM MM5= US$ 150
Shelleghat-Ramechhap-Sangutar 55984 cum, Earthwork= 1293713
Road cum
2. The Department of Roads, Road Improvement and Development Project Directorate Ram Mandir Marga,
Battisputali, Kathmandu intends to prequalify firms for different Road construction contracts as tabulated
above.
3. It is expected that invitations to bid will be made by April 05, 2019.
4. Prequalification will be conducted following the criteria contained in the prequalification documents and
is open to applicants from Indian Entities/ Joint Venture (JV) between Indian entity(ies)/ entity/(ies)
in Nepal & entity/(ies) in India.
5. A complete set of prequalification documents may be purchased within office hour on or before March
10, 2019 from the office of the Road Improvement and Development Project Directorate, Ram Mandir
Marga, Battisputali, Kathmandu by eligible Applicants upon submission of a written application along
with the company/firm registration certificate, and up on payment of a non -refundable fee of as
mentioned in above table.
6. Alternatively the applicant may inspect and or submit the application by visiting electronic procurement
portal http://www.bolpatra.gov.np of PPMO. Applicants who choose to submit their application through
electronically shall deposit the fee of prequalification document in the revenue account given below and
the scanned copy of the bank deposit voucher shall be uploaded at the time of e -Application submission.
7. To deposit the cost of prequalification document, the Bank information is given below:
Name of the Bank: Rastriya Banijya Bank, Teku Kathmandu Nepal
Name of Office: Road Improvement and Development Project Directorate , Rammandir Marg,
Battisputali, Kathmandu, Nepal, Office Code no. : 337-023-507, Office
Account no.: Ka-1-1-999, Rajaswa (revenue) Shirshak no. : 1-4-2-2-9
For Entity (ies) who chose to pay required fee for bid documents directly from India in US$ they are required
to collect the fee in the bank account given below within the deadline (Day and time) of purchasing of the
bid documents:

Name of the Bank: Nepal Rastra Bank Thapathali Kathmandu, Name of the account: District Treasury
Controller office, Babrmahal Kathmandu, Retention Account No.: 1201200-001-002-840, Bank Swift Code:
LRBLNPKA, Office Code:27-337-55.
8. If requested by the Applicant the document could be also sent by airmail for overseas delivery and
surface mail or courier for local delivery. If urgency dictates, courier services may be required for
overseas delivery but office shall not be responsible for delay or non-delivery of the document.
9. One “original” and two “copies” of applications for prequalification should be submitted in sealed
envelopes, delivered to the address below by 12:00 hours, March 11, 2019, and be clearly marked
“Application to Prequalify for [name of project and the contract name(s) and number(s)].”
10. Applications will be opened in presence of authorized representatives at 14:00 hours, March 11, 2019 in
Road Improvement and Development Project Directorate, Ram Mandir Marga, Battisputali,
Kathmandu.
11. The applicants who chose to submit their applications electronically via. www.ppmo.gov.np shall require
to submit their hard copy as mentioned in S.No. 9 within 5 days from the last date of submission of PQ
documents.
12. Pre- submission meeting shall be held at 11:000 AM on February 25, 2019 in Employers office at
Battisputali. Interested entity/entities may attend the pre-submission meeting.
13. If the last date for purchase or submission of PQ document falls on public holiday the next consecutive
working days shall be applicable for both purchase and submission.

Employer’s office address:


Project Coordinator,
Department of Roads, Road Improvement and Development Project Directorate,
Ram Mandir Marg, Battisputali, Kathmandu, Nepal
Tel No. -+977-1-4465247, E-mail: ripd@dor.gov.np
Website: www.dor.gov.np, www.ppmo.gov.np
This Application Document (AD) consists of the following Parts:

Part I. Scope of Works

This Part includes a summary description and other data on this pre -qualification
process and of the prospective project to be contracted by the Borrower Government
subsequent to this pre-qualification.

Part II. Instructions to Applicants (ITA)

This Part provides information to the Applicants in preparing and submitting their
Applications for Pre-qualification (“Applications”) and the procedures for this pre -
qualification process.

Part III. Data Sheet (DS) to ITA

This Part includes specific provisions that supplement Part II, Instructions to
Applicants.

Part IV. Pre-qualification Criteria and Requirements

This Part specifies the criteria and requirements and the procedure to be used to
determine how Applicants shall be pre-qualified and later to be invited to bid by
Borrower Government/Project Authority.

Part V. Forms

This Part includes the Application Submission Form and other forms required to be
submitted with the Application.

Part VI Questionnaire for Applicants

This questionnaire requires the prospective Applicants to furnish certain basic


information, and confirm certain facts relating to their firm/ joint venture with respect
to past performance and prospective engagement.

1
Application Document
for
Pre-qualification of Indian Entity/ Joint Venture (JV) between Indian entity(ies)/ entity(ies) in Nepal
& entity(ies) in India for the following package:
Description of the Project

1 Upgrading/Improvement of Ch 0+000~49+817 Sector of Shelleghat-Ramechhap-Sangutar Road


Contents

Application Document for Pre-qualification of Indian Entity/ Joint Venture (JV)


between Indian entity(ies)/entity/(ies) in Nepal & entity/(ies) in India

Part II. Instructions to Applicants [ITA] ............................................................... 6


Part III. Data Sheet (DS) to ITA ........................................................................ 14
Part IV. Pre-qualification Criteria and Requirements ........................................... 18
Part V. Forms ................................................................................................... 27
Part VI. Questionnaire for Applicants ................................................................. 45

3
PART I: Scope of Works

PART I: SCOPE OF WORKS

The Export-Import Bank of India (Bank), on behalf of the Government of India (GOI) has extended
a USD 550 Million Line of Credit to the Government of Nepal part of which is intended to be
applied for infrastructure development projects in Nepal. The Government of Nepal (GON),
Ministry of Physical Infrastructure and Transport (MOPIT), Department of Road (DOR), Road
Improvement and Development Project now seeks applications for pre-qualification from eligible
firms/entities. Refer Part II ITA 4 for eligible provisions.

A] Details of upgradation/improvement of Road project in Nepal

The Ministry of Road Physical Infrastructure & Transport, Department of Roads, Nepal has
initiated a project for upgradation/ improvement of road project in Nepal.

Details of Package are as under:

Upgrading/Improvement of Ch 0+000~49+817 Sector of Shelleghat-Ramechhap-Sangutar Road


[Intermediate Lane]. Total length of the road is 49.817 km [Contract Identification no.
RIDP/337133/SRS-03(Re)/2075/076].

Scope of work

The scope of the work includes, but is not limited to:

(i) Roadway excavation and formation of embankment for widening of road section and for
geometric improvement of road;
(ii) Construction of side drains, retaining structures;
(iii) Construction of cross-drainage structures;
(iv) Construction of sub-base, base and bituminous pavement;
(v) Erection of road safety measures, etc.
(vi) Carriage width for intermittent/double lane should be 5.50 m/7.00 m. Average formation
width (total width) of the road including footpath and drainage should be 11.00 m.
(vii) Erection of gantry post/ information board at the specified location.

B] Contract execution period


The duration of contract is a maximum of thirty (30) months.

C] Site and other Data:


This proposed road site starts from Shelleghat (Km 0+000) and the alignment passes mainly with
ascending and descending grade through various rural markets, forest areas and agricultural
lands. The road section connects Shelleghat-Ramechhap Bazzar-Salu Bazzar to Sangutar (Km
49+817) and ends at Sangutar (km 49+817). The length of the road is 49.817 Km.

D] Climate/ Geological
- The stability condition of the soil is generally good with low possibility of landslides.
- Low soil hazard is found along the road alignment because of the soil depth, topography and
other phenomenon.

4
PART I: Scope of Works

E] Dollar Credit Agreement with Government of Nepal

As per Dollar Credit Agreement with Government of Nepal, goods and services for minimum 50%
value of the contracts under these projects, must be sourced from India.

F] Packages
There is only one package for the work in Notice No 04/RIDP/075/76.

5
Part II. Instructions to Applicants [ITA]
Table of Articles
A General
1 Background 7
2 Scope of Pre-qualification 7
3 Ethics and Integrity 7
4 Eligibility of Applicants 7
5 Financial Year 9
B Composition of the Application Document
6 Contents of this Document 9
7 Clarifications 9
8 Corrigendum of Application Document 10
C Preparation, Submission and Opening of Applications
9 Cost towards Application 10
10 Language 10
11 Documents constituting the Application 10
12 Application Submission Form 10
13 Documents Evidencing the Applicant’s Eligibility 10
14 Documents Evidencing the Applicant’s Qualifications 10
15 Authorized Signatory and Number of Copies 11
16 Preparing the Application Envelope 11
17 Application Submission Deadline 11
18 Late Applications 12
19 Opening of Applications 12
D Procedures for Evaluation of Applications
20 Evaluation to be Confidential 12
21 Clarifications during Evaluation 12
22 Determination of Responsiveness of Applications 12
E Evaluation of Applications and Pre-qualification of Applicants
23 Evaluation of Applications 12
24 DOR-GON’s Right to Accept or Reject Applications 13
25 Pre-qualification of Applicants 13
26 Notification of Pre-qualification 13
27 Subsequent Invitation for Bids 13

6
Part II. Instructions to Applicants

Part II. Instructions to Applicants

A. General
1. Background 1.1 The Export-Import Bank of India (hereinafter called “the Bank”), on behalf
of the Government of India (GOI), extends from time to time,
concessional credit facilities (hereinafter called “Lines of Credit”) under
the Indian Development and Economic Assistance Scheme (IDEAS) to
overseas governments or their nominated agencies (hereinafter called
“Borrower or Employer”), for financing projects to be executed by Indian
Entity/ JV of between Indian entity(ies)/ Indian entity(ies) & entity(ies) in
Nepal. Payment by the Bank to the Indian entities/ JV of Indian & Nepal’s
entities will be made only at the request of the Borrower and upon
approval by the Bank, and will be subject, in all respects, to the terms and
conditions of the credit (or financing) agreement.

2. Scope of Pre- 2.1 With reference to the Invitation for Pre-qualification (IFP) indicated in
qualification Part III, Data Sheet (DS), this Application Document (“Application
Document”) is being issued by the DOR-GON to prospective applicants
(“Applicants”) interested in submitting applications (“Applications”) for
pre-qualification as per the scope described in Part I, Scope of Works and
subject to the provisions of this Application Document.

3. Ethics and Integrity 3.1 The DOR-GON requires Applicants to participate in this pre-qualification
process with the highest standards of integrity and ethics and prohibits
any corrupt and/ or fraudulent practices. It is strictly forbidden to the
parties involved in the pre-qualification process, by themselves or by a
third party, to offer, ask or accept for itself or for a third party, financial or
non-financial advantage or even direct or indirect promise, as offsets for
pre-qualification, if susceptible of being qualified as criminal unlawful acts
in accordance with national laws of any party involved.

3.2 In pursuance of article 3.1 above, Applicants shall permit the DOR-GON to
inspect all accounts, records and other documents relating to the
submission of the Application, bid submission (in case prequalified), and
contract performance (in the case of award), and to have them audited
by auditors appointed by the DOR-GON.

3.3 If, in accordance with the administrative procedures of the DOR-GON, it


is demonstrated that an Applicant in this pre-qualification process, or
during the subsequent bidding for the contract(s) has committed
corrupt, fraudulent, or unethical practices, the DOR-GON, inter alia,
shall:
a. reject any Application for pre-qualification or proposal to award
a contract in connection with the subsequent procurement
process, as applicable; and/or
b. declare an Applicant involved in corrupt practices, temporarily
or permanently, ineligible to be awarded future contracts
under the Bank funding/GON.

4. Eligibility of 4.1 This pre-qualification exercise is open to only Indian Entity/ JV of


Applicants between Indian entity(ies)/ Indian entity(ies) & entity(ies) in Nepal ,

7
Part II. Instructions to Applicants

in which equity of the party(ies) in India shall at no time be less than


51% in accordance with the provisions of ITA 4.4. Any form of association
by the Applicant with ineligible entities either during this pre-qualification
process or subsequent bidding process may be liable for rejection.

4.2 For the purpose of applying the eligibility criteria listed in this article 4,
“Applicant” would include a joint venture (“JV”), each member of the
JV, involved or intended to be involved with this pre -qualification
process (as mentioned in Form A.1.2 Applicant’s/ JV Member’s
Information Form), or any part of the prospective contract(s) including
related services.

4.3 An Applicant may be a combination of entities in the form of a JV either


existing or with the intent to enter into a JV supported by a lette r of
intent listing out the names of all the JV members. All members shall be
jointly and severally liable for the execution of the subsequent
contract(s) in accordance with the respective contract terms of the Joint
Venture. The JV shall be represented by: One authorized representative
from Indian party(ies) and one authorized representative from Nepalese
party(ies) who shall jointly have the authority from all members of the
JV so as to conduct all business for and on behalf of the JV during the
pre-qualification process.
In addition, the collateral to be put by each party in case of JV for the
preparation of Bank guarantees for the initial bidding process or post
bidding (execution after award) process shall be in proportion of the
share defined in the JV agreement. The limit on the number of
members in a JV would be as specified in the DS.

4.4 This pre-qualification exercise is open to Indian Entity/ Joint Venture (JV)
between Indian entity(ies)/entity/(ies) in Nepal & entity/(ies) in India, in
which equity of the Indian party(ies) shall at no time be less than 51%.

An entity/ party shall be deemed to be Indian if the entity/ party is


constituted, incorporated or registered in, and operates in accordance with
the provisions of the laws of India, as evidenced by its articles of
incorporation and its registration documents, as the case may be.
An entity/ party shall be deemed to be from Nepal if the entity/ party if the
entity/ party is constituted, incorporated or registered in, and operates in
accordance with the provisions of the laws of Nepal, as evidenced by its
articles of incorporation and its registration documents, as the case may
be.

4.5 An Applicant that has been debarred / sanctioned by the Bank in


pursuance of ITA 3.1, including debarment/ sanction by the government
procuring entity/ corporation or Multilateral Development Agencies
(MDA) in accordance with extant rules and procedures, shall be
ineligible to be prequalified, during such period of time as the Bank/
sanctioning authority shall have determined.

4.6 The list of debarred firms and individuals by certain leading MDAs is
available as specified in the DS. This may not be an exhaustive list of

8
Part II. Instructions to Applicants

debarred entities but those which are made available centrally on the
respective MDA’s website. Additionally, there could be lists of debarred
entities issued by various government departments/ procuring entities/
corporations and maintained offline.

4.7 An Indian Applicant (as a sole of a JV partner) shall be ineligible to be


prequalified if it has defaulted on any loan to any Bank/ Financial
Institution (FI) as per Central Repository of Information on Large Credits
(CRILC) database or otherwise or its account has been classified as Non-
Performing Asset (NPA) with any Bank/FI or their companies/
promoters/ directors appear in Reserve Bank of India (RBI) Caution List,
RBI Wilful Defaulter List (Suit filed as well as non-suit filed) or Credit
Information Bureau India Ltd. (CIBIL) and CIBN (Credit Information
Bureau of Nepal) Defaulter List, updated from time to time. On being
included in any of the above lists/ or any event of default post the
prequalification process, the Applicant shall immediately inform Exim
Bank on the inclusion and reasons for inclusion thereof.

4.8 A Nepalese Applicant (as a JV partner) shall be ineligible to be prequalified if


it has defaulted on any loan to any Bank/ Financial Institution (FI) and
its entity name/ promoters/ directors appearing in the list published by
Credit Information Bureau of Nepal from time to time.

4.9 An Applicant shall furnish such evidence of eligibility satisfactory to the


DOR-GON, as the DOR-GON shall reasonably request.

5. Financial Year 5.1 Financial Year for Indian Applicant shall be from 1 April – 31 March; and

5.2 Financial Year for Nepal’s Applicant shall be from 16 July- 15 July
B. Composition of the Application Document

6. Contents of this 6.1 This Application Document consists of the Parts indicated below, and
Document which should be read in conjunction with any Corrigendum issued in
accordance with ITA 7.
 Part I. Scope of Works
 Part II. Instructions to Applicants (ITA)
 Part III.Data Sheet (DS) to ITA
 Part IV. Pre-qualification Criteria and Requirements
 Part V. Forms
 Part VI. Questionnaire for Applicants

6.2 Unless obtained directly from the DOR-GON, the DOR-GON shall not be
responsible for the completeness of the document, responses to requests
for clarification, or Addenda to the Application Document in accordance
with ITA 7. In case of any discrepancies, documents issued directly by the
DOR-GON shall prevail.

6.3 An Applicant is expected to study all instructions, and forms in the


Application Document and to furnish with its Application all information
or documentation as is required by the Application Document.

9
Part II. Instructions to Applicants

7. Clarifications 7.1 A prospective Applicant requiring any clarification of the Application


Document shall contact the DOR-GON in writing at the DOR-GON’s
address indicated in the DS. The DOR-GON will respond in writing to any
request for clarification provided that such request is received no later than
fourteen (14) days prior to the deadline for submission of the applications.
The DOR-GON’s response, which shall be put up on its website, shall
include a description of the inquiry (without identifying its source) and
corresponding clarification. As a result of a clarification the DOR-GON may,
if necessary, amend the Application Document in accordance with the
provisions of ITA 7.

7.2 Any modification to the Application Document that may become


necessary as a result of the clarifications to the queries shall be made by
the DOR-GON exclusively through the use of a Corrigendum pursuant to
ITA 7.

8. Corrigendum of 8.1 At any time prior to the deadline for submission of Applications, the DOR-
Application GON may amend the Application Document by issuing a Corrigendum.
Document
8.2 Any Corrigendum or Addenda issued shall be deemed to be part of the
Application Document and shall be published on the PPMO’s and Exim
Bank’s website.

8.3 Post Corrigendum, in order to allow sufficient time to the prospective


Applicants in preparing their Applications, or for other good reason, the
DOR-GON may, at its discretion, extend the deadline for the submission
of Applications in accordance with ITA 16.2.

C. Preparation, Submission and Opening of Applications

9. Cost towards 9.1 The Applicant shall bear all costs associated with the preparation and
Application submission of its Application. The DOR-GON will in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the pre -
qualification process.

10. Language 10.1 The Application documentation and printed literature that are part of the
Application, if in another language, shall be accompanied by an accurate
translation of the relevant passages in English language, which shall be
the governing language.

11. Documents 11.1 The Application shall comprise the following:


constituting the (a) Application Submission Form, in accordance with ITA 11.1;
Application (b) documentary evidence establishing the Applicant’s eligibility, in
accordance with ITA 12.1;
(c) documentary evidence establishing the Applicant’s qualifications,
in accordance with ITA 13; and
(d) any other document required as specified in the DS.

12. Application 12.1 The Applicant shall complete an Application Submission Form as provided
Submission Form in Part V (Forms). This Form must be completed without any alteration to
its format. Submission of altered Application Submission Form may lead to

10
Part II. Instructions to Applicants

rejection of the Application.

13. Documents 13.1 To establish its eligibility in accordance with ITA 4, the Applicant shall
Evidencing the complete the eligibility declarations in the Application Submission Form
Applicant’s and Forms A.1.1 and A.1.2, included in Part V (Forms).
Eligibility
14. Documents 14.1 To establish its qualifications in accordance with Part IV, Pre-qualification
Evidencing the Criteria and Requirements, the Applicant shall provide the information
Applicant’s requested in the corresponding Forms included in Part V Questionnaire in
Qualifications Part VI duly signed by authorized representative of the entity/ applicant.

14.2 Wherever a monetary amount is to be stated, Applicants should indicate


the USD equivalent using the rate of exchange determined as follows:

Value of single contract - Exchange rate prevailing on the date of the


contract shall be used.

Exchange rates shall be taken from the publicly available source


identified in the DS. Any error in determining the exchange rates in the
Application may be corrected by the DOR-GON during evaluation.

For data related to financial statements, the amounts shall be mentioned


in Indian Rupees (INR)/Nepalese Currency (NPR), whichever is applicable.

15. Authorized 15.1 The Applicant may either submit the application by hand as hard copy or
Signatory and electronically through electronic procurement portal
Number of Copies http://www.bolpatra.gov.np of PPMO.

15.2 The Applicant shall prepare one original of the documents comprising the
Application as described in ITA 10 and clearly mark it “ORIGINAL”. The
original of the Application shall be typed or written in indelible ink and
shall be signed by a person duly authorized to sign on behalf of the
applicant. In case the applicant is a JV, the application shall be signed by
authorizes representatives of Indian and Nepalese parties of the JV .

15.2 Copies of the signed original Application, in the number specified in


the DS, and clearly marked as “COPY” shall be submitted by the
Applicant. The original shall govern in case of any discrepancy
between the original and the copies.

15.3 The Applicant who submits the application through electronic


procurement portal http://www.bolpatra.gov.np of PPMO shall deliver
the hard copy of application sets within 5 days of submission of
application.

16. Preparing the 16.1 The Applicant shall enclose the original and the copies of the Application in a
Application sealed envelope that shall:
Envelope (a) be addressed to the DOR-GON/Exim Bank, as per ITA 16.1;
(b) mention the name and address of the Applicant; and
(c) mention the specific identification of this pre-qualification process

11
Part II. Instructions to Applicants

indicated in the DS ITA 2.1.

16.2 DOR-GON will accept no responsibility for not processing any envelope
that was not prepared as required in ITA 15.1 above.

17. Application 17.1 Applicants may either submit their Applications by hand as hard copy or
Submission electronically through electronic procurement portal
Deadline http://www.bolpatra.gov.np of PPMO. Applications shall be received by
DOR-GON/ Exim Bank at the address and no later than the deadline
indicated in the DS.

17.2 DOR-GON may, at its discretion, extend the deadline for the submission
of Applications by amending the Application Document in accordance with
ITA 7.

18. Late Applications 18.1 Applications received after the deadline for submission of applications
shall not be admissible, and if received, shall be returned unopened to
the Applicant.

19. Opening of 19.1 DOR-GON shall open all Applications at the date, time and place
Applications specified in the DS. Applicants’ representatives may be present during
opening.

D. Procedures for Evaluation of Applications


20. Evaluation to be 20.1 Information relating to the Applications, their evaluation and result
Confidential shall be confidential and will not be disclosed to Applicants or any other
person(s) not officially concerned with the pre-qualification process
until the official notification of pre-qualification results is made in
accordance with ITA 25.

20.2 From the deadline for submission of Applications to the time of


notification of the results of the pre-qualification in accordance with ITA
25, any Applicant who wishes to contact DOR-GON on any matter related
to the pre-qualification process (except as specified in 20.1 below), may
do so only in writing. Canvassing in any form will be grounds for
disqualification.

21. Clarifications during 21.1 During the evaluation of Applications, in case of ambiguity, DOR-GON
Evaluation may, at its discretion, seek a clarification from the Applicant on its
Application, to be submitted within a stated reasonable period of time.
Any request for clarification from DOR-GON and all clarifications from the
Applicant shall be in writing.

21.2 If an Applicant does not provide (within the time allowed) clarifications
and/or documents requested as per DOR-GON’s request for clarification,
its Application shall be evaluated based on the information and
documents available at the time of evaluation of the Application.

22. Determination of 22.1 DOR-GON may reject any Application which is not responsive to the
Responsiveness of requirements of the Application Document and any substitution or
Applications resubmission of application is not allowed.

12
Part II. Instructions to Applicants

E. Evaluation of Applications and Pre-qualification of Applicants

23. Evaluation of 23.1 DOR-GON shall use the criteria and requirements defined in Part IV, Pre-
Applications qualification Criteria and Requirements, to evaluate the qualifications of
the Applicants, and no other methods, criteria, or requirements shall be
used. DOR-GON reserves the right to waive minor deviations from the
pre-qualification criteria if they do not materially affect the technical
capability and financial resources of an Applicant to perform the contract.

23.2 The qualification and experience of sub-contractors(s), if any, proposed by


the Applicant will not be considered for evaluation of the Application.

23.3 Only the qualifications of the Applicant, in the capacity as prime


contractor/ member of JV to the project employer, shall be considered. In
particular, the qualifications of a parent or other affiliated company that
is not party to the Applicant under a JV in accordance with ITA 4.3 shall
not be considered.

23.4 The qualification and experience of the Applicant for execution of


contracts for Special Purpose Vehicles (SPVs), set up by the Applicant or
its group companies, shall not be considered.

24. DOR-GON’s Right to 24.1 DOR-GON reserves the right to accept or reject any Application, and to
Accept or Reject annul the pre-qualification process and reject all Applications at any time,
Applications without thereby incurring any liability to the Applicants.

25. Pre-qualification of 25.1 All Applicants, whose applications meet or exceed the specified
Applicants qualification requirements, will be pre-qualified by DOR-GON.

26. Notification of Pre- 26.1 DOR-GON shall notify the result of the pre-qualification process through a
qualification letter to the prequalified Applicants and to the Applicants not meeting the
prequalification criteria.

26.2 Applicants that have not been pre-qualified may write to DOR-GON no
later than 7 calendar days after the date of intimation by DOR-GON, of the
result of pre-qualification, to request clarifications regarding the grounds
on which they were not pre-qualified.

27. Subsequent Invitation 27.1 DOR-GON shall forward the list of pre-qualified firms to the Exim Bank for
for Bids its consent before invitation of bids among the Pre-qualified entities.

13
Pa rt III. Data Sheet (DS) to ITA

Part III. Data Sheet (DS) to ITA


A. General
ITA 2.1 The identification of the Invitation for Pre-qualification (IFP) is:
04/RIDP/075/76

DOR-GON’s (The Employer) address is:


Mr. Sushil Babu Dhakal
Project Coordinator
Ministry of Physical Infrastructure and Transport
Department of Roads
Road Improvement and Development Project Directorate
Battisputali,
Kathmandu Nepal
Tel No. -+977-1-4465247
E-mail: ridp@dor.gov.np
Website: www.dor.gov.np

Exim Bank’s (The financing Agency) address is:


Ms. Amita Dang
Assistant General Manager
Export-Import Bank of India
Office Block, Tower 1
7th Floor, Adjacent Ring Road
Kidwai Nagar (East)
New Delhi 110 023
Phone: 011- 24607700
E-mail: eximloc@eximbankindia.in

14
Pa rt III. Data Sheet (DS) to ITA

ITA 4.3 The share of the Indian partner(s) of the JV [in case with Nepal’s entity] shall not
be less than 51%. In case the JV comprises more than one Indian partner, the lead
partner shall be the one with the highest share which shall not be less than 34%.
The maximum number of other members in the JV shall be such that each of the
other members should have at least 25% share. The JV can be either an
incorporated JV company or an unincorporated consortium/ association (JVCA)
based on a memorandum of understanding. In case of unincorporated JVCA, the
share shall be determined based on the share in the proceeds of the contract (in
terms of percentage) being bid for. In other words, if prequalified and invited to
bid, the share of JV members in the contract in terms of value shall be in the
proportion as stated above.
The Letter of Intent to enter into a JV or JV agreement should contain, inter alia,
the following:
- Names of the Lead Partner and each of the other members
- Percentage share of each JV member
- Confirmation of Joint and Several Liability of all members of the JV

The JV is permissible at PQ Stage only. The JV which is prequalified will be


sustained for the entire bidding process. JV among prequalified entity and non –
prequalified entity or any other entity or change in % of share in JV is not allowed
subsequent to prequalification stage.
ITA 4.6 A list of debarred firms and individuals by:
the World Bank is available on the website: http://www.worldbank.org/debarr

The Asian Development Bank is available on the website:


http://lnadbg4.adb.org/oga0009p.nsf/sancALLPublic?OpenView&count=999

the African Development Bank is available on the website:


http://www.afdb.org/en/projects-and-operations/procurement/debarment-and-
sanctions-procedures/

the European Bank for Reconstruction and Development is available on the


website: http://www.ebrd.com/pages/about/integrity/list.shtml

the Inter-American Development Bank is available on the website:


http://www.iadb.org/en/topics/transparency/integrity-at-the-idb-
group/sanctioned-firms-and-individuals,1293.html

the Public Procurement Monitoring Office (PPMO), Nepal is available on the


website:
http://www.ppmo.gov.np.

15
Pa rt III. Data Sheet (DS) to ITA

B. Contents of the Application Document


ITA 7.1 For clarification purposes, DOR-GON’s address is:

Mr. Sushil Babu Dhakal


Project Coordinator
Ministry of Physical Infrastructure and Transport
Department of Roads
Road Improvement and Development Project Directorate
Battisputali,
Kathmandu Nepal
Tel No. -+977-1-4465247
E-mail: ridp@dor.gov.np
Website: www.dor.gov.np

C. Preparation, Submission & Opening of Applications


ITA 11.1 (d) The Applicant shall submit with its application, the following additional documents
as attachment to the Application Submission Form:

The Applicant shall submit a copy (self-attested on all pages) of Power of Attorney in
favour of the person who has been authorized, through an appropriate Company
Board Resolution or equivalent document, to sign on behalf of the Applicant. Copy
(self-attested) of such relevant company Board Resolution or equivalent document
should also be attached.

The Applicant shall submit a copy (self-attested on all pages) of Powers of Attorney
for each member of the JV along with a copy (self-attested) of relevant Board
Resolutions or equivalent documents.

ITA 14.2 The source for determining exchange rates is:


For conversion of Indian rupees (INR) to US Dollar, the Reference Rates of Foreign
Currency published by Reserve Bank of India (www.rbi.org.in) shall be applicable

For conversion of Nepalese rupees (NPR) to US Dollar, the Reference Rates of


Foreign Currency published by Nepal Rashtra Bank (www.nrb.org.np) shall be
applicable

For conversion of currency, other than INR and NPR, to US Dollar, the Reference
Rates of Foreign Currency published by Reserve Bank of India (www.rbi.org.in) shall
be applicable

In case a particular currency rate is not published by Reserve Bank of India, then the
selling rate of such currency shall be taken from the following website:
http://www.oanda.com

16
Pa rt III. Data Sheet (DS) to ITA

ITA 15.2 1 set “original” and 2 set “copy”

Additionally, One (1) copy in digital – in USB flash/ pen drive shall also be submitted.

The pre-qualification application document shall be submitted in spiral or hard


bound form only and not as loose sheets in plastic folders. All the pages shall be
machine numbered and a table of contents shall be included in the beginning of
each volume of documents referring the page numbers of the indexed items.
ITA 17.1 The deadline for Application submission is:

As specified in Notice for pre-qualification application

Time: 12:00 hrs

For application submission purposes only, DOR-GON’s address is:

DOR-GON’s address is the same as that indicated in 2.1

Attention:
(i) Mr. Sushil Babu Dhakal, Project Coordinator, RIDPD,Department of Roads

ITA 19.1 The opening of the Applications shall be at DOR-GON’s address as that indicated in
2.1

As specified in Notice for pre-qualification application

Time: 14:00 hrs

17
Part IV. Pre-qualification Criteria and Requirements

Part IV. Pre-qualification Criteria and


Requirements
This Part contains all the criteria, requirements and procedures that DOR-GON shall use to evaluate
Applications. The information to be provided in relation to each requirement and the definitions of the
corresponding terms can be referred to in the respective Forms.

Contents

A General 19
B Past Contract Performance and Litigation 19
C Financial Status and Capacity 21
D Experience 22
E Quality Assurance 24

18
Pa rt V. Forms

A. General

A.1 Nationality

Requirement:  The Applicant’s Nationality shall be in accordance with ITA 4.4


 Documentation and Attachments to be submitted as mentioned below
Documentation to be Form A1.1 and A1.2
submitted
Attachments to be  Articles & Memorandum of Association, Certificate of Incorporation /
submitted Partnership Deed of the Applicant (and each of the JV members) in accordance
with ITA 4.4
 Letter of intent to form JV or JV agreement, in accordance with ITA 4.3 and
documents as above for each member of the JV

A.2 Eligibility
Requirement:  The Applicant shall not be under declaration as ineligible, as described in
ITA 4.5
 Documentation and Attachments to be submitted as mentioned below
Documentation to be Application Submission Form
submitted:
Attachments  The Applicant shall submit a copy (self-attested on all pages) of Power of
Attorney in favour of the person who has been authorized, through an
appropriate Company Board Resolution or equivalent document, to sign on
behalf of the Applicant. A copy (self-attested) of such relevant company
Board Resolution or equivalent document should also be attached.
 The Applicant shall submit a copy (self-attested on all pages) of Power of
Attorneys for each member of the JV along with copy (self -attested) of
relevant Board Resolutions or equivalent documents.
 Each member of JV shall submit a self-attested copy of :
o Permanent Account Number (PAN):
o Goods & Service Tax Registration details, applicable only to Indian
party(ies)
o Tax Clearance Certificate of FY 2074/075, applicable only to Nepali
party(ies).

B. Past Contract Performance and Litigation

B.1 Past Contract Non-performance


Requirement:  There shall be no instance of contract 1 non-performance
as a result of Applicant’s default since 1st April 2012/ 16th
July 2012. (Each member of JV shall meet the
requirement)

1
Contract non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute
or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective
contract and where all appeal instances available to the applicant have been exhausted.

19
Pa rt V. Forms

 Documentation and Attachments to be submitted as


mentioned below
Documentation to be submitted: Form B.1.1
Attachments to be submitted: Documents establishing details included in Form B.1.1

B.2 Pending Contract Litigation


Requirement:  Applicant shall have a *positive adjusted net worth
determined as per the financial statements for the
financial year FY 2016-17 and the contractual litigation
value as considered below net of provision made in the
relevant audited financial statements (each member shall
meet the requirement):

 Litigation value shall be deemed to be 25% of the


aggregate value pending litigation across all contracts and
net of provisions, this value shall be deducted from the
net worth to arrive at the adjusted net worth.

 Documentation and Attachments to be submitted as


mentioned below.
*Note: Net worth – [ 25% of Litigation Value – provisions
already made] = positive

Documentation to be submitted: Form B.2.1


Attachments to be submitted: Documents establishing details included in Form B.2.1

B.3 Contract Litigation History


Requirement: There shall be no consistent history of court/arbitration
award decisions related to contractual litigation against
the Applicant2 since 1st April/15th July, 2012 (each JV
member shall meet the requirement).
 The aggregate amount of awards against the Applicant, if
any, since 1st April/15th July, 2012 shall not exceed 25%
of the net worth as per the latest financial statements
(each JV member shall meet the requirement).

 Documentation and Attachments to be submitted as


mentioned below
Documentation to be submitted: Form B.3.1
Attachments to be submitted: Documents establishing details included in Form B.3.1

2
The Applicant shall provide accurate information on the related Application Form about any litigation or
arbitration resulting from contracts completed or ongoing under its execution over the last five years. A
consistent history of awards against the Applicant or any member of a joint venture may result in failure of the
application.

20
Pa rt V. Forms

C. Financial Status and Capacity

C.1 Financial Status


Requirement: (i) The audited balance sheets and profit & loss account/ annual
report for the last 5 years (i.e. FY 2012-13 to FY 2016-17) shall
be submitted and must demonstrate the current soundness of
the Applicant’s financial position and indicate its prospective
long-term profitability in terms of:
a. Positive net worth for the immediately preceding Financial
year and at least any three Financial years of the last ten
years;
b. Positive Profit (i.e. Profit before Tax) for at least 2 out of last
5 years; and
c. Average Annual Construction Turnover calculated from
best three financial years within the last five financial years
as defined above be not less than USD 12.02 million.

Requirement (a) and (b) above shall be met by each member of


JV and requirement under (c), each member shall meet at least
25%, lead member shall meet at least 40% and all members
together shall meet 100%.
(ii) The Applicant shall demonstrate that it has access to, or has
available, liquid assets, unencumbered real assets, lines of
credit, and other financial means (independent of any
contractual advance payment) sufficient to meet the project
cash flow requirements of ongoing contracts net of the
Applicants other commitments. Minimum required liquidity3
for execution of the contract shall be USD 3.22 million.

For requirement (ii) above, each member of JV (except lead


member) shall meet at least 25%, lead member shall meet at
least 40% and all members together shall meet 100%.

In order to qualify for multiple packages, Applicant shall meet


aggregate of the requirements stipulated for (i) (c) and (ii)
above for each such package

(iii) Documentation and Attachments to be submitted as


mentioned below
Documentation to be submitted: Form C.1.1 and Form C.1.2 both certified by the Statutory
Auditor of the Applicant (for each member of the JV)
Attachments to be submitted: The Applicant and its parties shall provide copies of audited
financial statements for Five years (FY 2012-13 to FY 2016-17).
The financial statements shall:

3
Prevailing exchange rate 28 days prior to deadline for submission of the applications would be applied

21
Pa rt V. Forms

a) reflect the financial situation of the Applicant or in case of


JV for each member, and not an affiliated entity (such as
parent company or group member).
b) be independently audited and certified by the Statutory
Auditor/ Chartered Accountant in accordance with
applicable legislation.
c) be complete, including all notes to the financial
statements.
d) correspond to accounting periods already completed and
audited.
Supporting documents for additional financial means for likely
future commitments
C.2 Value of ongoing contracts
Requirement Aggregate annual residual value of all ongoing contracts shall
not be more than 350% of the highest annual construction
turnover in last 5 years (FY 2012-13 to FY 2016-17).
The above requirement shall apply to JV as a whole.
Documentation to be submitted: Form C.2.1
Attachments to be submitted: (a) Statement of Credit Facilities sanctioned, availed and
unutilized limits that are in force (including Source,
Purpose, Amount, Validity Period).
(b) Contract-wise Statement of Non-funded Facilities (such
as Bank Guarantees) availed for execution of contracts
(including Contract Title, Source/ Bank, Purpose, Amount,
Validity Period).

D. Experience
D.1 General Experience
Requirement:  Experience in respective countries (India/ Nepal as
applicable to the JV partners) under construction contracts
in the role of prime contractor, or JV member to the project
employer, during the last 7 financial years, starting FY 2010-
11 to FY 2016-17 (each JV member shall meet the
requirement).
 Documentation and Attachments to be submitted as
mentioned below.
Documentation to be submitted: Form D.1.1 (to be prepared separately for experience in India and
outside India)
Attachments to be submitted: Final Acceptance/ Completion Certificate/ Testimonial Letters
issued by the employer for each contract listed in Form D.1.1

D.2 Specific Experience Refer Part I: Scope of Works for details


Requirement: Under each package, at least the number and value of similar
road contracts as mentioned below, in the role of prime
contractor, or JV member to the project employer completed

22
Pa rt V. Forms

betwee
Option I 3 8.02 n
OR March
Option II 2 10.02 01,
2012
OR
and
Option III 1 16.03 applica
tion submission deadline:

The Applicant shall demonstrate specific construction experience


in similar activity. The Applicant shall demonstrate volume of
bituminous road pavement works of 155,500.00 sq. m in any one
year during the last 7 years.@

@In case of JV, each member of JV shall meet the requirement of


at least 15%, lead member shall meet at least 40% and all
members together shall meet 100% .
Requirement shall be met by the JV on a combined basis i.e.
contract values of each member shall not be aggregated but
number of contract(s) by individual members, who meet the
value and technical aspects, can be aggregated to meet the
requirement of number of contracts.
Notwithstanding the above, each member of JV shall
demonstrate experience of at least one contract of 50% of the
value indicated under ‘Option-I’ above.
Documentation to be submitted: Form D.2.1

Attachments to be submitted: Final Acceptance/Completion Certificate / Testimonial Letters


issued by the employer for each contract listed in Form D.2.1

23
Pa rt V. Forms

4 st
In case of contracts in Indian Rupees, the exchange rate of 31 March of the FY in which the contract was signed,
shall be used to arrive at the USD equivalent; and
th
In case of contracts in Nepalese Rupees, the exchange rate of 15 July of the FY in which the contract was signed, shall
be used to arrive at the USD equivalent

24
Pa rt V. Forms

E. Quality Assurance
Result of evaluation to the following criteria may lead to full prequalification or conditional
prequalification

E.1 ISO Management System


Requirement:  ISO Certified Management System (Any member of JV shall
meet the requirement)

Documentation to be submitted: Form E.1.1


Attachments to be submitted: Self-attested copy of Management System Certificate valid as on
the deadline for submission of application

E.2 Skilled Human Resources


Requirement:  Applicant must demonstrate that it has the personnel for the key positions that meet
the following requirements (JV shall meet the requirement on combined basis):

Total (Post- Number


Minimum
Qualification) Experience in of
Proposed Position Desirable
Experience (In similar works Positions
Qualification
years) Required
Contract Manager B.E. Civil 5 3 1
Deputy Contract B.E. Civil
Manager/Engineer 5 3 2
Quality Control B.E. Civil
Engineer 3 2 1
Sub-Engineers Diploma in Civil
Engineering 5 2 4

Details of Equipment required:

Sr. No. Equipment Type and Characteristics Min. Number Required


1 Excavator 3
2 Motor Grader 1
3 Pneumatic Roller (≥ 8 T) 2
4 Vibrating Roller (≥ 10T) 1
5 Tipper Truck 5
6 Bitumen Distributer (≥ 5000 lit.) 1

25
Pa rt V. Forms

In case the Bidder proposes to consider Equipment that may be spared from
committed/ongoing contracts for evaluation, the Bidder shall provide details of
Equipment which will be spared from committed / ongoing contracts clearly
demonstrating the availability of such equipment with respect to the physical
progress of the ongoing contracts on the date of bid submission. Based on the
details so submitted by the Bidder, only the spared equipment proposed for the
contract shall considered for evaluation.
In case of Equipment’s to be leased/hired the same procedures as mentioned
above shall apply. The Bidder must demonstrate that it has the key equipment
listed above in Clause E2.
The Bidder/Lease Owner shall be solely responsible for the data provided.
However, this shall not limit the right of employer to verify the authe nticity of
submitted information

Documentation to be submitted: - Form E.2.1 & E.3.1


CVs should, inter alia, incorporate qualifications, experience in the sector and
should also list professional memberships/ accreditations and knowledge of
languages including foreign languages, countries of work experience.
Attachments to be submitted:

 The applicant is required to submit an undertaking to engage & deploy


personnel and equipment as above.
 CV of above mentioned staff along with copies of academic certificates
mentioned therein.

NOTE:
The Evaluation Criteria for Pre- Qualification of Applicants :

Sr. Description Remarks


No.
A. General Evaluation on Pass/ Fail basis
B. Past Contract Performance and Litigation Evaluation on Pass/ Fail basis
C. Financial Status and Capacity Evaluation on Pass/ Fail basis
D. Experience Evaluation on Pass/ Fail basis
E. Quality Assurance Evaluation on Pass/ Fail basis

26
Pa rt V. Forms

F. Criteria for Multiple Contracts: Not Applicable

Part V. Forms
Table of Forms
Application Submission Form : 35

Applicant Information Form : 36

Applicant's/ JV Member’s Information Form : 37

Past Contract Non-Performance, Pending Litigation and Litigation History : 38

Financial Status and Capacity : 41

Annual Construction Turnover : 44

Ongoing Contracts : 45

General Experience : 46

Specific Construction Experience : 48

Certified Management System : 50

Skilled Human Resources : 51

27
Pa rt V. Forms

Application Submission Form


Date: [insert day, month, and year]
IFP No. and title: [insert IFP number and title]

To: [insert full name of the Employer]

We, the undersigned, apply to be pre-qualified for the referenced IFP and declare that:

(a) We have examined and have no reservations to the Application Document, including Corrigendum
No(s)____, issued in accordance with Instructions to Applicants (ITA) 7: [insert the number and issuing
date of each corrigendum].

(b) We meet the eligibility requirements as stated in ITA 4.1, we have not been currently debarred/
sanctioned in accordance with ITA 4.5;

(c) We confirm that the all partner(s) of the JV are not in default of the provisions as mentioned in ITA 4.7

(d) We confirm that we have not defaulted in any loan to any Bank/ Financial Institution (FI) as per Central
Repository of Information on Large Credits (CRILC) database or otherwise or its account has been classified
as Non-Performing Asset (NPA) with any Bank/FI or their companies/ promoters/ directors appear in
Reserve Bank of India (RBI) Caution List, RBI Wilful Defaulter List (Suit filed as well as non -suit filed) or
Credit Information Bureau India Ltd. (CIBIL) Defaulter Lis t and CIBN (Credit Information Bureau of Nepal)
Defaulter List, updated from time-to-time. On being included in any of the above lists, we shall
immediately inform the Employer on the inclusion and reason for inclusion thereof, in accordance with ITA
4.7;

(e) We understand that you may cancel the pre-qualification process at any time and that you are neither
bound to accept any Application that you may receive nor to invite the pre-qualified Applicants to bid for
subsequent contract(s) subject to this pre-qualification process, without incurring any liability to the
Applicants, in accordance with ITA 24.1.

(f) All information, statements and description contained in the Application are in all respect true, correct and
complete to the best of our knowledge and belief. We understand that misrepresentation of facts in our
Application and contravention to ITA 3, inter alia, may lead to rejection of our Application/ cancellation of
pre-qualification.

Signed [insert signature(s) of an authorized representative(s) of the Applicant]


Name [insert full name of person(s) signing the Application]
In the capacity of [insert capacity of person(s) signing the Application]
Address [insert street number/town or city/country address]
Dated on [insert day number] day of [insert month], [insert year]
[For a joint venture, all members shall sign]

28
Pa rt V. Forms

Form A.1.1
Applicant Information Form
(to be filled by Lead member of JV)

Date: [insert day, month, year]


IFP No. and title: [insert IFP number and title]
Page[insert page number]of [insert total number]pages

Applicant's name
[insert full name]

Name of each Joint Venture (JV) member:


[insert full name of each member in JV]

Applicant's country* of registration:


[indicate country of Constitution]

Applicant's actual year of incorporation:


[indicate year of Constitution]

Applicant's legal address [registered in India]:


[insert street/ number/ town or city/ country]

Applicant's authorized representative information


Name: [insert full name]
Address: [insert street/ number/ town or city/ country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address: [indicate e-mail address]

1. Attached are copies of original documents of


 Articles of Incorporation (or equivalent documents of constitution or association), and/or documents of
registration of the legal entity named above, in accordance with ITA 4.4.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITA 4.3.
2. Included are the organizational chart, a list of Board of Directors with their complete designation in case of
nominee directors, and the beneficial ownership with respective shareholding and nationality of shareholders.
* Note: Applicant’s attention is drawn to ITA 4.1.

29
Pa rt V. Forms

Form A.1.2
Applicant's/ JV Member’s Information Form
[The following form is in addition to Form A.1.1 ,The form shall be completed separately to provide
information relating to each JV member]

Date: [insert day, month, year]


IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Applicant name:
[insert full name of the JV]

Applicant's JV Member’s name:


[insert full name of Applicant's JV Member]

Applicant's JV Member’s country* of registration:


[indicate country of registration]

Applicant JV Member’s date of constitution:


[indicate date of constitution in dd/mmm/yyyy]

Applicant JV Member’s registered legal address


[insert street/ number/ town or city/ country]

Applicant JV Member’s authorized representative information


Name: [insert full name]
Address: [insert street/ number/ town or city/ country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address: [indicate e-mail address]

1. Attached are copies of original documents of Articles of Incorporation (or equivalent documents of constitution
or association), and/or registration documents of the legal entity named above, in accordance with ITA 4.4 .
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
* Note: Applicant’s attention is drawn to ITA 4.1

30
Pa rt V. Forms

Form B.1.1/ B.2.1/ B.3.1


Past Contract Non-Performance, Pending Litigation and
Litigation History
[Each of the following tables shall be filled in for each member of a Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Form B.1.1
Non-Performed Contracts in accordance with Part IV, Pre-qualification Criteria and
Requirements
 Contract non-performance did not occur since 1st April/15th July, 2012 specified in Part IV, Pre-qualification Criteria
and Requirements, Sub-Factor B.1.
 Contract(s) not performed since 1st April/15th July, 2012 specified in Part IV, Pre-qualification Criteria and
Requirements, requirement B.1

Year Non- performed Contract Identification Total Contract


portion of Amount (current
contract value, currency,
exchange rate and
US$ equivalent)

[insert [insert amount and Contract Identification: [indicate complete contract name/ [insert amount in USD
financial percentage] number, date, value and any other identification] equivalent and specify
year] exchange rate]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main reason(s)]

31
Pa rt V. Forms

Form B.2.1
Pending Litigation, in accordance with Part IV, Pre-qualification Criteria and Requirements
 No pending litigation in accordance with Part IV, Pre-qualification Criteria and Requirements, Sub-Factor B.2

 Pending litigation in accordance with Part IV, Pre-qualification Criteria and Requirements, Sub-Factor B.2 as
indicated below.
Year of Amount in Contract Identification Total Contract Amount of
dispute dispute (currency) Amount specific
(currency), USD provision
Equivalent already
(exchange made, if any
rate)

[insert [insert amount] Contract Identification: [indicate [insert amount] [insert


year] complete contract name, number, date, amount in
value and any other identification] USD
equivalent
Name of Employer: [insert full name]
and specify
Address of Employer: [insert exchange rate
street/city/country] and date]

Matter in dispute: [indicate main issues


in dispute]

Party who initiated the dispute:


[indicate “Employer” or “Exporter”]

Status of dispute: [Indicate if it is being


treated by the Adjudicator, under
Arbitration or being dealt with by the
Judiciary]

32
Pa rt V. Forms

Form B.3.1
Litigation History, in accordance with Part IV, Pre-qualification Criteria and Requirements

 No litigation in accordance with Part IV, Pre-qualification Criteria and Requirements, Sub-Factor B.3.

 Litigation Awards in accordance with Part IV, Pre-qualification Criteria and Requirements, Sub-Factor B.3 as
indicated below.

Year of Outcome as Contract Identification Total Contract


award percentage of Net Amount
Worth (currency), USD
Equivalent
(exchange rate)

[insert [insert percentage] Contract Identification: [indicate complete [insert amount in


financial contract name, number, date, value and any USD equivalent and
year] other identification] specify exchange
rate and date]
Name of Employer: [insert full name]

Address of Employer: [insert street/city/country]

Matter in dispute: [indicate main issues in


dispute]

Party who initiated the dispute: [indicate


“Employer” or “Exporter”]

Result of dispute: [Indicate if resolution was


treated by the Adjudicator, under Arbitration or
dealt with by the Judiciary and whether resolved
in favour or against the Applicant]

33
Pa rt V. Forms

Form C.1.1
Financial Status and Capacity
[The following table shall be filled in for each member of a Joint Venture and shall be certified by the statutory
auditor. Failure to comply with this requirement may result in rejection of the Application.]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

1. Financial data

Type of Financial information in Historic information for previous _5 years,

(currency) Five Years

(amount in Indian Rupees/ Nepalese Rupees)

FY 2012-13 FY 2013-14 FY 2014-15 FY 2015-16 FY 2016-17


Statement of Financial Position (Information from Balance Sheet)

Total Assets (TA)

Total Liabilities (TL)

Total Equity

CurrentAssets (CA)

CurrentLiabilities (CL)

Working Capital (WC)

Networth (NW)

Information from Income Statement


Total Revenue (TR)

Profits Before Taxes (PBT)

Cash Flow Information


Cash Flow from Operating Activities

Cash Flow from Investments

Cash Flow from Financing Activities

34
Pa rt V. Forms

2. Sources of Finance

[The following table shall be filled in for each member of a Joint Venture]

specify sources of finance to meet the cash flow requirements for works currently in progress

A. Details of Credit Facilities available to the Applicant as on Latest date


[Amount in Indian Rupee/ Nepalese Rupees]

Sr. Sanctioned
Type of Facility Utilised Limit Unutilised Limit
No. Limit

Fund Based Limits

a.

b.

c.

Total Fund Based

. Non-fund Based Limits

Total Non –fund Based

Total Fund and Non-


Based Limit

3. Financial documents

The Applicant and its parties shall provide copies of audited financial statements for last five years [FY 201 2-13 to
FY 2016-17] pursuant Part IV, Prequalification Criteria and Requirements, Sub-factor C.1. The financial statements
shall:
(a) reflect the financial situation of the Applicant or in case of JV for each member, and not an affiliated
entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.

 Attached are copies of financial statements for the five years required above; and complying with the
requirements, please note that printed Audited Annual Reports are to be certified by the Statutory Auditors
duly signed and stamped.

35
Pa rt V. Forms

Form C.1.2
Annual Construction Turnover
[The following table shall be filled in for each member of a Joint Venture and shall be certified by the statutory
auditor. Failure to comply with this requirement may result in rejection of the Application.]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Year Annual Construction Turnover

Amount (INR/NPR) Total Construction Exchange USD


Turnover Turnover as rate* equivalent
Contracts Overseas Total (INR) % of Total (v/s USD)
in India Contracts [D] Turnover
[C/D*100]
[A] [B] [C = A+B]
[E] [D/E]
2012-2013

2013-2014

2014-2015

2015-2016

2016-2017

st
* Refer ITA 14.2 for source of exchange rate. Exchange rate prevalent to respective contractor on 31
th
March/15 July shall be used to calculate turnover for respective financial year

36
Pa rt V. Forms

Form C.2.1
Ongoing Contracts
[The following table shall be filled in for each member of a Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Contract Role of Start Contractual Intended/ Residual Residual Annual


Identification Completion Revised period for value of Residual
Applicant Date Date Completion completion Work value of
Date Work

1 2 3 4 5 6 7 8

Contract Ref: [insert "Prime [Insert [Insert value [Insert


Contractor” period in in US$ value in
Brief Title of the or “JV years equivalent US$
works: Member”] starting including equivalent]
Amount of contract: from amount billed
[insert amount in Application but pending [7 divide by
6]
currency, mention Submission payment up
currency used, Deadline. In to deadline
exchange rate and case less for
US$ equivalent*] than a year, submission of
value to be Application]
Name & Address of considered
Employer: shall be 1]

[Insert
Total for all
Contracts]

* Refer ITA 14.2 for date and source of exchange rate

Note: The data provided by the applicant under Form C.2.1 shall be used for the evaluation process. If the data
were found to be distorted from actual or misinterpreted by the applicant it will be treated as fraudulent or
unethical practices as per ITB 3.3.

37
Pa rt V. Forms

Form D.1.1
General Experience

[The following table shall be filled in for each member of a Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

[Identify contracts that demonstrate experience pursuant to Part IV, Pre-qualification Criteria and
Requirements, Sub-Factor D.1. List contracts chronologically, according to their commencement (starting) dates
and attach Final Acceptance/Completion Certificate / Testimonial Letters, where applicable.]

1. Experience within India


Contract Identification Start Initial Actual Role of
Contractual Completion
Date End Applicant
Date and
Reasons for
Date delay, if any

Contract name: [insert full name] [indicate date [indicate date [insert "Prime
as dd/ mmm/ as dd/ mmm/ Contractor ” or
Brief Description of the works performed by yyyy] yyyy] “JV Member”]
the

Applicant: [describe works performed briefly]

Amount of contract: [insert amount in


currency, mention currency used, exchange
rate and US$ equivalent*]

Name of Employer: [indicate full name]

Address: [indicate street/number/town or


city/country]

* Refer ITA 14.2 for date and source of exchange rate

Final Acceptance/Completion Certificate / Testimonial Letters to be attached for each contract.

[The following table shall be filled in for each member of a Joint Venture]

38
Pa rt V. Forms

2. Experience outside India

Contract Identification Country of Start Initial Actual Role of


Work Contractual Completion Applicant
Execution Date End Date and
Reasons for
Date delay, if any

Contract name: [insert full name] [indicate [indicate date [indicate date [insert "Prime
date as dd/ as dd/ mmm/ as dd/ mmm/ Contractor ” or
Brief Description of the works mmm/ yyyy] yyyy] yyyy] “JV Member”]
performed by the

Applicant: [describe works


performed briefly]

Amount of contract: [insert


amount in currency, mention
currency used, exchange rate
and US$ equivalent*]

Name of Employer: [indicate full


name]

Address: [indicate
street/number/town or
city/country]

* Refer ITA 14.2 for date and source of exchange rate.

Final Acceptance/Completion Certificate / Testimonial Letters to be attached for each contract.

39
Pa rt V. Forms

Form D.2.1
Specific Experience
a. Number and value of similar road contracts

[The following table shall be filled in for contracts performed by each member of the Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

1. Information
Similar Contract No. [insert number] of [insert number of similar contracts required]
Contract Identification [insert contract name and number, if applicable]

Contract date [dd/mmm/yyyy]

Completion date Contractual: [dd/mmm/yyyy] Actual: [dd/mmm/yyyy]

Role in Contract
[check the appropriate box] Prime Contractor  Member in JV 

Total Contract Amount [insert total contract amount inUS$ [insert Exchange rate and
contract currency] total contract amount in US$
equivalent]*
If member in a JV, specify participation in [insert a [insert total [insert exchange rate and total
total Contract amount percentage contract amount in contract amount in US$ equivalent]*
amount] local currency]
Employer Details Employer's Name:
Address:
Telephone, fax number, E-mail:

Brief Scope of the Services as per Contract

Narration of the Actual Services Rendered

Key Staff Positions and Names of Staff

Total Staff Months by your firm

Total Staff Months by Associate firm


(if applicable)

* Refer ITA 14.2 for date and source of exchange rate.

Final Acceptance/Completion Certificate / Testimonial Letters to be attached for each contract.

40
Pa rt V. Forms

b. Specific experience in similar activity

[The following table shall be filled in for contracts performed by each member of the Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Information

Requirement [insert volume of bituminous road pavement work


required]

Contract Contract duration Employer Volume of bituminous road pavement work done
No/
Name From To Year 1 Year 2 Year 3 Year 4 Year 5 Year 6 Year 7

Total

Final Acceptance/Completion Certificate / Testimonial Letters to be attached for each contract.

41
Pa rt V. Forms

Form E.1.1
Certified Management System
[The following table shall be filled in for each member of a Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Certified ISO Process/ Certification Start Certification Valid Certifying


Management Discipline Date up to Organization
System Certified/
Inclusions
[indicate the ISO [indicate [dd/mmm/yyyy] [dd/mmm/yyyy] [indicate the
management certificate name of the
system identification certifying
accreditation] number and organization and
mention which contact details]
process or
discipline has
been certified
and inclusions]

Copy of Certificate(s) of Management System to be attached with Form E.1.1

42
Pa rt V. Forms

Form E.2.1
Skilled Human Resources
[Furnish details for key staff pursuant to Part IV, Pre-qualification Criteria and Requirements, Sub-Factor E.3.
This form shall be filled on a combined basis by a Joint Venture]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Position Name of key Academic Specialization Years of Experience in


staff Qualification Experience Countries

CV of each personnel listed in Form E.2.1 to be attached

43
Pa rt V. Forms

Form E.3.1
Contractor's Equipment Details
[The following table shall be filled in for the applicant and in case of a JV applicant, on combined basis]

Applicant’s Name: [insert full name]


Date: [insert day, month, year]
Joint Venture Member Name:[insert full name]
IFP No. and title: [insert IFP number and title]
Page [insert page number] of [insert total number] pages

Equipment Make/ Capacity Number If owned, If leased, valid


Type Model date of upto
purchase

Note: Ownership documents, either purchase invoice or government registration of equipment listed in the
form E.3.1 to be attached

44
Pa rt VI. Ques tionnaire for Applicants

Part VI. Questionnaire for Applicants


Name of Applicant: [To be filled by each JV member separately]
IFP No.: [insert IFP No.]

Eligibility, Confirmation and Other Important Information Response

1. Is your firm, either singly or in joint venture currently empanelled or Confirm:


prequalified as a contractor ?
Yes_ _/No ______
If yes, please provide details of Client, Country and Scope of Work. Attach
additional sheets, if needed.

2. Export-Import Bank of India (Bank) requires that Applicants and their affiliates Confirm:
observe the highest standard of ethics during the selection and execution of
contracts. In this context, any action taken by an Applicant or its affiliate to Yes____ , we have not
influence the pre-qualification process for undue advantage is improper. engaged in in any such
practices.
Confirm that Applicant and its JV partners, if applicable, have not engaged in
any unethical practices in competing for this pre-qualification.
3. Confirm that no official of DOR-GON has received or will be offered by your Confirm:
firm/organization or agents, any direct or indirect benefit arising from this
Yes____ , we confirm.
pre-qualification or any resulting contracts.
4. Has your firm been suspended or debarred by any Multilateral Agency, or any Yes_____/No______
government, or a UN agency? If Yes, provide details, including date of
reinstatement, if applicable. Attach additional sheets, if needed.
5. Has your firm/organization ever filed or petitioned for bankruptcy? (If Yes, Yes_____/No ____
furnish details of the case including filing date and current status.). Attach
additional sheets, if needed.

6. Has your firm/ any JV partner been penalized for delay in contractual Yes_____/No______
performance since 1st April/15th July, 2011 to Application submission
deadline. If yes, please provide details in a separate sheet, as necessary.

7. Has there been a termination of your firm’s services for non-performance on a Yes_____/No______
contract in the last 5 years? If Yes, please describe in detail in a separate
sheet, as necessary.

* Note: To confirm, print “Yes”, else “No”

45
Pa rt VI. Ques tionnaire for Applicants

Certificate of eligibility and authority to sign Pre-qualification application

I, [Name of Authorized Signatory], certify that I am [Title] and Authorized Signatory of [Name of Applicant or JV
member as applicable]. By signing the Application Submission Form under IFP No [insert IFP No.] and on behalf
of [Name of Applicant/ JV member] I also certify that all information stated here and in the Application
Document is accurate and true and that signing the Application Submission Form is within the scope of my
powers as [Title] and Authorized Signatory.

_________________________________________________

(Signature)

[Name of Authorized Signatory]


[Title] and Authorized Signatory

Date:

46

You might also like