You are on page 1of 229
seein starr armen ctvaiianenratisao cate) s ; ? t eG | ‘BUILDING INFRASTRUCTURE - BUILDING THE RATION 3 = = w ne a ® z a ENGINEERING PROCUREMENT AND CONSTRUCTION (EPC) AGREEMENT & TECHNICAL SCHEDULES FOR “Construction of Bi-directional Tunnel at “Km 83” of Length 495 m including approaches road of 664 m and a Major Bridge of 110 m from Km 82+675 to Km 82+925 on NH-244 in Jammu & Kashmir on EPC mode”. ON ENGINEERING, PROCUREMENT & CONSTRUCTION (EPC) MODE NATIONAL HIGHWAYS & INFRASTRUCTURE DEVELOPMENT CORPORATION LTD AND. M/s BEIGH CONSTRUCTION COMPANY PVT. LED. 19™ MAY, 2020 Volume-II NHIDCL, 3RD FLOOR, PRESS TRUST OF INDIA BUILDING, 4, PARLIAMENT STREET, NEW DELHI — 110004 Technical Proposal es Letter Comprising Technical Bid @é CN. U4sz00sK2012PTCO03604 Ref: BCC/NHIDCL/2501/003 Date : 25.01.2020 ‘The General Manager (Tech.), NHIDCL, 3RD Floor, PTI Building, 4, Parliament Street, New Delhi-110001 Sub; BID for “Construction of Bi-directional Tunnel at “Km 83” of Length 495 m along with approach road of 664 m and a Major Bridge of 110 m between Km 82+675 and Km 82+925 on NH-244 in the Union Territory of Jammu & Kashmir on EPC mode under NH (0)". Dear Sir, With reference to your RFP document dated 12" December, 2019, we, having examined the Bidding Documents and understood their contents, hereby submit our BID for the aforesaid Project. The BID is unconditional and unqualified. 2, We acknowledge that the Authority will be relying on the information provided in the BID and the documents accompanying the BID for selection of the Contractor for the aforesaid Project, and we certify that all information provided in the Bid and its the Annexure [10 VI along with the supporting documents are true and correct; nothing has been omitted which renders such information misleading; and all documents accompanying the BID are true copies of their respective originals. 3. This statement is made for the express purpose of our selection as EPC Contractor for the development, construction, rehabilitation and augmentation of the aforesaid Project and maintenance of the Project during the Defect Liability Period. 4. We shall make available to the Authority any additional information it may find necessary or require to supplement or authenticate the BID, 5. We acknowledge the right of the Authority to reject our BID without assigning any reason or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the same on any account ‘whatsoever. 6. We certify that in the last two years, we have neither failed to perform for the works of Expressways, National Highways, ISC & El works,, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against us, nor been expelled or terminated by Ministry of Road Transport & Highways or its implementing agencies for breach on our part. Poo scan cn ‘REG CORSTHUCTION COMPANY PUTT. ‘CIN. 4452001K2012PTC003604 7. We dectare that: (a) We have examined and have no reservations to the Bidding Documents, including any Addendum issued by the Authority; and (b) We do not have any conflict of interest in accordance with Clauses 2.2.1 (c) and 2.2.1 (d) of the REP document; and (©) We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as defined in Clause 4.3 of the REP document, in respect of any tender or request for proposal issued by or any Agreement entered into with the Authority or any other public sector enterprise or any government, Central or State: and (d) We hereby certify that we have taken steps to ensure that in conformity with the provisions of Section 4 of the RFP, no person acting for us or on our behalf has engaged or will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice; and (©) the undertakings given by us along with the Application in response to the RFP for the Project and information mentioned for the evaluation of the BID Capacity in Annexure VI were true and correct as on the date of making the Application and are also true and correct as on the BID Due Date and we shall continue to abide by them. 8. We understand that you may cancel the Bidding Process at any time and that you are neither bound to accept any BID that you may receive nor to invite the Bidders to BID for the Project, without incurring any liability to the Bidders, in accordance with Clause 2.16.2 of the RFP document. 9. We believe that we satisfy the Threshold Technical Capacity, Net Worth criteria and meet the requirements as specified in the RFP document. 10. We declare that we are not a Member of any other Joint Venture submitting a BID for the Project. 11. We certify that in regard to matters other than security and integrity of the country, we have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a doubt on our ability to undertake the Project or which relates to a grave offence that outrages the moral sense of the community. 12, We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law. 13. We further certify that no investigation by a regulatory authority is pending either against us/any member of Joint Venture or against our CEO or any of our directors! managers/ employees. 14. We further certify that we are not disqualified in terms of the additional criteria specified by the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated 13.7.01, a copy of which forms part of the RFP at Annexure VII of Appendix-IA thereof. ‘CIN. U452001«2012PTC003604 15, We undertake that in case due to any change in facts or circumstances during the Bidding Process, we are attracted by the provisions of disqualification in terms of the guidelines referred to above, we shall intimate the Authority of the same immediately. 16. We further acknowledge and agree that in the event such change in control oceurs_after signing of the Agreement upto its validity. It would, notwithstanding anything to the contrary contained in the Agreement, be deemed a breach thereof. and the Agreement shall be liable to be terminated without the Authority being liable to us in any manner whatsoever, 17. We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority in connection with the selection af the Bidder. or in connection with the Bidding Process itself, in respect of the above mentioned Project and the terms and implementation thereof. {8 In the event of my? our being declared as the Selected Bidder, we agree to enter into a Agreement in accordance with the draft that has been provided to me/us prior to the BID Due Date, We agree not to seek any changes in the aforesaid draft and agree to abide by the same. 19. We have studied all the Bidding Documents carefully and also surveyed the [project highway and the traffic}. ‘We understand that except to the extent as expressly set for thin the Azreement, we shall have no claim, right or title arising out of any documents or information provided to us by the Authority or in respect of any matler a or relating to the Bidding Process including the award of Agreement. 20. We submit, along with Bid, Bid security Declaration as per clause 2.20 of RFP. 21. The BID Securi the form of a Bank Secutity Declaration is attached. 22. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of the REP, have been submitted in separate files. 23. We agree and understand that the BID is subject to the provisions of the Bidding Documents. In no case, we shall have any claim or right of whatsoever nature if the Project / Contract is not awarded to us or our BID is not opened or rejected. 24. The BID Price has been quoted by me/us after taking into consideration all the terms and conditions stated in the REP, draft Agreement. our own estimates of costs and after a careful assessment of the site and all the conditions that may affect the project cost and implementation of the project. 25, We agree and undertake to abide by all the terms and conditions of the REP document. 26. We shall keep this offer valid for 120 (one hundred and twenty) days from the BID Due Date specified in the REP. ‘CIN. U452001K2012PTCO03604 27. We hereby submit our BID and offer a BID Price as indicated in Financial Bid for undertaking the aforesaid Project in accordance with the Bidding Documents and the Agreement. In witness thereof, we submit this BID under and in accordance with the terms of the RFP document. Yours faithfully, Date: 25.01.2020 Mohit Singh Authorised Signatory Place: Jammu . Beigh Construction Company Private L Email info@beegroup.in | Website: www.becgroup.in 46 Detail of Bidder Appendix IA ‘Annex —1 ANNEX —1 Details of Bidder {a) Name: Beigh Construction Company Private Limited (BCC) {b) Country of incorporation: India {c)_ Address of the corporate headquarters and its branch office(s), if any, in India: Registered Office Address: House No. 1, Chiragh Colony, Bhatindi Morh, Jammu ~ 180012, Jammu & Kashmir Corporate Address: C-17, Chirag Enclave, Greater Kailash-1, New Delhi ~ 110 048 {d) Date of incorporation and/ or commencement of business: 04" July 2012. Brief description of the Bidder including details of its main lines of business and proposed role and responsibilities in this Project: The Company is headquartered in Jammu & Kashmir and has expertise in the construction of road / rail tunnels as well as in the construction of road projects. Details of individual(s} who will serve as the point of contact/communication for the fa) (b) () (d) fe) (0) (e) Name: Mr. Imran Beigh Designation: Managing Director Company: Beigh Construction Company Pvt Ltd Address: C-17, Chirag Enclave, Greater Kallash-1, New Delhi~ 110 048 Telephone Number: +91 9469744444 E-Mail Address: imran@beegrouo.in Fax Number: - Particulars of the Authorised Signatory of the Bidder: fa) {b) te) () fe) (fy Name: Mr. Mohit Singh Designation: Finance Manager Address: C-17, Chirag Enclave, Greater Kallash-1, New Delhi ~ 110 048 Phone Number: +91 7006992076 Fax Number: ~ Class Il Digital Signature Certificate ID number: 11 a6 Sf 7 In case of a Joint Venture: (a) {b) () The information above (1-4) should be provided for all Members of the Joint Venture. A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.1.11(f) should be attached to the Application, Information regarding role of each Member should be provided as per table below: Role* Share of work in the Name of Member {Refer Clause | Project {Refer Clauses 2as(a)> | 2.2.15(a), (f) & (A) * The role of each Member, as may be determined by the Applicant, should be indicated in accordance with instruction 4 at Annex-IV. (4) The following information shall also be provided w.r.t para 2.1.14 for each Member of the Joint Venture: Name of Applicant/ member of Joint Venture: BEIGH CONSTRUCTION COMPANY PRIVATE LIMITED S.No. Criteria Yes/No Has the Bidder/ constituent of the Joint Venture been barred | 3, [bY the Ministry of Road Transport & Highways or its| yo | * | implementing agencies for the works of Expressways, National mrt Highways, ISC and El works, from participating in bidding. | If the answer to 1 is yes, does the bar subsist as on BID duel | ee teal N/A | 6 (a) We certify that in the last two years, we have neither falled to perform for the works of (b) Expressways, National Highways, ISC & El 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. We certify that we do not fall in any of the categories of being a Non-Performing entity given at Clause 2.1.14 of instructions to Bidders in the projects of Expressways, National Highways, ISC and El works of Ministry of Road Transport & Highways or its implementing agencies and furnished the complete details, 7a) We further certify that no investigation by a regulatory authority 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. (b) 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 Bidder and each of the Members of its Joint Venture (where applicable) disclosing material non-performance or contractual non-compliance in current projects, as on bid due date is given below (Attach extra sheets, if necessary) w.r.t para 2.1.14: Name of Bidder/ member of Joint Venture: BEIGH CONSTRUCTION COMPANY PRIVATE LIMITED Categories of Non-Perfarmer Project 1| Project 2 Fails to complete or has missed more than two milestones in already awarded two or more projects, even afier lapse of 6 months from the scheduled completion date, unless Extension | No No of Time has been allowed on the recommendations of the Independent Engineer due to Authority's default; (i) | Pails to complete a project, as per revised schedule, for which One Time Fund Infusion (OTFI) has been sanctioned by the | No No Authorit (ti) | physical progress on any project is not commensurate with the funds released (equity+ debttgrant) from the escrow account and such variation is more than 25% in last one year as observed by the Independent Engineer in one or more projects; Punch List Items in respect of any project are pending due to Bidder’s default in two or more Projects even after lapse of the | No No prescribed time for completion of such items; No No (iv) | Fails to fulfil its obligations to maintain a highway in a | satisfactory condition inspite of two rectification notices issued | No No in this behalf; (4) | Pails to attend to Non Conformity Reports (NCRs) issued by the Independent/ Authority's Engineer on the designs/ works ; Ne No constructed by the Bidder pending for more than one year in a two or more projects. (wi) |" Pails to make premium payments excluding the current installment in one jects. a ‘or more proj a it (vill) | Damages/Penalties recommended by the Independent/ Authority's Engineer on the Bidder during O&M period and the | yo No remedial works are not taken up in two or more projects (>) | Fails to achieve financial closure in two or more projects within the given or extended period (which shall not be more than | No No six months in any case). (*) | Fails to submit the Performance Security within the permissible period in more than one project(s). No No (ci) | Rated as an unsatisfactory performing entity/non-performing entity by an independent third party agency and so notified on | No No the website of the Authority. We certify that the list is complete and covers all the projects of Expressways, National Highways, ISC and EL works of Ministry of Road Transport & Highways or its implementing agencies and that wwe do not fallin any of the above categories of being a Non-Performing entity. Mohit Singh Finance Manager Technical Capacity of Bidder ANNEX-I Technical Capacity of the Bidder (Refer to clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP) rojects in Categories 3 & 4 Technical Experience s Year TDS 2018-19 132 2017-18 3.07 2018-19 | 2017-18 2016-17 056 2015-16 0.72 59.63 2016-17 [us fs foe jus fu» oo [us foo 1.79) 2015-16 2.61 70.61 ‘AggrogateTechnical Experience = 274.68 Financial Capacity of Bidder Annex-it ANNEX-Itl Financial Capacity of the Bidder ( Refer to clauses 2.2.2.3, 2.2.2.9(i), 2.2.2.8(ili) of the RFP ) (ins. crores) Net Cash Accruals Net Worth™ Bidder tyne Yeora | Vear2 | veor3 | veor4 | Ves | Yewra Single Entity Bidder: | ass.65 | Rs7.09 | Rs5.79 | Rs 7.03 | R282 | Rs14a5 | Beigh —__Constructio Crores | Crores | Crores | Crores | Crores | Crores Company Pvt Ltd TOTAL Bidder type ‘Annual Turnover T Average Year Year 2 Year 3 Year 4 Year 5 Annual Updatio| | Updatic ‘Updati Turnover . agg) Uedation Fete | tm] ee | ees] an | tesa) ior \Updatio (85) tor 5 | Te8x9 +1001 y (Rs 1.20 216.74 Rs 140.57 Crs crs company Ltd TOTAL Name & address of Bidder’s Banker 4) ICICI Bank Limited Wf Gee Greater Kailash Branch, Jammu and ir ‘ica Gausrevcrion COMPRAT PVUITO. ‘CIN. U45200NK2012PTC003604 Date: 26.01.2020 To, National Highways & Infrastructure Development Corporation Ltd, (Ministry of Road Transport & Highways, Govt. OF India) NHIDCL. 3rd Floor, Press Trust of India Building, 4, Parliament Street New Delhi ~ 119001 Sub: Request for Proposal (“RFP”) for Construction of Bi-directional Tunnel at “Ki 83” of Length 495 m along with approach road of 664 m and a Major Bridge of 110 m between Km 82+675 to Km £82+925 on NH-244 in Union Territory Jammu & Kashmir on EPC mode under NH (0). Ref: Undertaking under Clause 2.2.2.8(i) of the aforesaid REP UNDERTAKING Sir, This is in relation to the captioned REP, Clause 2.2.2.8(i) of which requires us to furnish the Audited Annual Reports for the last five (5) financial years, preceding the date of our Bid. Clause 2.2.2.8(i) states that in case the annual accounts forthe latest financial year are not audited, the Bidder is required to furnish an undertaking to the ‘effect and the statutory auditor shall certify the same. In such a case. the Bidder shall provide the Audited “Anstual Reports for 5 (five) years preceding the year for which the Audited Annual Report is not being provided. ‘At the same time, Clause 2.2.2.8 (ii) requires the Bidders to establish the minimum Net Worth specified in Clause 2.2.2.3, and provide details as per format at Annex-Ill of Appendix-IA and upload the relevant details on BIMS. Clause 2.2.2.3, in turn, provides a table in which the financial years mentioned are 2018-19, 2017-18, 2016-17, 2015-16 and 2014-15. 1. In our ease, our financial accounts for the financial yeur 2018-19 have not been audited. However, we do have our un-audited financial accounts for the said financial year. 2. Ona combined reading of the aforesaid stipulations in the RFP, we understand that we are required to fumish the requisite information (under Clause 2.2.2.3) based on our un-audited financial account for the fiscal 2018-19, and supplement the same with an undertaking and a certificate from our statutory auditor to that effect. 3. Hence, the information provided by us in Annex-lIl of Appendix IA, is based on our un-audited financial statement for the financial year 2018-19. We hereby undertake to_ provi ish_a. copy of the sai financial statement, once the same is audited by iditor, Further, in_case the information ished by in Annex-Ill of Appendix 1A is found to be e audit process, the same shal} be immediately intimated to you by us. SENG) aoUOy ei : ; e 5) oe. Way /Mall, Narwal Bypass Road, Jammu (J&K),18001 CC AY hoor 264 NOC nish SgRO@bSeGroup.in | Wetnites wwrw-beegroup.in ec =C Freon cotemocs| ‘NEIGH COUSTEUETION COMPANY PYT.CTB, ‘CIN. U452005K2012PTC003604 It may kindly be noted that the information provided by in Annex-IIl of Appendix 1A has been reviewed by our statutory auditor, and based on their limited review of our financial statements for the fiscal 2018- 19, they have certified the same to be correct. it may kindly be noted that, even if we were to not consider the financial statements for {and instead consider the five financial years preceding the said fiscal), we would still bbe meeting the Financial Capacity as per Clause 2.2.2.3. Our statutory auditor has also certified the same. As required under Clause 2.2.2.8(ii), we have uploaded the Audited Annual Reports for 5 (five) years preceding the fiscal 2018-19, A copy of ertificate dated 26-01-2020 issued by our statutory auditor, M/s Ankit K Gupta, Chartered Accountants, is enclosed herewith. ‘We trust this is in order. ‘Yours tru For Beigh Construction Company Private Limited Name: Mohit Singh Authorised Signatoty Encl: As stated above lca! Officct Plot No 4, Opp. Wave Mall, Narwal Bypass Road, Jammu (J&K),180016, India Pmnaits info@beegroup.in | ANKIT K GUPTA & ASSOCIATES CHARTERED ACCOUNTANTS ‘Add - 205, Ajnara Bhawan, IInd Floor. D Block, Vivek Vihar, Delhi - 110095 Phone - 9871899731, Email - caankitgupta220@gmail.com UDIN :- 20524220A AAAAHI969 TO WHOMSOEVER IT MAY CONCERN CERTIFICATE We, Ankit K Gupta & Associates, Chartered Accountants, the statutory auditors of Mis Belah ce fitotion Company Private Limited (the “Company”), baving our office at $-2. C-4, Ramprastha Colony. Ghaziabad - 201011, have been approached by management of the Company to eenify the Net Worth and minimum Average Annual Turnover (updated tothe price level of the year based on factors indicated in the table below) Year | Year-t Year2 | Year3 | Veard | YearS | (2018-19) | (2017-18) | @o16-17) | (2015-16) | @O1+ | | 15) | Updation factor — 1.00) (105 110 15, 120 | We state thatthe financial accounts ofthe Company for the fiscal 2018-19 have not been audited by us. However, we have conducted our review of the said financial statements in accordance with the Standard on Review Engagements (SRE) 2410 “Review of Interim Financial Information Performed by the Independent Auditor of the Entity”, issued by the Institute of Chantred ‘Accountants of India. This standard requires that we plan and perform the review to obtain netterate assurance as to whether the financial statements are free of material misstatement. Our Timited review of the said financial statements was limited primarily to inquiries ‘of company pesonnel and analytical procedures applied to financial data and thus provides less assur’ than persed We have not performed an audit and accordingly, we do not express an audit opinion. Based on our limited review conducted as above, nothing has come to Our attention that causes us fo believe that the statement of unaudited financial results for the fiscal 2018-19 contains any material misstatement. In connection with the above, fased on information and explanations provided, based an the Company's books of accounts and other published information authenticated by it, we certify the following: 1. (@ the Net Worth of the Company atthe close of financial year 2018-19 (as perour limited Teview of the said financial statement), (b) minimum Average Annual Tumover of the Company (updated to the price level of the year based on factors indicated in the table hereinabove) for the financial years 2018-19, 2017-18, 2016-17, 2015-16 and 2014-15, as contained in Annexure A hereto. fS s 2. (a) the Net Worth of the Company at the close of financial year 2017-18 (as per our limited review of the said financial statement), (b) minimum Average Annual Tumover of the Company for the financial years 2017-18, 2016-17, 2015-16, 2014-15 and 2013-14, as contained in Annexure B hereto, ‘The Management of the Company is responsible for completeness and accuracy of the data provided to us and complete disclosure of all material and relevant information, and also for ‘maintaining adequate accounting and other records. Our responsibility is to certify the particulars as detailed in this certificate based on our verification ofthe records and documents, maintained in the normal course of the business and on the basis of the information and explanations given to us by the company. Other than for the financial year 2018-19, a limited review of which has been conducted by us in the manner stated earlier herein, we conducted our examination in accordance with the Guidance Note on Audit Reports and Certificates for Special Purposes and Standards on Auditing issued by the Institute of Chartered ‘Accountants of India, which include inter alia, the concept of test check and materiality. ‘This is certificate is issued on specific request of the Company for onward submission to BID for the construction of Bi-directional Tunnel at “Km 83” of Length 495 m along with approach road ‘of 664 m and a Major Bridge of 110 m between Km 82+675 to Km 82+925 on NH-244 in Union ‘Temvitory Jammu & Kashmir on EPC mode under NH (0) proposed or being developed by the National Highways & Infrastructure Development Corporation Limited, and should not be used for any other purpose. Annexure A and Annexure B are integral parts of this Certificate, - CA Ankit Gupta \ Membership No. 52423 Date: 26.01.2020 20 NET WORTH (Rs in Crores) Financial Year 2015-16 | 2016-17 ‘2018-19 Share Capital 30 030_ Reserves 14.05 Revaluation Reserve Misc Exp not Wioft : distribution to Equity Shareholders Reserves not available for ‘Net Worth 14.38 NET CASH ACCRUALS in Crores) [Net Cash Profit for the Financial 2015-16 | 2016-17 2018-19 Year Profit After Tax (before Minority aaa Interest) Depreciation (Net) 3a ‘Net Cash Accruals 5.66 Bidder type = ‘Annual Turnover ~_T Average Year Year 2 Year 5 | Annual Tupdatol | Turnover sy) ot | (ps vegereny (in Rs. Lee crore) T TadeaesHBe 3 2) 3a) 4 7+ax941001 } 7 s_— Single Entity Bidder: : | = s Beigh jx19.10) 1.00 234.70} s.20 | Rs 140.57 Cre [Construction |" cr, oe \ company pv) | | Usd 1 ' TOTAL NET WORTH stees ae «Rs in Crores Financial Year 2016-17 [2017-18 ‘Share Capital [0.30 Reserves 11.81 Revaluation Reserve oe Misc Exp not Wioff : Reserves not available for > distribution to Equity Shareholders Net Wor ail NET CASH ACCRUALS (Rs in Crores) Net Cash Profit for the Financial 2017-18 Year Profit After Tax (before Minority 336 Interest) as Depreciation (Net) 3B Net Cash Aceruals 7.09 (Bidder type ‘Annual Turnover ‘Average Yeari Year 2 Year 5 Annual Baa} Turnover (5) | n | irs) eaation| (in Rs. endl | crore) T (2x3 +ax5 46x 1 zis ja 21 7BoHOKIt | y single entity, | Bidder: i i: | Beigh [L470] 1.00 | 176.22) 1.20 | Rs 113.06 Crs [Construction |"; pai company pvt lid | | TOTAL Eligible Projects 23 ANNEXV Details of Eligible Projects (Refer to Clauses 2.2.2.2, 2.2.25 and 2.2.2.7 of the RFP) Project Code: 2a satty sl | Particulars of the Project Title & nature of the project lamravati Chikhli project. Category Fe Year-wise Frese coneTnT aac a) payments received for construction or work| 2014-15 (Year-5) executed and certified by the Engineer-in- charge/independent —_Engineer/Authority’s, Engineer, and/or b) revenues appropriated for self-construction under 2015-16 (Year 2016-17 (Year-3) 2017-18 (Year-2) 2018-19 (Year: Rs 99.35 crores 09 Crores PPP projects TOTAL Rs 144.44 crores Entity for which the project was constructed __|IL & FS Transportation Networks Ltd Location : [Maharashtra (India) _| fre finn 23,02¢5516.00 J) | Date of commencement of project/ contract l46* Jenuary 2017 Date of completion/ commissioning [30 April 2018 Equity shareholding (with period during which equity INA. ANNEX-IV Details of Eligible Proj (Refer to Clauses 2.2.2.2, 2.2.2.5 and jects 2.2.2.7 of the RFP) Entity : Self & nature of the project Particulars of the Project (cher sshari Tunnel Project- jTunnel Lining (All Lining, Drainage, and Pavement related works} North Portal ISide Category B Year-wise a) payments received for construction of work executed and certified by the Engineer-in- charge/independent Engineer/Authority’s Engineer, and/or b) revenues appropriated for self-construction under PPP projects Year 2014-15 (Year-5) 2015-16 (Year-4) 2016-17 (Vear-3) 2017-18 (Year-2) 2018-19 (Year-1) | TOTAL Rs 70.61 Crores Receipts Rs 34.51 Crores Rs 36.10 Crores Entity for which the project was constructed iL & FS Transportation Networks Ltd [was held) Location &K (India) IRs 234.01 Crores aa eee lune 234,01 33,749.00 /-) Date of commencement of project/ contract la March 2015 Date of completion/ commissioning [31% December 2016 Equity shareholding (with period during which equity |, ANNEX-IV Details of Eligible Projects (Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP) Project Code: 2¢ Entity : Self Item ae Particulars of the Project | Title & nature of the project [Portal Tunnel Benching Excavation Eee work Category B | Year-wise Year Receipts 2) payments received for construction of work| 2014-15 (Year-5) = executed and certified by the Engineer-in-| 2015-16 (Year- Rs 14.92 Crores charge/Independent Engineer, and/or Engineer/Authority’s Rs 29.67 Crores Rs. 0.54 Crores 2016-17 (Year-3) 2017-18 (Year-2) [washeld) b) revenues appropriated for self-construction| 2018-19 (Year-1) | Rs 14.50 Crores under PPP projects _ ___ [tora Rs 59.63 Crores Entity for which the project was constructed |i. & FS Transportation Networks Ltd Location & K (India) 7 at eee IRs. 117.68 Crores Project cost \QNR 117,68,32,115.00 /-) Date of commencement of project/ contract [1 August 2015 Date of completion/ commissioning [31 December 2016 Equity shareholding (with period during which equity |y. a 6 ANNEX-IV Details of Eti ible Projects (Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP) Project Code: 24 item Title & nature of the project Entity : Self, | Particulars of the Project JALANDHAR ~ AMRITSAR ROAD PROJECT Category 3 Year-wise Year Receipts a) payments received for construction of work| 2014-15 (Vear-5) - executed and certified by the Engineer- charge/Independent —_Engineer/Authority's Engineer, and/or b) revenues appropriated for self-construction 2015-16 (Year-4) z 2016-17 (Year3) Coane 2017-18 (Year-2) | Rs 20.39 Crores 2018-19 (Year-1) = under PPP projects TOTAL Rs 20.39 Crores Entity for the project was constructed Location ~ Punjab (india) /araha Infra Ltd Project cost Date of commencement of project/ contract 26" September 2017 Date of completion/ commissioning Equity shareholding (with period during which equity was held) 24" March 2018 IA al ANKIT K GUPTA & ASSOCIATES CHARTERED ACCOUNTANTS Add - 205. Ajnara Bhawan, IInd Floor, D Block, Vivek Vihar, Delhi - 110095 Phone - 9871899731, Email - caankitgupts220@gmail.com UDIN:- 205242200AAAA14624 AMRAVATI CHIKHL PROJECT FOUR LANING OF AMRAVATI CHIKHL! PROJECT ON DBFOT PATTERN OF NH-6 IN THE STATE OF MAHARASHTRA Based on its books of accounts and other published information authenticated by it, this is to certify that M/s Beigh Construction Company Private Limited was engaged by IL&FS ‘Transportation Networks Limited to execute Amravati Chikhii Road Project — Four Laning of Amravati Chikhli Project on DBFOT Pattern of NH-6 in the state of Maharashtra (the “Project”). ‘The construction of the project commenced in January 2017 and the project was commissioned on 30 April, 2018. It is certified that Bidder received payments from its Clients for Construction Works executed by them or work executed and certified by the Engineer-in-charge, in the aforesaid construction works. We further certify that the total estimated capital cost of the project Is Rs. 183.62 crores (Rupees One hundred and Eighty Three crores and Sixty Two lakhs only), of which the Applicant received of Rs. 144.44 crores (Rupees One Hundred Forty Four Crores and Forty Four Lakhs only during the past five financial years as per year-wise details noted below: All figures in INR Crores (¥ ‘2014-15 | 2015-16 | 2016-17 | 2017-18 | 2018-19 Total | {amount 0 0 0 99.35 45.09 144.44 | It is further certified that the receipts indicated above are restricted to the share of the Applicant who undertook these works as a partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the Joint Venture / Consortium. For, Ankit K Gupta & Associates Chartered chp ak 7 Een (sctnotats! 2) Er Ti \elace CA Ankit Gupta ho Membership No. $24230/7 Date: 26.01.2020 ANKIT K GUPTA & ASSOCIATES CHARTERED ACCOUNTANTS Add - 205, Ajnara Bhawan, IInd Floor, D Block, Vivek Vihar, Delhi - 110095 Phone - 9871899731, Email - caankitgupta220@gmail.com UDIN:- 20524220AAAAAI6493 CERTIFICATE REGARDING CONSTRUCTION WORKS CHENANI NASHRI TUNNEL PROJECT TUNNEL LINING (ALL LINING, DRAINAGE & PAVEMENT RELATED WORKS) ~ NORTH PORTAL SIDE IN THE STATE OF J&K Based on its books of accounts and other published information authenticated by it, this is to certify that M/s Beigh Construction Company Private Limited was engaged by IL&FS Transportation Networks Limited to execute Chenani Nashri Tunnel Project ~ Tunnel Lining (All Uning, Drainage, and Pavement related works} North Portal Side in the state of J&K (the “Project”). The construction of the project commenced in March 2015 and the project was commissioned on 31* December 2016. It is certified that Bidder received payments from its Glients for Construction Works executed by them or work executed and certified by the Engineer-in-charge, in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 234 crores (Rupees Two Hundred and Thirty Four crores only), of which the Applicant received Rs. 70.61 crores (Rupees Seventy crores and Ten Lakhs only), during the past five financial years as per year-wise details noted below: All figures in INR Crores FY 2014-15 | 2015-16 [ Total Amount | 0 34.51 36.10 | 0 70.61 It is further certified that the receipts indicated above are restricted to the share of the Applicant who undertook these works as a partner or a member of joint venture/consortium. ‘We further certify that applicant has a share of 50% in the Joint Venture / Consortium. For, Ankit K Gupta & Associates Chartered Accountants. 918 gh Stee: ene CA Ankit Gupta Is Membership No. 524220 “Se Ge" Date: 26.01.2020 ANKIT K GUPTA & ASSOCIATES CHARTERED ACCOUNTANTS. ‘Add - 205, Ajnara Bhawan, Ind Floor, D Block, Vivek Vihar, Delhi - 110095, Phone - 9871899731, Email - caankitgupta220@gmail.com UDIN:- 20524220AAAAAK1832 ‘CHENANI NASHRI TUNNEL PROJECT NORTH PORTAL TUNNEL BENCHING EXCAVATION WORK IN THE STATE OF J&K Based on its books of accounts and other published information authenticated by it, this is to certify that M/s Beigh Construction Company Private Limited was engaged by IL&FS ‘Transportation Networks Limited to execute Chenani Nashri Tunnel Project North Portal ‘Tunnel Benching Excavation Work in the state of J&K (the “Project”. The construction of the project commenced in August 2015 and the project was commissioned on 31* December 2016. It is certified that Bidder received payments from its Clients for Construction Works ‘executed by them or work executed and certified by the Engineer-in-charge, in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 117.68 crores (Rupees One Hundred Seventeen Crores and Sixty-Eight Lakhs only), of which the Applicant received Rs. 59.63 crores (Rupees Fifty Nine Crores and Sixty-Three Lakhs only, during the past five financial years as per year-wise details noted below: All figures in INR Crores FY 2014-15 | 2015-16 | 2016-17 | 2017-18 | 2018-19 | Total ‘Amount a i492 [29.67 | 0.54 14.50 59.63, It is further certified that the receipts indicated above are restricted to the share of the Applicant who undertook these works as a partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the Joint Venture / Consortium. For, Ankit K Gupta & Associates Chartered Accountants-¢, 7S ‘ Date: 26.01.2020 ANKIT K GUPTA & ASSOCIATES CHARTERED ACCOUNTANTS 110095, ‘Add - 205, Ajnera Bhawan, IInd Floor, D Block, Vivek Vihar, Del Phone - 9871899731, Email - caankitgupta220@gmail.com UDIN - 20524220AAAAALG405, JALANDHAR — AMRITSAR ROAD PROJECT UPGRADATION OF TWO LANE TO SIX LANE WORK OF JALANDHAR ~ AMRITSAR SECTION (OF NH-1 IN THE STATE OF PUNJAB Based on its books of accounts and other published information authenticated by it, this is to certify that M/s Beigh Construction Company Private Limited was engaged by Varaha Infra Limited to execute Jalandhar ~ Amritsar Road Project ~ UPGRADATION OF TWO LANE TO Six LANE WORK OF JALANDHAR = AMRITSAR SECTION OF NH-1 IN THE STATE OF PUNJAB in the state of Punjab (the “Project”). The construction of the project commenced in September 2017 and the project was commissioned on 24 March 2018. Itis certified that Bidder received payments from its Clients for Construction Works executed by, in the aforesaid construction works. We further certify that the total estimated capital cost of the project is Rs. 23.75 crores (Rupees Twenty Three Crores and Seventy Five Lakhs only), of which the Applicant received 20,39 (Rs Twenty Crores and Thirty Nine Lakhs), during the past five financial years as per year- wise details noted below: All figures in INR Crores FY 2014-15 | 2015-16 | 2016-17 | 2017-18 | 2018-19 Total Amount 0 0 0 2039 [0 20.39 Itis further certified that the receipts indicated above are restricted to the share of the Applicant ‘who undertook these works as a partner or a member of joint venture/consortium. We further certify that applicant has a share of 100% in the Joint Venture / Consortium. CA Ankit Gupta Naaaaies Membership No. 52422 Date: 26.01.2020 Scanned by CamScanner Work Done Certificate ae Dee 18, 2018, QMS | Transpentaisor Wisteameten Foss Sieneoa + pmmaart arernaaCree | 8 oeeneeser [erent clammeaneree leo To whomsoever it may concern ‘This is contified that M/s. BEIGH CONSTRUCTION COMPANY PYT. LTD. haviog ite registered office at 01. Chimg Colony. DhotendiMoch, Jammu, H&K. India was working as 3 Contractor in the Project “Four-Laning of Amravati— Chikhli Section on DHFOT pattero of NEG in the State of Maharashtra under NHDP Phase-IV: Package- 1 Section 2 (Kmn.220+000 to Km. 260+000)", ‘The details of project are as fallows: L 4, Principal Employer Name of the client ‘Name of the Contractor Name of the Work, Date of issue of LOA ‘Schedule date ef completion Contract Value awarded Work done as per Final Bill “Total Length of Project National Highway Authority of India (NHAD, LFS Transportation and Networks Limited. Beigh Construction Co. Pvt. Lid. Four Laning of Amravati Chikhli Section of NHL6 in the state of Maharashtra from Km. 165.600 to Kn.360,00 (design length 194.3 Km) on DBFOT pattern under NHDP PhaseIV 23" December, 2016 23" December, 2018 461.25 Crore (Rs.Four hundred sixty-one Crore and twenty-five lakh only) 183.62 Crote (Rs One hundred eighty three ‘rore and sixty two lakh only) 40KM. Pages of 2 “BRS | Venspenaten Four Laning Bridges completed in the Project by the contractor: SLLNo fees Leagth(1) ‘Type of Structure 1 | a zo | 2 224645 220m | Badge 3 2344011 35.00M Bridge + 6+67R 1750M Beidge 5 2494120 3050M Bridge 6 2544097 330M Bridge 7 257275 2050M Daidee 8 258-767 2930M Bridge 9 2594403 3140M. Bridge —t Apart from the Bridge work M/s. Beigh Construction Co, Pvt. Lid. has executed the following Major items in the project:- 1. Earthwork (Embankment-+ Subgrde) : 175174137 Cum 2 GSBAYMM 17392,00 CUM 3. Cement Treated Sub Base 10873830 Cum 4. Cement Treated Base 43369.73 Cum 5. Agarogate Layer 49364.77 Cum 6. Dense Bituminous Macadam 43007.00 Cum ‘The work carried out was a Proiiney, finn so per the specification and satisfactorily executed, The techsical GGeskdpeLerncral behaviour of the agency is very good. age 2of2 To. [Name of Contractor Name of Work Date of Completion, Executed Value of Work done by BCC/Excavation ASILSFS | Transportation Tansponation Natworks. Li. CN EROOMEOOPL CT 9790 Site office: Lower Mada, Village Guijard, Tehsil Chenani, Distt. Udtampur, Jammu & Kashmir ~ 182142 (Chenani Nashri Tunnel Project) ‘Whaensocver it may Concern Daue: 30° March 2017 ‘Mis Beigh Construction Company Private Limited. (BCC) Four Lanning of Chenani to Nashri section of NH-IA from Km {89900 to Km 13000 (New Alignment) of NH-1A including 9 Km long tunnel (2 Lane) with parallel escape tunnel on BOT (Annuity) basis, in DBFOT pattem in the state of Jammi and Kashenit. Package No-NHDPPhase-BOT/VIEK. ‘Tannet Excavation and Conerete Lining from North Portal at ‘Chenani Nashri Tunnel Project. Contract-1:-Excavation of Heading & Benching from North Paral [AIMPL-BCC] BCC Share-100% Revision-1:-Excavation of Benching Works from North portal. BCC Share-100% Contact 2-Concree Lining Works [SBJV] (BCC Share-50%) HI" Dee 2016 ‘Contract-1-Rs 48,68,29.484/4 Executed) Revision-1-Rs 69,00,02.63 1/4Executed) Contract-2-Rs 110.33.03.633- (Above value of contract-2 is 509% of ttat lining value executed) ye ‘Total Value of work Completed till Rs 228,01,35,748/- date, ‘Awarded value of Work Bec SBIV-BCC Total $IT7A6 Cr. Performance Good _ Scone of Work Executed by BCC: ina SLNo. | Deseription Executed Remarks T ‘Lengih of Heading & Benching | 927 M Finished Cros Section Area 4105 Sam 3 Length of Ciniog Main Tunnel | 2383 3 Lene of Lining Escape Tuwel [2.057 M 4 1,42,160 Sqr J a Head Office: IL & FS Financial aT er, Plot C-22, G Block , Bandra Kurla Complex, Murnbai 400 set indigo tly set at she rae lige testy Abed MEU. Serpent Gna avers of wvex) IRCON INTERNATIONAL LIMITED ‘Cin lechancal leeDieat, Cammunicndon and Taratey Convctors 1 Govt ofa Uda) (Katra-Dharam-Qazigund Rail Project) Banihal Office: Jammu Office: AIRCON Project tice, USBAL Project Office \Vitlrawah, Post-Baninal, Satyam Complex, Marble Market, Diet. Ramban, JEX-10214 sammo-t20011. “Tol: 61886.265708, Fax : O1998-255780 ‘Tab G18t-2eeane2, Paxcota Semeate IRCON/1014/)8K/14/273 /CertiGcate] 9S Dated: 20.01.2018 ‘TO WHOMSOEVERIT MAY CONCERN SN | Description Bessie 1 [Name ofthe Work Construction of Tunnel 7-770 (km 14660 to 14836 Apron) on the Western Side of Bichlert River on Katra ‘Banihal Section of Udharapur - Scinagar ~ Baramulla New BG Ratlway Line Project (PACKAGE: 7-770) Z| Name of the Agency Ns. Beigh Construction Ca, Pre td, ot Rad, Opp Mall Bye Pass Rood, Nara amu, (12K). —_| F | Contract Agreement LOA No.IRCON / J&XK CELL /JAT / 14 / 1015 7B 77770 7 341 /8524 /dated 25.07.2016, “T | Deiginal Contract Vatoe We 117,5680840.96 S| Date of Awarcl of Contract | 25.07.2016 | Date of Completion asper | 24.05.2016 contract agreement 777] Value of works completed and | R= §51,49,36400 payment made til date B | Type of Tunnel | Tunnel 1-770 & Rallway Tunnel, Modified Horse Shoe shape, ériling and basting method, ‘3 | Seope of Work ‘Excavation (Open/Underground), Primary Support ke ‘xing of Rock Bolts & other steel supports, xing of wire mesh, shoterete works, drainage and miscellaneous works, Instrumentation and 3.D Monitoring. Secondary support Uke concrete lining. 10” Status of work ‘Under progress. ‘This Certificate has been issued on the request of the agency vide thelr letter noBCC/IRCON/T- ‘77D/BANIAL/17-18/114, dated 19.01.2018. For &on Behalf of {INTERNATIONAL LIMITED 18

You might also like