You are on page 1of 21

POSTGRADUATE INSTITUTE OF

MEDICAL EDUCATION & RESEARCH,


CHANDIGARH

Request for Expression of Interest (EOI)

for

Modernization of the kitchens of


Advanced Pediatric Centre, Advanced
Cardiac Centre & Nehru Hospital,
PGIMER, Chandigarh.

1
Index

Sl.No. Particulars Page


No.
1 Cover Page
2 Index
3 Press Notice
4 Disclaimer
5 Instructions to Bidders
6 List of Documents to be scanned and uploaded within
the period of EoI submission
7 Introduction /Brief on Requirement
8 Scope of Work
9 Suggestive Schedule of Item
10 Payment Terms & Conditions
11 Suggestions from Bidder on scope of work, Payment
Terms & Conditions
12 Disqualifications
13 Criteria for eligibility
14 Evaluation criteria
15 Opening of Expression of Interest & Next stage of
Tendering
16 Letter of transmittal
17 Form ‘A’ Financial information
18 Form ‘B’ Details of Bidder
19 FORM ‘C’, Similar work Experience & Performance
Report
20 FORM’D’ Particulars of Key Personnel

2
POSTGRADUATE INSTITUTE OF MEDICAL EDUCATION AND RESEARCH,
CHANDIGARH
DEPARTMENT OF HOSPITAL ENGINEERING & PLANNING
Civil-II DIVISION

Request for Expression of Interest (Press Notice)

“Expression of interest” (EoI) is invited on behalf of the Director, PGIMER from


the Architects/Engineers, firms, contractors who have successfully completed
the eligible assignments. The prospective bidders will submit proposal, give
presentation on Design, Drawing, Specification and Methodology for the
completion of work.

The EoI Document contains the details of qualification criteria, submission


requirement, brief objective, scope of work, evaluation criteria and various
forms etc. Bidders may download the document from website:
www.eprocure.gov.in and official website of the PGIMER www.pgimer.edu.in.
The pre-bid conference shall be held on 16.08.2022 at 11:30 in the
office of Hospital Engineer(C-II), PGIMER, Chandigarh. The last date of
online submission of documents is 26.08.2022 upto 3.00 PM.

PGIMER reserves the right to cancel this request for EoI and/or invite afresh
with or without amendments, without assigning any reason or incurring any
liability whatsoever. Information provided at this stage is indicative and
PGIMER reserves the right to amend/add further details in the EoI. Prospective
bidders are also advised to regularly visit above mentioned websites as
Corrigendum/amendments etc., if any, will be notified on these websites only
and no separate notification shall be made for this.

The bidders are requested to get their firm registered on the website
www.eprocure.gov.in for participating in e-tendering process. (Helpdesk no.
for registration- 09257209340 & 08054628821.

Hospital Engineer (C-II)


PGIMER, Chandigarh.

3
DISCLAIMER

The information contained in this EXPRESSIONS OF INTEREST document


(EOI) or subsequently provided to Bidders, whether verbally or in
documentary or any other form by or on behalf of the Authority or any of
its employees, is provided to Bidders on the terms and conditions set out in
this EOI and such other terms and conditions subject to which such
information is provided.

This EOI is not an agreement and is neither an offer nor an invitation by


the Authority to the prospective Bidders or any other person. The purpose of
this EOI is to provide information to the interested parties which may be
useful to them in the formulation of their Proposals pursuant to this EOI.

The Authority and its employees make no representation or warranty and


shall have no liability to any person including any Bidder under any law,
statute, rules or regulations or tort, principles of restitution or unjust
enrichment or otherwise for any loss, damages, cost or expense which may
arise from or be incurred or suffered on account of anything contained in
this EOI or otherwise, including the accuracy, adequacy, correctness,
reliability or completeness of the EOI and any assessment, assumption,
statement or information contained therein or deemed to form part of this
EOI or arising in any way in this Selection Process.
The Authority also accepts no liability of any nature whether resulting
from negligence or otherwise however caused arising from reliance of any
Bidder upon the statements contained in this EOI.
The Authority may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information, assessment
or assumption contained in this EOI.
The issue of this EOI does not imply that the Authority is bound to
select an Bidder or to appoint/Award the Selected Bidder, as the case may
be, for the execution and the Authority reserves the right to reject all or any
of the Proposals without assigning any reasons whatsoever.

No reimbursement of cost of any type on any account will be paid to


Bidders submitting their Bid.

4
1 Instructions to the Bidders:
Deadline Dates & Address for Communication
(i) Name of Work Modernization of the kitchens of Advanced
Pediatric Centre, Advanced Cardiac Centre
& Nehru Hospital, PGIMER, Chandigarh.
(ii) Nature of Job As per scope of work
(iii) Estimated Cost Rs. 500 lakhs (Indicative/Rough Cost)
Date & Time of Pre-Bid
(iV) 16.08.2022 at 11:30 AM
conference
Last date & time for submission
(V) of Letter of Transmittal as 22.08.2022 at 2:00 PM
uploaded
(vi) Date & Time for Closing of
online Submission of 26.08.2022 upto 3:00 PM
Documents of EoI
(vii) Date & Time for Opening of
EoI Documents submitted by 29.08.2022 upto 4.00 PM
the Bidders
(Viii) Contact Details Hospital Engineer, Civil-II, PGIMER sector
12 Chandigarh, 160012 .Tel No
0172-2755820. Mob No. 9781050525

1.i The original Letter of transmittal as scanned & uploaded shall be


deposited physically by all the intending bidders in the office of H.E.
(Civil-II) before opening of EOI failing which the EOI shall be treated as
invalid. No other physical submission of document is accepted in the
office and only online submission of documents shall be considered for
evaluation.
1.ii Those Bidders not registered on the website www.eprocure.gov.in are
required to get themselves registered beforehand.
1.iii The Bidders can upload documents in the form of JPG Format or PDF
Format.
1.iv Expression of Interest Document can be seen in the office of Hospital
Engineer, Civil-II, PGIMER, Sec-12, Chandigarh, 160012 between hours
of 09.30 A.M. to 5.00 PM on every working day and on website
www.eprocure.gov.in Bids can also be downloaded from the website.
1.v PGIMER reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified Bidders to the top
five scoring bidders, if too many proposals along with required documents
are received satisfying the laid down criteria.
1.vi The pre-bid conference shall be held on _________at 11:30 AM in the
office of Hospital Engineer(C-II),PGIMER, Chandigarh.
1.vii Any corrigendum / notification issued by PGIMER, subsequent to
invitation of EoI, shall only be available at www.eprocure.gov.in.
1.viii Joint Ventures (JV) shall not be considered for evaluation.
5
List of Eligibility cum technical bid Documents to be scanned and
uploaded within the period of EoI submission
i Letter of Transmittal.
ii Certificate of Average Annual Financial Turnover in India for immediate
last three consecutive financial years and Profit / loss statement of last 5
year ending 31st march 2021 from CA. (Form A)
iii Solvency certificate of not more than six months prior to the stipulated
date of submission of bid OR Net worth Certificate issued by certified CA.
iv Details of the Bidder (Form B)
v Completion Certificates of Similar Work Experience with performance
report (Form C)
vi Registration Certificate of GST.
vii Particulars of Key Personal (Form-D)

2 Introduction/ Brief on Requirement


Initially during 1963, the space of Main kitchen of Nehru Hospital
was allotted for 800 patients bed strength in due course time, it is now
catering approx. 1775 diets feeds per day which is expected to rise nearly to
2000 bed strength after 100% working of Nehru Hospital Extension. Moreover,
in a meeting held on 29/6/2021 under the chairmanship of DPGI, it was
decided that the kitchens of APC & ACC will be modernized and upgraded as
modular kitchens with modern facilities so that they will also feed the
upcoming centers i.e. Advanced Neuro-Science centre & Advanced Mother &
Child Centre along with Advanced Eye Centre and Drug De-addiction Centre
(DDTC)
The indicative cost of the project is Rs. 500 lakhs (Rupees Five hundred
lakhs).
3 Scope of Work:

i) Modernization of space, automatized equipment and extension of area


of Nehru Hospital kitchen, catering to 1775 beds. The Kitchen is
spread over three floors (5th floor- private ward kitchen, 4th floor-
general ward kitchen and 3rd floor- store area). Present covered area
1044sqm (348sqm each floor) + 671 sqm (proposed area) yet to be
constructed.

ii) Modernization of Advance Pediatric Centre (APC) Kitchen[600 bedded


], which will cater to APC patients as well as Mother and Child Care
Centre’s patients. Total available covered area is 473.57 sqm.

iii) Modernization of Advanced Cardiac Centre kitchen [700 bedded], which


will cater to ACC, Advance Eye Centre (AEC), Drug De-Addiction Centre
(DDTC), Advance Neuroscience Centre(ANC). Total area available
covered is 306.57 sqm.

6
iv) The following provision shall be made in the modern kitchen:

a) Heating, Ventilation and Air Conditioning system (HVAC) to be


fitted in all centre for Ventilation and proper air flow and
temperature control
b) Separate washing unit to be installed (trolley, utensils washing)
c) Isolated space required for a-septic feed preparation.
d) All private ward pantries in Nehru Hospital, ATC, NHE and ACC to
be renovated/ modernized.
e) Centralized Gas pipe line supply to all the kitchen and pantries
required.
f) Automatic management of waste disposal of all kitchen in all
centres (Nehru Hospital, ACC and APC).
g) Dumb waiter / lifts separate for kitchens to be installed in Nehru
Hospital and APC kitchen.

v) Space for Dietetics staff with separate convenience services for staff
and workers required.
Vi). Modernization of dietetic store with Heating, Ventilation and Air
conditioning system (HVAC) for proper separate storage facility
(stationary store, equipment store, miscellaneous item store, dry ration
store etc.)
vii) Office space for students/Interns.
viii) Separate entry and exit points for staff, workers, raw & finished
material respectively.

4 Terms & Conditions:


i. The intending bidders are required to submit their proposals in sealed
envelope by _________. The proposal should consist of the basic
parameters in measurable form so that the same can be incorporated in
the tender terms and conditions.
ii. The intending bidders must visit the existing kitchen in Nehru
Hospital/APC/ACC before submitting their proposal. They can contact
Departments of Dietetics 0172-2756044, 2756045 for appointment to
visit the site.
iii. The intending bidders are required to give a Power point Presentation
(PPT) of 15 minutes duration on their proposal. Time and place for the
PPT will be intimated to the bidders later on.

iv EOI/Bid Documents, General Conditions of Contract (GCC), the set of


terms and conditions of the contract to be complied with and other
necessary documents can be seen and downloaded from the website:
7
www.eprocure.gov.in and official website of the PGIMER www.pgimer.edu.in
free of cost.

5 Disqualifications:

PGIMER Chandigarh may at its sole discretion and at any time during the
evaluation of Proposal, disqualify any bidder, under the following
circumstances:

i If the bidder does not upload all the documents as stipulated in the EOI
document.
ii The bidder has made misleading or false representations in the forms,
statements and attachments submitted in the Expression of Interest.
iii If the bidder does not deposit physically the copy of Letter of Transmittal
as scanned and uploaded in the office of H.E (Civil-II) before opening of
EOI.
iv The bidder has submitted a proposal that is not accompanied by required
documents or is non-responsive.
v During evaluation if the bidder has failed to reply within stipulated period
to clarifications sought by the institute.
vi The bidder has been blacklisted/ debarred from bidding by any
Central/State government/Public Sector Undertaking/Autonomous
organization under Central/State Government.
vii If the bidder attempts any form of canvassing/ influence.
viii If the bidder submits more than one EoI.

6 PRESENTATION

The applicants will be required to give a presentation before a Technical


Committee of experts to be constituted by PGIMER on the design
approach, understanding and innovations involved covering following
aspects:
- Past experience in carrying out Projects in related sectors.
- Projects carried out.
- Details of the projects carried out having modular Kitchens.
- Concept of the proposed modular kitchens and time line for completion.

7 Criteria for Eligibility

7.1 Bidders who fulfil the following requirements shall be eligible to apply for
this EOI.

Should have completed similar Consultancy assignment during the last 7


years ending previous day of last date of submission of tenders of
magnitude specified below::-
Three similar Consultancy assignments each costing not less than Rs.
3.00 lakhs.
8
OR
Two similar Consultancy assignments each costing not less than Rs. 4.50
lakhs.
OR
One similar Consultancy assignments costing not less than Rs. 6.00
lakhs.

Eligible Assignment means “Modernization of the Kitchen of


Hospitals/Institutes/Five Star Hotels.”

The value of executed works shall be brought to current costing


level by enhancing the actual value of work at simple rate of 7% per
annum, calculated from the date of completion to the last date of
submission of bid.
7.2 The bidder should not have incurred any loss in more than 2 years during
the last five years ending 31st march 2021.

7.3 The bidder should have a Solvency of not less than Rs.3.00 lakhs and
the Solvency Certificate should not be of more than six months prior to
the stipulated date of submission of bid OR The bidder should have a
Net worth Certificate of value not less than 0.75 lakh issued by certified
C.A.

7.4 Should have had average annual financial turnover of Rs. 3.75 lakhs per
annum from professional fees during the last three years ending 31st
March 2021. For the avoidance of doubt, professional fees refers to
fees received by the Applicant for providing advisory or consultancy
services to its clients. (Scanned copy of Certificate from CA to be
uploaded).

7.5 Registration Certificate of GST IN.

8 Eligibility Evaluation criteria:


8.1 The details submitted by the bidders will be evaluated in the following
manner:

8.1.1 The initial criteria prescribed in para 7 above in respect of experience of


eligible similar class of works completed, loss and financial turn over etc.
will first be scrutinized and the bidder's eligibility for the work be
determined.
8.1.2 The bidders qualifying the initial criteria as set out in para 7 above will
be evaluated for following criteria by scoring method on the basis of
details furnished by them:

9
Attributes Evaluation
(a) Financial strength (20 marks)
(i) Average annual Turnover 16 (i) 50% marks for minimum
marks eligibility criteria
(ii) Solvency Certificate/Net 4 (ii) 100% marks for twice
Worth Certificate marks the minimum eligibility
criteria or more
In between (i) & (ii) – on
pro-rata basis
(b) Experience in similar class of (i) 50% marks for minimum
works (30 marks) eligibility criteria
(ii) 100% marks for twice
the minimum Eligibility
criteria or more
In between (i) & (ii) – on
pro-rata basis
(c) Performance of works (Quali-
ty of Consultancy services)
(10 marks)

(i) Very Good& above 10


(ii) Good 7.5
(iii) Fair 5
(iv) Poor 0

(d) Establishment & Key person- 50% marks for minimum


als number of eligible
(25 marks) assignments and 100%
marks for twice the number
of minimum eligible
assignments.
Team leader (Architect) 10
Company owned or 5
associated HVAC Engineer
Company owned or 5
associated Electrical Engineer
Company owned CAD 5
Engineer

10
(e) Presentation
(15 Marks)
Very Good & Above 15
Good 10
Fair 5
Poor 0
Grand total 100

Note: Information of each attribute mentioned above for evaluation is


mandatory to be given by the Bidder.

9. CRITERIA FOR TECHNICAL EVALUATION


Evaluation of Technical Proposals
(i) Only those Applicants who meet the eligibility criteria defined in
Condition no.7 above would qualify for further evaluation.

(ii) In the Next stage, the Technical Proposal will be evaluated on the
basis of Applicant’s experience, its understanding of TOR, proposed
methodology and Work Plan, and the experience of Key Personnel.
Only those Applicants whose Technical Proposals score 70 marks or
more out of 100 shall qualify for further consideration, and shall be
ranked from highest to the lowest on the basis of their technical score.

(iii) Each Key Personnel must score a minimum of 50% marks except as
provided herein. A Proposal shall be rejected if the Team Leader
scores less than 50% marks or any two of the remaining Key
Personnel score less than 50% marks.

(iv) Of the Applicants ranked as aforesaid, not more than five shall be pre-
qualified and short- listed for financial evaluation in the second stage.
However, if the number of such pre- qualified Applicants is less than
two, the Authority may, in its sole discretion, pre-qualify the
Applicant(s) whose technical score is less than 70 points even if such
Applicant(s) do(es) not qualify in terms of Clause 9(ii); provided that
in such an event, the total number of pre-qualified and short-listed
Applicants shall not exceed two.

The Institute, however, reserves the right to restrict the list of such
shortlisted Bidders to the top five scoring bidders.
11
10. Opening of Expression of Interest & Next stage of Tendering

After evaluation of applications, bidders will be shortlisted. Thereafter,


tender document would be prepared in consultation with shortlisted
bidders and tenders would be invited from shortlisted bidders.

11. Letter of transmittal

The original Letter of transmittal as scanned & uploaded shall be deposited


physically by all the intending bidders in the office of H.E. (C-II) before opening of
EOI failing which the EOI shall be treated as invalid.

12
LETTER OF TRANSMITTAL

From:

To
The Hospital Engineer,
Civil-II, Division PGIMER,
Chandigarh-160012

Subject:- Submission of Expression of Interest for the work of


“Modernization of the kitchens of Advanced Pediatric
Centre, Advanced Cardiac Centre & Nehru Hospital,
PGIMER, Chandigarh”

Sir,
Having examined the details given in press notice and bid document for the
above work, I/we hereby submit the relevant information.

1 I/We hereby certify that all the statements made and information supplied in
the enclosed forms “A” to “D” and accompanying statement are true and
correct.

2 I/We have furnished all information’s and details necessary for eligibility and
have no further pertinent information to supply.

3 I/we submit the requisite certified solvency certificate and authorize the
Hospital Engineer, Civil-II, PGIMER, Chandigarh-160012 to approach the Bank
issuing the solvency certificate to confirm the correctness thereof. I/We also
authorized Hospital Engineer, Civil-II, PGIMER, Chandigarh-160012 to
approach individuals, employers, firms and corporation to verify our
competence and general reputation.

4 I/we submit the following certificates in support of our suitability, technical


knowledge and capability for having successfully completed the similar works:

S.No. Description
1
2
3

Certificate:
13
It is certified that the information given in the enclosed eligibility bid is correct.
It is also certified that I/We shall be liable to be debarred,
disqualified/cancellation of enlistment in case any information furnished by
me/us is found to be incorrect.
Enclosures:

Seal of bidder

Date of Signature(s) of Bidder (s)


submission:
Name-
Mobile No.-

14
FORM ‘A’

FINANCIAL INFORMATION

Name of the firm/ Bidder……………………:

4.I Financial Analysis – Details to be furnished duly supported by figures in balance


sheet/profit & loss account for the last five years duly certified by the Chartered
Accountant, as submitted by the applicant to the Income Tax Department
(Copies to be attached).

Fig in lakhs Rs.

S.No. Particulars Financial year

2016-17 2017-18 2018-19 2019-20 2020-21

1 Gross Annual
turnover on
works.
2 Profit (+)/
Loss(-) After
Tax

4.II Financial arrangements for carrying out the proposed work.

Signature(s) of Bidder (s)

Signature of Chartered Accountant with Seal.

15
FORM ‘B’
Details of the bidder
1 Name & address of the bidder

2 Telephone no./Email

3 Legal status of the bidder (attached copies of original document defining the
legal status)

3.a An Individual
3.b A proprietary firm
3.c A firm in partnership
3.d A limited company of Corporation

4 (a) Establishment Year:


(b) Manufacturing Experience:

5 Particulars of registration with various Government Bodies (attached attested


photocopy) Organization/Place of registration, Registration No. & Date
…………………………………………………………………………………………………………………
6 Names and titles of Directors & Officers with designation to be concerned with
this work.
7 Designation of individuals authorized to act for the organization.
8 Has the bidder or any constituent partner in case of partnership firm, ever
been convicted by a court of law? if so, give details.
9 Facilities in India: N/A
(a) Manufacturing & testing facilities located at __________
(b) Research & Development Centre located at __________
(c) Dedicated Training Centre located at _______________
10 Any other information considered necessary but not included above.

Signature of the Bidder

16
FORM ‘C’

DETAILS OF SIMILAR NATURE OF WORKS COMPLETED DURING THE LAST


SEVEN YEARS ENDING ON PREVIOUS DAY OF LAST DATE OF
SUBMISSION OF BID

S. Name Owner or Cost of Date of Stipulate Actual Litigation Name Whethe


of sponsoring work comme d date of date of / and r
No work/ organizatio (in n completi completi arbitratio address/
n lakhs) cement on on telephon the
n cases
project as per e number work
pending/i
and contrac of officer
n was
location t progress done
with
details* on back
to back
basis

Yes/No

1 2 3 4 5 6 7 8 9 10

* Including gross amount claimed and amount awarded by the Arbitrator.

* Performance report must be enclosed in the given format of the each


completed job mentioned above.

Signature of Bidder(s).

17
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”

1. Name of work/project & location

2. Agreement No.

3. Estimated cost

4. Tendered cost

5. Date of start

6. Date of completion

(i) Stipulated date of completion

(ii) Actual date of completion

7 (a) Whether case of levy of compensation for


delay has been decided or not Yes/No

a If decided, amount of compensation levied for delayed completion, if any

8 Performance report

8.1 Quality of work Outstanding/Very Good/Good/Poor

8.2 Financial soundness Outstanding/Very Good/Good/Poor

8.3 Technical Proficiency Outstanding/Very Good/Good/Poor

8.4 Resourcefulness Outstanding/Very Good/Good/Poor

8.5 General Behavior Outstanding/Very Good/Good/Poor

Dated: Executive Engineer or Equivalent

18
FORM-D

PROFORMA “A”
Particulars of Key Personnel

Sr. Designation of Name Education Length of Present No. of


No. key personal qualificati professional employment eligible
ons experience assign
ments
Name Employed
of since
firm
1. Team leader
(Architect)
2. Company
owned or
associated
HVAC
Engineer
3. Company
owned or
associated
Electrical
Engineer
4. Company
owned CAD
Engineer

19
PROFORMA “B”
Abstract of Eligible Assignment of Key Personnel@

Name of Key Personnel


Designation:
S. Name of Name of Estimated Name of Designation Date of
No. Project* client capital cost firm for of the key completion of
of project which the Personnel on the
(in Key the assignment
Rs.lakhs) Personnel assignment
worked
(1) (2) (3) (4) (5) (6) (7)
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
@ use separate Form for each key personnel
Note: The applicant may attach separate sheets to provide brief particulars of the other
relevant experience of the key personnel

20
PROFORMA “C”
Curriculum Vitae (CV) of Key Personnel

1. Proposed Position:
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. Educational Qualifications:
6. Employment Record:
(Starting with present position, list in reverse order every employment held.)
7. List of projects on which the Personnel has worked
Name of project Description of responsibilities

8. Details of the current assignment and the time duration for which services are
required for the current assignment.

Certification:
1 I am willing to work on the Project and I will be available for entire duration of the
Project assignment as required.
2 I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes myself, my qualifications and my experience.

Place.................. (Signature and name of the Key Personnel)

(Signature, name and designation of the authorised signatory of


the Applicant)
Note
1. Use separate form for each Key Personnel
2. Each page of the CV shall be signed in ink by both the Personnel concerned and by
the Authorised Representative of the Applicant firm along with the seal of the firm.
Photocopies will not be considered for evaluation.

Signature Not Verified


Digitally signed by RAJNISH PURI
21 Date: 2022.08.04 11:59:35 IST
Location: eProcure-EPROC

You might also like