NIT No: TCIL/Consultant (C-BD) /Noida-DC/Arch./2024-25/03 Date of Issue: 24.01.2025
NIT No: TCIL/Consultant (C-BD) /Noida-DC/Arch./2024-25/03 Date of Issue: 24.01.2025
2025
1234
-- Notice Inviting Tender
for
Providing Comprehensive Architectural &
Engineering Consultancy for Construction of Data
Centre and Office Building including External
Development works at Sector 164, Noida
Issued By:
Consultant (Civil-BD)
Telecommunications Consultants India Ltd.
505, 5th Floor, TCIL Bhawan, Greater Kailash-1, New Delhi-110048
Email Id:- [Link]@[Link]
Tel: +91 (11) 26202505
Page 1 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
SECTION-1
Online E-Tenders under Single-stage two-bid system are invited from experienced and eligible
Consultants for ‘‘Providing Comprehensive Architectural & Engineering Consultancy for Construction of
Data Centre and Office Building including External Development works at Sector 164, Noida”.
Submission of Online Bids is mandatory for this NIT. Prospective bidders need to submit their bids with the
most competitive Techno-commercial offer for the aforesaid work. NIT document is available on TCIL
website ([Link] & GePNIC portal ([Link] The important
dates are as given below:
Page 2 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
1.1.10 Last Date & Time : 29.01.2025 up to 1800 hrs. (No query after this date &
of raising/ Seeking Time shall be entertained)
information in writing, The mail seeking information/queries can be sent in writing
if any to the following email id’s
[Link]@[Link] ; [Link]@[Link]
1.1.11 Date of Pre-bid : 30.01.2025 at 1200 hrs. at 505, 5th Floor, TCIL Bhawan,
Meeting Greater Kailash-1, New Delhi-110048
1.1.12 Last Date, Time of :
Procurement of 14.02.2025 up to 1200 hrs.
Tender Document
1.1.13 Last Date & Time for
submission of bid : 14.02.2025 up to 1300 hrs.
1.1.14 Online Opening of :
Technical bid. 17.02.2025 at 1100 hrs.
1.1.15 Online Opening of : To be notified later
Financial bid.
1.1.16 Defect Liability : 12 Months from the date of handing over the project to TCIL
Period or obtaining all statutory approvals whichever
is later.
Contact Information:
Tenders received without the requisite Tender Fee and EMD/ inadequate EMD shall be
summarily rejected.
Bids shall be submitted on GePNIC Portal ([Link] Bidders are advised to visit
GePNIC portal ([Link] and/or TCIL website regularly for updates/amendments, if
any. Bidders can contact NIC for Telephonic Help Support on Toll Free Help Desk Number- 1800 3070 2232
for requisite queries regarding registration, training, demonstration, minimum system requirements etc. of
Government e-Procurement System of NIC (GePNIC).
Bidders are advised to visit the TCIL website and CPP Portal regularly for updates/ amendments, if any.
1.1.17 SITE VISIT
(i) The bidder is expected to visit and examine the site of works and its surroundings, go through the
plans/ drawings/ details connected to the work, if/as available and obtain all information that may
be necessary for preparing the bid and entering into a contract for execution of the works. The
costs of visiting the site shall be at the bidder's own expense, risk and cost.
Page 3 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
(ii) It shall be deemed that the bidder has visited the site/area and got fully acquainted with the working
conditions and other prevalent conditions and fluctuations thereto whether he actually visits the
site/area or not and has taken all the factors into account while quoting his rates.
(iii) It shall be deemed that the bidder has got himself acquainted with the geological details as
available for the proposed work site
a) (i) In procurement of all goods, services or works in respect of which the nodal ministry/department
has communicated that there is a sufficient local capacity and local competition, only Class-I local
supplier as defined under the order shall be eligible to bid respective purchase value.
(ii) Only Class-I and Class-II local supplier, as defined under the order shall be eligible to bid in
procurement undertaken by procuring entity, except when global tender enquiry has been issued.
b) The bidder should be an Indian Registered Company under Companies Act 1956 or 2013/
Proprietorship/ Partnership Firm including LLP/ Government Societies. Copy of Certificate of
Incorporation/ Registration/ Partnership Deed or any other relevant document, as applicable, should
be submitted along with a copy of address proof.
i. Average Annual Financial Turnover during the last 3 financial years, ending 31st March of
the previous financial year should be at least Rs 1.80 Crores (excluding GST) (Rs 1.50 Crores
(excluding GST) for MSEs & Startups) i.e. FY 2021-22, 2022-23 & 2023-24.
ii. Net worth should be positive as on 31st March of last Financial Year i.e. 2023-24.
iii. The bidder should have Profit Before Tax (PBT) in two out of the last three financial years i.e.
FY 2021-22, 2022-23 & 2023-24.
Three similar works each costing not less than Rs. 120 Crores (Rs 105 Crores for MSEs & Startups).
Or
Two similar works each costing not less than Rs. 150 Crores (Rs 135 Crores for MSEs & Startups).
Or
One similar work not costing less than Rs. 210 Crores (Rs 195 Crores for MSEs & Startups).
OR
Experience of designing of at least 1 Data Center of 200 kw by any of on-roll employee having not
less than 7 years’ experience as Consultant. Proof of designing of data center by the associate is
required to be submitted along with proof of employment with the current and past agency for
which the data center was designed.
Page 4 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
OR
The bidder will submit a binding agreement with any Consultant/Company expert in designing of
Data Center.
Bidder to submit any of the following proof towards experience for construction of 4
star/Gold rated building:
or
2. 4 star/Gold certificate issued for the completed project by the certifying agency.
NOTE:
• Bidder to submit copies of Completion certificates along with LOA/ Agreement from client
clearly mentioning the nature of work, value of work, date of start, time period & actual date of
completion. The certificates shall be considered only if it is issued / counter signed by an officer
not below the rank of EXECUTIVE ENGINEER OR equivalent.
• In case the work experience is of Private Sector, the completion certificate shall be supported
with copies of the Letter of Award/ Contract Agreement and corresponding TDS certificates.
Value of work will be considered commensurate with the value of TDS Certificate. The TDS
certificate to be duly certified by the Statutory Auditor. If the requisite TDS certificate is not
provided by the bidder, the related work experience will not be considered for any further
evaluation.
• Certificates in the name of other companies:
- Certificates of Subsidiary/Parent/Group Company/Own works: Any company/firm
while submitting tender can use the work experience of its subsidiary company to the
extent of its ownership in the subsidiary company or vice-versa. Further the financial
parameter of the subsidiary or Parental Company cannot be used by the other one for
qualification.
- Merger/acquisition of Companies: In case of a Company/firm, formed after merger
and/or acquisition of other companies/firms, past work experience and Financial
parameters like turnover, profitability, net worth etc. of the merged/acquired
companies/firms will be considered for qualification of such Company/firm provided
such company/firm continues to own the requisite assets and resources of the
merged/acquired companies/firms.
• Foreign Certificate
- In case the work experience is for the work executed outside India, the bidders have to
submit the completion/ experience certificate issued by the owner duly signed &
stamped, and affidavit to the correctness of the completion/ experience certificates.
The Consultant shall also get the completion/ experience certificates attested by the
Indian Embassy/ Consulate/ High Commission in the respective country.
- In the event of submission of completion /experience certificate/ other documents by
the Bidder in a language other than English, the English translation of the same shall
be duly authenticated by Chamber of Commerce of the respective country and attested
by the Indian Embassy/ consulate/ High Commission in the respective country.
• Note:
Page 5 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
- Provided further that bidders from member countries to the HAGUE convention, 1961
are permitted to submit requisite documents with “Apostille stamp” affixed by
Competent Authorities designated by the government of respective country which
would be acceptable in lieu of attestation from the Indian Embassy/ Consulate/ High
Commission in their respective countries.
- For the purpose of evaluation of Bidders, the conversion rate of such a currency into
INR shall be the daily representative exchange rate published by the IMF as on 7
(Seven) days prior to the Last Date of Submission of tender including extension(s)
given if any.
g) Essential Manpower: Bidder should have the following minimum employee on regular roll as
per details below:
NOTE: Salary slip along with Form 16 to be submitted for establishing that the manpower is on regular
roll.
h) The bidder should have a valid PAN and GST Registration. Copy of PAN card and GST
Registration certificate should be submitted in the bid. In case GST registration is not available, the
bidder shall give undertaking that it will get registered before start of work if work is awarded to
them.
GST registration certificate of the state in which the work is to be taken up, if already obtained by
the bidder.
If the bidder has not obtained GST registration in the state in which the work is to be taken up, or
as required by GST authorities then in such a case the bidder shall scan and upload following
undertaking along with other documents.
“If work is awarded to me, I/ We shall obtain GST registration certificate of the state in which work
is to be taken up within one month from the date of receipt of award letter or before release of any
payment by the Employer, whichever is earlier, failing which, I/We shall be responsible for any
delay in payments which will be due towards me/ us on a/c of the work executed and/ or for any
action taken by the Employer or GST Department in this regard”.
j) The bidder should not be insolvent, in receivership, bankrupt or being wound up, not have had their
business activities suspended and not be the subject of legal proceedings for any of the foregoing.
An undertaking by the bidder should be submitted on the Company’s letter head.
“In reference to the Government of India, Ministry of Finance, Department of Expenditure, Office
Memorandum No. [Link]. 6/18/2019-PPD, Dated 23-07-2020. I hereby submit that:
“We have read the Clause regarding restrictions on procurement from a bidder of a country which
shares a land border with India; We certify that we are not from such a country or their beneficial
Page 6 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
owner is not from such a country or we will not sub-contract any work to a consultant from such
countries, if from such a country, have been registered with the Competent Authority.
We hereby certify that we fulfill all requirements in this regard and are eligible to be considered.
[Where applicable, evidence of valid registration by the Competent Authority shall be attached.]”.
m) The bidder needs to submit un-priced BOQ along with their technical bid.
n) The bidder needs to submit an Undertaking stating that: Vendors, whose Purchase Order(s) for any
Project of TCIL was/were cancelled on risk & cost basis for non-performance or non-submission
of performance guarantee in last 2 years, are not eligible to participate in this tender.
The Bidder should comply with all applicable Indian Labour laws, Payment of Minimum Wages
Act, Workman’s Compensation Act, EPF/ESI provisions and any such statutory provisions. In
case the bidder is found to be not complying to any of the relevant statutory requirement, action
as deemed fit may be initiated by TCIL at its sole discretion.
It is a mandatory requirement that the bidder shall provide formally certified skilled workforce or
commitment to the effect that they would ensure that all their workers would be skilled through
Recognition of Prior Leaning (RPL) within two months from the date of commencement of work
under the project, at the cost of the bidder. This is in compliance to Ministry of Skill Development
and Entrepreneurship (MSDE) D.O dated 12.09.2022.
p) The bidder should have a local office where work is to be executed. Else, he should give an
undertaking that he will open a local office after award of work.
• The Bidder should comply with all applicable Indian Labour laws, Payment of Minimum
Wages Act, Workman’s Compensation Act, EPF/ESI provisions and any such statutory
provisions. In case the bidder is found to be not complying to any of the relevant statutory
requirement, action as deemed fit may be initiated by TCIL at its sole discretion.
• It is a mandatory requirement that the bidder shall provide formally certified skilled
workforce or commitment to the effect that they would ensure that all their workers would
be skilled through Recognition of Prior Leaning (RPL) within two months from the date of
commencement of work under the project, at the cost of the bidder. This is in compliance
to Ministry of Skill Development and Entrepreneurship (MSDE) D.O dated 12.09.2022.
• The consultant shall obtain a valid license under the Contract Labour (R&A) Act, 1970,
and the Contract Labour (Regulation and Abolition) Central Rules, 1971, before the
commencement of the work, and continue to have a valid license until the completion of
the work.
• The consultant shall also comply with provisions of the Inter-State Migrant Workmen
(Regulation of Employment and Conditions of Service) Act, 1979.
• The consultant shall also abide by the provisions of the Child Labour (Prohibition and
Regulation) Act, 1986.
• The consultant shall also comply with the provisions of the building and other Construction
Workers (Regulation of Employment & Conditions of Service) Act, 1996 and the building
another Construction Workers Welfare Cess Act, 1996.
• Any failure to fulfill these requirements shall attract the penal provisions of this contract
arising out of the resultant non-execution of the work.
1.3 The bidder should give an undertaking on the company’s letter head that all the
documents/certificates/information submitted by them against this NIT are genuine.
1.4 A statement showing Clause-by-Clause compliance to all Terms & Conditions of all the Sections of this
NIT as well as client’s MoA (which forms part of this NIT), duly Signed and stamped on the Letter Head
of their Organization. The bidder shall submit No-Deviation Certificate along with above.
Bidder shall submit technical data sheet by highlighting each complied specification. Wherever technical
specifications and operational/functional requirements are not mentioned in the datasheet, OEM
compliance shall be submitted.
1.5 DELETED
EMD amount can be submitted in the form of Demand Draft (DD) drawn in favour of
“Telecommunications Consultants India Limited” payable at New Delhi along with the bid, or in the
form of a Bank Guarantee (BG)/e-BG in the prescribed format (Section-17) from a SFMS enabled
Scheduled Commercial Bank through SFMS Platform or as an Insurance Surety Bond as per format
given in Section 18 or Fixed Deposit Receipt (FDR) or Bankers Cheque. The validity period of BG
(EMD) should be 120 days.
EMD can also be paid through the following prescribed electronic modes of payment (UTR No. is to be
provided by bidder in the technical online bid):
Note: Bids received without Bid Security (EMD) may be summarily rejected.
Page 8 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
Tender Fees shall be NIL. Tender Fee can be paid through the following prescribed electronic mode of
payment (UTR No. is to be provided by bidder in the technical online bid):
a) Micro & Small Enterprises (MSEs) (For goods and services tenders) and Start-up Enterprises are
exempted from the payment of EMD & Tender Fees
b) To avail benefits prescribed in the tender for Start-up Enterprises, the bidder shall submit their
registration certificate issued by DIPP/DPIIT. Non-submission of requisite proof shall be treated as
non-Start-up Enterprise bid.
c) To avail benefits prescribed in the tender for Micro & Small Enterprises (MSEs), the bidder shall
submit Udyam Certificate for item/services (mentioned in this tender) along with a certificate from
their Statutory Auditors certifying the amount of investment in plant and machinery by Micro and
Small Enterprise in accordance with provisions of MSMED Act 2006 to be read with notifications No
SO 2119(E) dated 26.06.2020. Non-submission of requisite proof and certificate from statutory
auditors shall be treated as non-MSE bid.
d) Traders/ resellers / distributors/authorized agents will not be considered for availing benefits under
MSME Act 2006 and PPP Policy 2012 as per MSE guidelines issued by MoMSME.
e) MSEs who are manufacturer of Goods /Items and provider of Services, need to ensure that ALL
delivered Goods/items and Services of the tender are listed in their MSME/NSIC certificate. Partial
listing of Goods/Services in their certificate shall render MSEs ineligible for benefits.
f) The bids submitted without bid security/tender fees or inadequate bid security/tender fees will be
rejected. No interest shall be payable on bid security amount.
g) If bid security/tender fees is submitted as BG/DD, it should reach o/o Tender Accepting Authority,
TCIL Bhawan, 4th Floor, Greater Kailash-I, New Delhi-110 048 within the last date & time stipulated
for bid submission in the tender.
h) The EMD/Bid Security of unsuccessful bidder shall be returned as promptly as possible but not later
than 30 days after expiry of the bid validity period.
(i) If the Bidder withdraws his bid during the period of bid validity specified by the Bidder on the
Bid form or
(iii) The successful bidder fails to submit performance security within the prescribed time. or
(iv) The proceeds of EMD shall be payable to TCIL in case of breach of any of the terms and
conditions of the contract/PO/tender by the vendor.
1.8 EVALUATION
Page 9 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
a) Stage 1: To qualify for Stage I, the bidder must meet the minimum eligibility criteria as prescribed
at Clause 1.2 above ‘Eligibility Criteria’.
The bids of eligible bidders shall be evaluated as per following marking system (Total Max marks=
100).
Only the bidders securing 70% and above marks in Stage-1 will qualify for Stage 2 evaluation.
Only the bidders securing 70% and above marks in Stage-1 will qualify for Stage 2 evaluation.
Design Concept presentation by the bidders before the committee constituted for the purpose by
TCIL.
The bidder shall bring Soft & hard copy of their Design concept and related details at the time
of presentation. The concept design shall incorporate all the parameters as mentioned below
under Evaluation Criteria. The time and venue for presentation will be intimated separately.
The committee shall evaluate the presentation on design concept and would assign the marks
independently and then the assigned marks would be averaged out.
The bidder shall have no right to challenge the marks assigned. No correspondence would be
entertained challenging or contesting the marking by the individual member of the committee.
The committee shall evaluate the design concept of consultants by applying the evaluation criteria, sub-
criteria, and point system as stipulated in the above table.
The final selection shall be based on QCBS i.e. Quality and Cost based Selection process. The
Financial Bid of only those bidders/ tenderers who qualify in Stage-1 of Technical bid evaluation,
shall be opened at a later date and time duly notified to them in writing separately.
The % weightage to be given to Technical and Financial proposals shall be 70:30. The Bidder with
the highest weighted combined score (quality and cost) shall be selected
The lowest Financial bid (FL) will be given a financial score (Sf) of 100 points. The financial scores
(Sf) of the other Financial Bids will be determined using the following formula:
Sf = 100 X FL/F
In which Sf is the financial score, FL is the lowest Financial bid, and F is the Financial bid under
consideration.
Bids will finally be ranked in accordance with their combined technical (St) and financial (Sf) scores:
S = St X Tw + Sf X Fw;
Where S is the combined score, and Tw and Fw are weights assigned to Technical Bid and Financial
Bid that will be 0.70;0.30 respectively.
The bidder achieving the highest combined technical score will be considered to be successful
applicant and work shall be awarded to the bidder.
Bid shall remain valid for 120 days, after the date of bid opening. The bid valid for a shorter period shall
be rejected as non-responsive.
Page 11 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
In exceptional circumstances, TCIL may request the bidder for an extension to the period of bid validity
if same is extended by end client and accordingly, the bid security shall also be suitably extended by the
bidder.
1.10 IP PROGRAMME
As a part of implementation of Integrity Pact Programme (IPP) in TCIL, all tenders with the estimate
value equal to or exceeding the threshold value will be covered under the Integrity Pact Programme
(IPP) and the vendors are required to sign the IP document and submit the same to TCIL before or along
with the bids. Latest IP document is available at TCIL website ([Link]) Link-
[Link] Even in case of tenders with the estimated value less than the
threshold value, the vendors would be required to sign the IP document if the total value of the Purchase
Orders (POs) exceeds the threshold value in respect of:
Only those vendors who have signed the IP document can send their grievances, if any, to the
Independent External Monitors (IEMs) through the nodal officer, i.e., Chief Vigilance Officer (CVO).
TCIL in the prescribed proforma.
1) Shri Anil Kumar Shrivastava, Independent External Monitor Email ID: anilifs86@[Link]
2) Shri Harishwar Dayal, Independent External Monitor E mail ID: dayalagra@[Link]
NAME and CONTACT DETAILS OF NODAL OFFICER (IP) IN TCIL:
In respect of tenders for Pre-bid tie up/Expression of Interest (EOI) : In case of TCIL getting the Order
from the client, before placement of Purchase Order/Work Order on technically & commercially
qualified vendor, the selected vendor is required to sign the IP document.
IP document shall be in plain white sheet and to be signed by the vendor and TCIL with two witnesses
from each party. The name, designation, company etc. of the persons signing the IP document and the
project/tender name shall be clearly mentioned. All pages of the IP document shall be initialed by both
parties along with company seal.
Tender received without signed & stamped copy of the Integrity Pact document will be liable to be
rejected, and the bidder himself will be responsible for that.
a) This EOI is covered under the Integrity Pact Programme of TCIL and bidders are required to sign the
Integrity Pact Document and submit same to TCIL before or along with the bids.
b) The integrity Pact Agreement duly signed and stamped by Authorized Signatory & Witnesses has to
be submitted in physical form at the time of bid submission. In case of consortium bid, the lead partner
shall sign as authorized signatory and the consortium partner as witness.
c) EOI received without a signed copy of the Integrity Pact document will be liable to be rejected.
d) In case of Joint Venture, all partners of the joint venture should sign the Integrity Pact. In case of sub-
contracting, the Principal consultant shall take the responsibility of the adoption of IP by the
sub- consultant. It is to be ensured that all sub- consultants also sign the IP.
Page 12 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
e) Mediation Clause
In the event of any dispute between management and the consultant relating to those contracts where
integrity pact is applicable, in case, both the parties are agreeable, the dispute may be settled through
mediation before the panel of IEMs in a time bound manner. If required, the organizations may adopt
any mediation rules for this purpose.
In case the dispute remains unresolved even after mediation by panel of IEMs, the organization may
take further action as per terms and conditions of the contract.
1.12 DELETED
The bidders need to submit board resolution along with authorization Letter in Online mode
authorizing the signatory to act on behalf of the bidder. The Authorized person should be either
authorized by Board or a employee authorized by one of the following person who has the Board
Resolution to delegate authorization to other:
1. Managing director
2. The Chief Executive Officer
3. The Manager
4. The Company Secretary
5. The Whole-time director
6. The Chief Financial Officer
The bidder should ensure that the Digital Signature used for uploading the tender document in e-tender
portal should be of the authorized signatory.
Bidders should note that TCIL may verify authenticity of all the documents/certificate/information
submitted by them against the EOI. In case at any stage of this process, if it is established that bidder
has submitted forged documents/certificates/information towards fulfillment of any of the EOI/contract
conditions, TCIL shall immediately reject the bid of such bidder(s) or cancel/terminate the contract and
forfeit bid security / Performance Security submitted by the bidder and debar them from participation in
future tenders of TCIL for a period upto 2 years.
The queries may be asked from bidders for submitting shortfall to be submitted within specified date
and time. Also, every document submitted against following queries should be signed by the person
authorized as per Authorization letter / Board Resolution submitted by bidder against tender, without
which the documents will not be accepted as valid.
Page 13 of 14
NIT NO: TCIL/Consultant(C-BD)/Noida-DC/Arch./2024-25/03 Date: 24.01.2025
All MSE bidders may be registered on TReDS platform ([Link] and MSME-
SAMADHAAN portal. Participating MSE bidders shall submit an undertaking regarding the same.
1.18 The bidder must ensure that their bid is complete in all respects and conforms to NIT terms and
conditions, NIT specifications etc. including client specifications, failing which the bids are liable to be
rejected without seeking any clarifications on any exception/deviation taken by the bidder in their bid.
1.19 TCIL reserves the right to accept or reject any or all the NITs without assigning any reason.
1.20 DELETED
1.21 Escalation: No escalation shall be applicable on this contract. No claim on account of any escalation on
whatsoever ground shall be entertained at any stage of works. Price quoted by consultant shall be firm
and fixed for entire contract period as well as extended period for completion of the works. No escalation
shall be payable on this contract.
1.22 The bidder should have Local Office where work is to be executed. Else, he should give an undertaking
that he will open Local office after Award of Work
END OF SECTION-1
Page 14 of 14