construction of pump house, rising main, delivery krishna...
Post on 27-Jun-2020
0 Views
Preview:
TRANSCRIPT
Contractor No. of Corrections. Executive Engineer,
1
CHIEF ENGINEER (S.P.) W.R.D. PUNE
EXECUTIVE ENGINEERMHAISAL PUMP HOUSE DIVISION No.2, SANGLI.
(Govt. of Maharashtra Undertaking)
SUPERINTENDING ENGINEER KRISHNA KOYNA LIFT IRRIGATION PROJECT CIRCLE, SANGLI.
Krishna Koyna Lift Irrigation Project Mhaisal Part -
Construction of Pump House, Rising Main, Delivery
Chamber for Mhaisal Stage 6A & 6B and Approach
Road for Pump House Stage 6A
PRE-QUALIFICATION DOCUMENTS
2639.83
Contractor No. of Corrections. Executive Engineer,
2
INDEX Sr. No. Particulars Page No.
Time Schedule & Press Tender Notice 5
Detailed Tender Notice. 8
1.00 SECTION 1 : INFORMATION AND INSTRUCTIONS
TO APPLICANTS
10
1.10 General 11
1.20 Method or applying 12
1.26 Manner of submission of pre-qualification documents & it‘s
accompaniments
14
1.30 Definition 16
1.40 Final decision making authority 16
1.50 Clarification 16
1.60 Particulars provisional 17
1.70 Site visit 17
1.80 Minimum eligibility criteria for Pre-qualification 17
1.90 Evaluation criteria for Pre-qualification 19
ANNEX-A
A. Description of the project 22
B. Status of the project 22
C. Climatic conditions 22
D. Scope of the work 23
1. Details of the work 24
2. Information for obtaining documents. 25
3. Work and site conditions. 26
4. Period of completion and programme of work. 26
5. Other date for statements and proforma. 27
6. Minimum Eligibility Criteria for Pre-qualification 27
7. Composition of Evaluation committee 28
8. Evaluation Procedure and allocation of points 29
9. List of machinery 33
Contractor No. of Corrections. Executive Engineer
3
Sr.No. Particulars. Page No.
Section – II : PREQUALIFICATION INFORMATION 34
Letter of transmittal 35
2.1 Statement -1 Bid Capacity. 36
2.2 Statement -2 Bid Capacity. 38
2.3 Statement -3 39
2.4 (a) Proforma- 1 40
2.4 Proforma- 1(a) 42
2.5 Proforma- 1(b) 44
2.6 Proforma- 1(c ) 46
2.7 Proforma – 2 47
2.8 Proforma – 3 49
2.9 Proforma – 4 51
2.10 Proforma – 4(a) 52
2.11 Proforma – 4(b) 54
2.12 Proforma – 5 55
2.13 Proforma – 6 58
2.14 Proforma – 7 59
2.15 Proforma – 8 60
2.16 Proforma – 9 61
2.17 Proforma – 10 62
2.18 Proforma – 11 63
2.19 Proforma – 12 64
2.20 Proforma – 13 Check list 65
2.21 Proforma – 14 Joint Venture Format. 68
2.22 Proforma – 15 71
2.23 Agreement clause 72
Contractor No. of Corrections. Executive Engineer
4
PRESS NOTICE,
TENDER NOTICE
Contractor No. of Corrections. Executive Engineer
5
Maharashtra Krishna Valley Development Corporation
(Government of Maharashtra Undertaking)
eTender Notice No. 1 for 2014-15 Main Portal: http://maharashtra.etenders.in
WRD Portal : http://mkvdc.maharashtra.etenders.in
Online application for Bid Capacity of below mentioned work are invited by Maharashtra Krishna Valley Development Corporation from contractors registered in appropriate class with Public Works Department of Government of Maharashtra . The Pre-Qualification Documents are available on website from 0214/08/2014 to 08/09/2014
Sr.No. Name of Work Estimated Cost
(Rs. Lakhs)
Class of Contractor
Period of Completion
1. Mhaisal Part : Construction of Pump Houses, Rising Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump House Stage 6A.
2639.83 Class .I (A) 18 Months
The Contractors participating first time in e-Tendering Bids will have toprocure Digital Signature
Certificate, User name & Password from competent authorities as per guide line mentioned on
homepage of the website.
All requisite information required for the submission of Bid Capacity documents is available in the above said website
If any assistance is required regarding e-Tendering (upload / download) please contact Mr. Dipendra Kulkarni System Integrator (Mob.No. 9167969601 & 9167969604, Phone No. 020-25315555, email-support.gom@nextenders.com)
Sd/- Executive Engineer,
Mhaisal Pump House Division No.2, Warnali, Vishrambag, Sangli
Contractor No. of Corrections. Executive Engineer
6
<Ç-ÊxÉÊ´ÉnùÉ ºÉÚSÉxÉÉ Gò.1 ºÉxÉ 2014-15
¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä.
(¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉÉSÉÉ +ÆMÉÒEÞòiÉ ´ªÉ´ÉºÉɪÉ)
Main Portal: http://maharashtra.etenders.in
WRD Portal : http://mkvdc.maharashtra.etenders.in
¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä JÉɱÉÒ±É nù¶ÉÇʴɱÉ䱪ÉÉ EòɨÉɺÉÉ`öÒ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòɨÉ
ʴɦÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ `äöEäònùÉ®úÉEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ ºÉIɨÉiÉÉ ºÉÆSÉ ¨ÉÉMÉÊ´ÉiÉ
+ɽäþiÉ. ºÉnù®ú ºÉÆSÉ ´É®úÒ±É ºÉÆEäòiɺlɳýÉ´É®ú ÊnùxÉÉÆEò 14/08/2014 iÉä 08/09/2014 {ÉɺÉÚxÉ ={ɱɤvÉ
+ɽäþiÉ.
+.
Gò.
EòɨÉÉSÉä xÉÉÆ´É ÊxÉÊ´ÉnùÉ
®úCEò¨É
¯û{ɪÉä ±ÉIÉ
EÆòjÉÉ]õnùÉ®úÉÆSÉÉ
xÉÉånùhÉÒ ´ÉMÉÇ
EòÉ¨É {ÉÚhÉÇ
Eò®úhªÉÉSÉÉ
EòɱÉÉ´ÉvÉÒ
1
¨½èþºÉɳý |ÉEò±{É : ¨½èºÉɳ {ÉÆ{ÉMÉÞ½ ]õ{{ÉÉ Gò.6+,
6¤É, =v´ÉÇMÉɨÉÒ xÉʱÉEòÉ, Ê´ÉiÉ®úhÉ ½Éènù ´É {ÉÆ{ÉMÉÞ½þ
]õ{{ÉÉ Gò.6+ ºÉÉ`öÒ {ÉÉä½SÉ ®úºiªÉÉSÉä EòɨÉ
2639.83 ´ÉMÉÇ -1 (+) 18 ¨ÉʽþxÉä
VÉä `äöEäònùÉ®ú {Éʽþ±ªÉÉnùÉSÉ <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉäiÉ +ɽäþiÉ iªÉÉÆxÉÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú Ênù±É䱪ÉÉ
¨ÉÉMÉÇnù¶ÉÇEò iÉi´ÉÉxÉÖºÉÉ®ú |ÉlÉ¨É Êb÷VÉÉÒ]õ±É ˺ÉMÉÊxÉSÉ®ú ªÉÖZÉ®ú +ɪÉb÷Ò ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò¯ûxÉ PÉähÉä +ɴɶªÉEò
+ɽäþ.
<Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þɪªÉiÉÉ +ɴɶªÉEò +ºÉ±ªÉÉºÉ (b÷É>ðxÉ ±ÉÉäb÷/+{É ±ÉÉäb÷) iÉ®ú ¸ÉÒ. Ênù{Éåpù EÖò±ÉE
hÉÔ ÊºÉκ]õ¨É <Æ]õÒOÉä]õ®ú (¨ÉÉä¤ÉÉ<Ç±É xÉƤɮú 9167969601 +ÉÊhÉ 9167969604 ¢òÉäxÉ xÉÆ. 020-25315555,
email-support.gom@nextenders.com ) ªÉÉÆSªÉɶÉÒ ºÉÆ{ÉEÇò ºÉÉvÉÉ´Éä
<Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉÉ EòɨÉɺÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ ¨ÉÉʽþiÉÒ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ={ɱɤvÉ +ɽäþ.
ºÉ½þÒ/-
EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ,
¨½èþºÉɳý {ÉÆ{ÉMÉÞ½þ ʴɦÉÉMÉ Gò.2,
ºÉÉÆMɱÉÒ.
Contractor No. of Corrections. Executive Engineer
7
TIME SCHEDULE FOR TENDER NOTICE NO.1 for 2014-15 ( e-Tender No )
Sr. No
WRD Stage Contractor Stage Start Date & Time Expiry Date & Time Envelopes
Date Time Date Time
1 Release Tender
- 14/08/2014 10.00 14/08/2014 16.00
2 - Pre Qualification Document Purchase
14/08/2014 10.00 08/09/2014 12.00
3 - Pre-Qualification Document Download & Online Preparation.
14/08/2014 10.00 08/09/2014 12.00
4 Close for Bidding of Pre-Qualification
- 08/09/2014 10.00 08/09/2014 17.45
5 - Re-encryption of Pre Qualification
08/09/2014 12.00 12/09/2014 17.45
6 Pre Qualification Document Opening and short listing.
- 12/09/2014 17.46 07/10/2014 17.45
7 Main Tender Preparation
- 07/10/2014 17.45 17/10/2014 9.59
8 - Main Tender Document Purchase
17/10/2014 10.00 31/10/2014 12.00
9 - Main Tender Document & Online Bid
17/10/2014 10.00 31/10/2014 12.00
10 - Main Tender Schedule A Document & Online Bid
17/10/2014 10.00 31/10/2014 12.00
11 Close for Bidding of Main Tender
- 31/10/2014 12.01 31/10/2014 17.45
12 - Re-encryption of Main Tender
31/10/2014 17.46 03/11/2014 12.00
13 Tender Opening and Short listing (Technical)
- 03/11/2014 12.01 03/11/2014 17.45
14 Financial Bid Opening
- 03/11/2014 12.01 03/11/2014 17.45
15 Tender Award
- 03/11/2014 12.01 03/11/2014 17.45
Contractor No. of Corrections. Executive Engineer
8
MAHARASHTRA KRISHNA VALLEY DEVELOPMENT CORPORATION, PUNE
DETAILED TENDER NOTICE NO. 1 FOR 2014-15
CIRCLE :- Krishna Koyna Lift Irrigation Project Circle, Sangli
DIVISION :- Mhaisal Pump House Division No.2, Sangli.
1. Online digitally signed application for Pre-Qualification / Tender for the following
works are invited by the Executive Engineer, Mhaisal Pump House Division No.2,
Sangli, from the contractors registered with Public Works Department, Govt. of
Maharashtra in appropriate class.
Sr,
No
.
Name of work Estimated
cost put
to tender
(Rs. Lakh)
Earnest
Money
Deposit
(Rs.
Lakh)
Time limit
for
completion
Cost of
blank
tender
form (Rs.)
Class of
Registration
1 Krishna Koyna Lift Irrigation
Project Mhaisal Part -
Construction of Pump House,
Rising Main, Delivery Chamber
for Mhaisal Stage 6A & 6B and
Approach Road for Pump
House Stage 6A
2639.83 26.40 18 Months 25000/- Class I A
2. The forms of Pre-qualification documents are available on the eTendering website of Govt.
of Maharashtra http://mkvdc.maharashtra.etenders.in. The aspiring Bidders will have to
download Pre-qualification form, from the website mentioned above. While submitting the
dully filled Pre-qualification Documents the Bidder are required to Deposit Rs.5000/-
(Rs.Five Thousand only) in any form in the name of Executive Engineer, Mhaisal Pump
House Division No-2, Sangli on account No. 48712010000506 in the I.D.B.I Bank at Sangli
Branch. The Scanned copy of Proof of Deposit of such amount should be uploaded. Those
contractors whose Pre-qualification Form Fee amount is not reflected in the I.D.B.I. Bank at
Sangli Branch account No 48712010000506 will not be evaluated further. The bidder has to
fill in online format and upload information regarding Bid Capacity online. Also he has to
download the Pre-qualification application form from website, fill it and upload the scanned
copy of duly filled form, alongwith required documents. The results of Pre-qualification will
be available on website and also will be communicated to the successful bidders by email.
3. The blank tender forms will have to be downloaded by the Pre-qualified contractor only from
the website of Govt. of Maharashtra http://mkvdc.maharashtra.etenders.in ―Tender Purchase.
While submitting the dully filled Tender Documents the Bidder are required to Deposit
Tender fee amount in any form in the name of Executive Engineer, Mhaisal Pump House
Division No. 2, Sangli on account No. 48712010000506 in the I.D.B.I Bank at Sangli
Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those
contractor whose Blank Tender Document Form Fee amount is not reflected in the I.D.B.I
Bank at Sangli Branch account No 48712010000506 there envelop No.2 will not be opened.
Contractor No. of Corrections. Executive Engineer
9
4. The contractor has to prepare & submit Pre-qualification Document online on or before as
per schedule.
5. The date of Pre-Tender conference will be communicated to qualified bidders.
6 The contractor should upload the documents in readable form, He should take trial of
uploads by taking printout. The unreadable documents will be treated as null & void. The
remaining documents will be evaluated. The decision of opening Authority regarding this will
be binding to all contractors.
7 All rights are reserved to reject any or all Pre-qualification documents without assigning any
reason by the competent authority.
8 If any assistance is required regarding e-Tendering (upload/download) please contact
Helpdesk Phone No. 020- 25315555, email-support.gom@nextenders.com)
Executive Engineer
Mhaisal Pump House Dn. No.2,
Warnali, Vishrambag, Sangli
Contractor No. of Corrections. Executive Engineer
10
SECTION-I
INFORMATION AND
INSTRUCTION TO THE
ALLPICANTS
Contractor No. of Corrections. Executive Engineer
11
SECTION – 1
1.00 INFORMATION AND INSTRUCTIONS TO APPLICANTS :
1.10 GENERAL :
―Corporation‖ shall mean the ‗Maharashtra Krishna Valley Development Corporation,
Pune, acting through its Executive Director, as defined in Maharashtra Act XV of 1996.
Maharashtra Krishna Valley Development Corporation, Pune is a body corporate
constituted under the Maharashtra Act XV of 1996 and has been established by the
notification published in the Gazette Irrigation Department dated 4/4/1996. The head
quarters of the Maharashtra Krishna Valley Development Corporation (MKVDC, Pune or
MKVDC for short and hereinafter referred to only as Corporation) is Pune. The official
postal address for correspondence is –
The Office of the Executive Director,
Maharashtra Krishna Valley Development Corporation,
Sinchan Bhavan, Barne Road,
Mangalwar Peth, PUNE – 411 011.
GENERAL INFORMATION
The functions & powers of the Corporation have been listed in the Maharashtra Act XV
of 1996. In general, it has been entrusted with the work of investigation, planning,
designing of projects, maintenance of completed projects, construction of projects and
irrigation management of the Major, Medium and Minor projects (command area more
than 250 Ha) in the Krishna River Basin.
1.11 The online tenders in B-1 forms are invited by the Corporation from the registered
contractors with PWD. (GOM) for the work, details of which are given in Annex-A of this
section. Before issue of main tender documents, the online Pre-qualification application
are invited from the contractors.
1.12 The Contractor should download Prequalification Document from the website.
1.13 The online forms of master filter should be filled in completely and all questions should
be answered. All information requested for in the enclosed forms should be furnished
against the respective columns in the form. If any particular query is not relevant, it
should be stated as ―Not Applicable‖ Only ‗dash‘ reply will be treated as incomplete
information. All applicants are cautioned that incomplete information in the application or
any change(s) made in the prescribed forms will render application to be treated as non-
responsive.
1.14 The Pre-qualification documents shall be typed on applicant‘s letterhead and uploaded
the scanned copy.
Contractor No. of Corrections. Executive Engineer
12
1.15 Any overwriting or correction shall be attested. All pages of the Bid capacity document
shall be numbered and should be submitted as package with a signed letter of
transmittal.
1.16 All the information must be filled in English language only.
1.17 Information and certificate(s) furnished along with the application form (the respective
application that vouches to the suitability, technical know-how and capability of the
applicant) should be signed by the applicant.
1.18 The applicant is encouraged to attach any additional information, (Photographs of works
which were already carried out which he thinks necessary in regards to his capabilities).
No further information will be entertained after submission of pre-qualification documents
unless it is requested by the Maharashtra Krishna Valley Development Corporation,
Pune, (hereinafter referred to as MKVDC or Corporation).
1.19 The pre-qualification documents in prescribed forms as required in this booklet duly
completed and signed should be uploaded on web site along with all relevant
documents. The documents submitted in connection with the pre-qualification shall be
treated as confidential and will not be returned.
a) The cost incurred by applicant in preparing this offer, in providing clarification or
attending discussions, conference in connection with this document, shall not be
reimbursed by the MKVDC, Pune 411 011 under any circumstances.
b) In the event of any applicant wishing to withdraw from prequalification, the applicant
must write an explanatory letter to the C.E. (S.P.) Water Resources Department,
Pune to return the documents. However, the cost of Bid capacity documents already
paid shall not be refunded, in any case or on account of any reason.
1.20 METHOD OF APPLYING.
1.21 If the application is made by an individual, it shall be signed by the individual above his
full name and current address.
1.22 If the application is made by a proprietary firm, it shall be signed by the proprietor above
his full name and the full name of his firm with its current address.
1.23 If the application is made by a firm in partnership, it shall be signed by all the partners of
the firm above their full typewritten names and current addresses or by a partner holding
valid power of attorney on behalf of the firm by signing the application, in which case a
certified copy of the power of attorney shall accompany the application. A certified copy
of the partnership deed, current address of all the partners of the firm shall also
accompany the application.
Contractor No. of Corrections. Executive Engineer
13
1.24 If the application is made by a limited company or a Corporation, it shall be signed by a
duly authorized person holding the power of attorney for signing the application, in which
case a certified copy of the power of attorney shall accompany the application. Such
limited company or corporation may be required to furnish satisfactory evidence of its
existence before the pre-qualification is awarded.
1.25 If the application is made by a joint venture or consortia of two or more firms as
partners.
a) The application shall be signed so as to be legally binding on all partners.
b) A Joint venture between single contractors, Partnership Firm, Joint Stock Limited
Company, Private / Public Limited Company may be permitted subject to the following
conditions.
i) The Joint Venture should be partnership firm, duly registered with the Registrar of Firms,
Maharashtra State. In such a case a signed Memorandum of Understanding (MOU) as per
the format prescribed by the corporation between two associating firm / company /
individual already enrolled in the list of Govt. of Maharashtra (P.W.D. registered
contractors, shall be submitted with the application then the proposed joint venture shall
be considered eligible to receive tender documents. The tenderer shall be informed
accordingly, whereupon the tenderer shall be required to enter into a Joint Venture (JV)
partnership by signing an instrument as per the M.O.U. referred to above on Judicial
Stamp paper of appropriate value. The various conditions mentioned in para 1.25 (b) shall
be incorporated in M.O.U. The Joint venture deed registered by Registrar of Firms shall be
submitted by the contractor within 90 days of issue of work order. The copy of the letter
addressed to the Registrar of Firms for registration is to be given to the Engineer-in-
charge.
ii) The Joint Venture deed shall be got approved from MKVDC, before it is registered with the
Registrar of firms Maharashtra State.
iii) Specific stipulation should be made in the joint Venture deed to seek prior written approval
of MKVDC, before any changes are proposed to be made in the Joint Venture deed, once
it is registered with Registrar of Firms, Maharashtra State.
iv) The Joint Venture partnership shall not be dissolved till the completion of defect liability
period as stipulated in tender conditions and till all the liabilities thereof are liquidated.
v) The shares of assets and liabilities of lead firm shall not be less than 60% and the
percentage share of each other firm in Joint Venture partnership deed shall not be less
than 20%. All the firms should be enrolled in the list of GOM (PWD Registered Contractor).
vi) One of the partners shall be nominated, as being in-charge and this authorization shall be
evidenced by submitting a power of attorney signed by a legally authorized signatory of all
the partners.
vii) The partner in-charge shall be authorized to incur liabilities and receive instructions for and
on behalf of any and all partners of the Joint Venture and entire execution of the contract
Contractor No. of Corrections. Executive Engineer
14
including payment shall be done exclusively with the partner in charge.
viii) All partners of Joint Venture shall be liable jointly and severally for execution of the
contract in accordance with contract terms, and a relevant statement to this effect shall be
included in the authorization mentioned under (VI) above.
ix) Complete information pertaining to each partner in the respective forms duly signed by
each such partner shall be submitted with the application.
x) In case of Joint Venture of foreign and Indian partners the Indian partners should be
registered with G.O.M. (P.W.D.) as a Contractor.
xi) Separate information in respect of each firm (entered into Joint Venture) should be
submitted in Proforma 1 to 15.
( c ) In case of Joint Venture, the sponsoring firm has to submit complete information and
identify the lead firm. It would be necessary for the Joint Venture to establish to the
satisfaction of the committee that the Venture has been made practical, workable and
legally enforceable arrangements amongst the parties, that responsibilities regarding the
execution and financial arrangements have been clearly laid down and assigned that the
individual parties to whom such responsibilities etc. assigned are capable in their
individual capacity to discharge them completely and satisfactorily and also that the lead
firm has necessary skill and capacity to lead responsibility and involvement for the entire
period of execution as well as leading role in control and direction of the resources of the
entire Joint Venture.
(d) In case of any dispute or any breach of contract, the lead firm shall be held solely
responsible for any recoveries due to the Govt. Or any fulfillment of works mentioned in
the tender. A registered undertaking thereof (on stamp paper for Rs. 100/-) shall be
submitted by the lead firm along with MOU as prescribed in proforma No.10.
(e) An independently pre-qualified firm, or Joint Venture consortia may, during the tender
period, strengthen its capacity by subsequent incorporation of another pre-qualified firm or
Joint Venture to form new Joint Venture amongst them but should seek approval of the
Chief Engineer, (Specified Projects), Pune not later than 15 days prior to bid opening.
(f) Bidders may be pre-qualified independently or in a Joint Venture but they would be
allowed to submit only one bid.
1.26 MANNER OF SUBMISSION OF PRE-QUALIFICATION & ITS ACCOMPANIMENT.
Pre-qualification documents are to be uploaded in master filter proforma. Also they have to
download Prequalification form from web site, fill it completely and upload on web site by
scanning. The Contractor shall submit the documents listed as below along with pre-
qualification booklets and check list prescribed in Proforma-13, The additional information
or documents shall be submitted in separate file as mentioned in para 1.17.
i) Certificate in or certified copy thereof as a registered contractor with PWD of Government
of Maharashtra in appropriate class, even though submitted earlier while issuing pre-
qualification booklets. Certificate should be valid on the date of submission.
Contractor No. of Corrections. Executive Engineer
15
ii) An Income Tax Clearance Certificate from Income Tax Officer of the Circle (or true copy
thereof duly attested by a Gazetted Officer) valid on the date of submission.
OR
ii) The Balance Sheet of last 5 years duly certified by the Chartered Accountant.
iii) VAT Registration certificate provided as per Maharashtra Value Added Tax Act 2005
under clause 8 & 9 of rule 58 from Sales Tax Department.
iv) Deed of Partnership or Articles of Association and Memorandum of Association for Limited
Company.
v) Details of Technical Personnel with tenderer ( Please refer Proforma-3)
vi) List of machinery and plants immediately available with the tenderer for use on this work
and list of machinery proposed to be utilized on this work but not immediately available
and the manner in which it is proposed to be procured ( Please refer Annexure-4, 4(a) and
4(b) ).
The contractor shall have to attach the documentary proof in respect of machinery owned
by him as below.
i) R.T.O. Registration
ii) Certificate of Taxation
iii) Goods carriage permit in from P-GD C ( see rule 72 (i) V )
iv) Certificate of fitness in form 38 ( see rule 62 (i) 7 )
In the case of non passing of machinery by R.T.O (being new machinery) the
manufacturers sale certificate shall be produce . In case of second hand machinery the
purchase document with proof of payment and balance sheets certificate by the Chartered
Accountant shall be produced .In lieu of the certificate Chartered Accountant a certificate
from a scheduled Bank of having financed the machinery will be acceptable.
vii) Details of work of similar type and magnitude carried out by the contractor duly certified by
the head of Office under Whom the works were completed in statement No.3
viii) Details of the works completed by the contractor certificate from the head of the Office
under whom the works are completed should be enclosed. In Proforma 1(a),
ix) Details of the works tendered form in proforma - 7 and works in hand with the contractor
in proforma - 1(a) & (b) along with the value of work unfinished on the last date of
submission of the tender. the certificates from the head of the Office under Whom the
works are in progress should be enclosed in proforma –1(b) . The performance of the
contractor should be satisfactory.
ix) Power of Attorney
x) Professional tax clearance.
Contractor No. of Corrections. Executive Engineer
16
xi) The detailed year wise quantities executed and amount of work completed and ongoing
for the last five years in proforma 1(c).
xii) Employees provident fund registration and its clearance.
All documents required to be submitted with Prequalification document shall be attested
by Gazetted Officer and if required , original copies shall be made available for
verification.
xiv) The forms of pre-qualification documents are available on the eTendering website of Govt.
of Maharashtra http://mkvdc.maharashtra.etenders.in. The aspiring Bidders will have to
download Pre-qualification form from the website mentioned above. While submitting the
dully filled Pre-qualification Documents the Bidders are required to Deposit Rs.5000/-
(Rs. Five Thousand only) in any form in the name of Executive Engineer, Mhaisal
Pump House Division No-2, Sangli on account No. 48712010000506 in the I.D.B.I
Bank at Sangli Branch. The Scanned copy of Proof of Deposit of such amount should
be uploaded.
1.30 DEFINITIONS :
In this document (as herein after defined) the following word and expression will have the
meaning hereby assigned to them.
I. MKVDC :
MKVDC means Maharashtra Krishna Valley Development Corporation, Sinchan Bhavan,
Barne Road, Mangalwar Peth, Pune-411 011.
II. APPLICANT :
Applicant means individual, proprietary firm, firm in partnership, Limited Company,
Corporation or group of firms forming a Joint Venture / Consortia, applying to become
eligible to tender.
III. Web site :- web site means http://mkvdc.maharashtra.etenders.in.
1.40 FINAL DECISION MAKING AUTHORITY
The Committee headed by Chief Engineer (S.P.) , Water Resources Department, Pune-
11, reserves right to accept or reject any or all the applications for pre-qualification without
assigning any reasons thereof and his decision will be final.
1.50 CLARIFICATIONS :
The clarification (s), if any, may please be sought separately form either Executive
Engineer, Mhaisal Pump House Division No.2, Sangli, Tel. No. 0233 – 2302880 or
from the Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle,
Sangli ( Tel. : 0233 – 2302526 ) Mentioned in Annex –A para 2.1, 2.50 its binding on
applicant contractor to produce the certification / original of any document enclosed in
Pre—qualification document date & time specified By S. E./ E.E. its tells to produce the
clarification/ document as requested by S.E. / E.E. in that case his Pre-qualification
Contractor No. of Corrections. Executive Engineer
17
document will not be evaluated and will be rejected.
1.60 PARTICULARS PROVISIONAL :
The particulars of the proposed works given in Annex-A to this section is provisional and
must be considered only as advance information to assist applicants. The accuracy of the
particulars is not guaranteed in any form and this pre-qualification document or the Model.
Tender Provision shall not form part of any contract which may subsequently be entered
into tender document.
1.70 SITE VISIT :
The work site can be inspected by the applicant, if he so desires, by prior appointment with
Executive Engineer, Mhaisal Pump House Division No.2, Sangli.
1.80 MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION
The applicant must be well-established contractor with experience and capability in
construction of work similar to the work given in this documents. The applicant applying for
pre-qualification must provide evidence of having adequate experience in modern
technology in carrying out similar works having main items as mentioned in Para 6.1 (a)
Experience of the prime and sub contractors approved by the owner shall be only
considered for pre-qualification. In such a case share of the experience of the prime and
sub contractor shall be counted in the proportion as stated in the agreement of subletting
or joint venture. In absence of stipulation of sharing of experience in the agreement the
experience shall be taken in proportion of 80:20 for prime and sub contractors
respectively. In case the subletting joint venture is not approved by the owner the
experience of the work shall be considered that of prime contractor. In order to assess the
experience and capability of contractor for execution of work under consideration, a
minimum criteria has been specified. This minimum criteria is judged from the past
experience of the contractor. The applicant bidder, as a prime contractor/sub contractor
should have adequate bid capacity, executed the quantities of main items (as stated in
Annex-A) in during the period of last five years. The other requirements such as that
of turnover and that of execution of similar work is also stated in Para 6 of Annex-A.
The applicant should have minimum 50% equipment of the requirement as indicated in
Para-9 of Annex-A in his ownership & remaining equipment on hire agreement ( to be
provided by necessary documents).
Only those applicants, who satisfy the minimum criteria of eligibility, be evaluated for pre
-qualification. A evaluation committee appointed for this will approve the evaluation. The
decision of the evaluation committee will be final and binding on applicant. No
correspondence will be entertained in this regard. Only the firm /contractors who become
successfully Pre-qualified will be informed by email by the system automatically and Pre-
qualified contractors will be eligible for getting tender documents.
Contractor No. of Corrections. Executive Engineer
18
ELIGIBILITY CRITERIA :
The formula for evaluation of bid capacity is –
Bid capacity = ( A x N x 1.50 ) - B
Where,
A = Maximum value of Civil Engineering Works executed in any one year during the
period of last five years ( updated to the Price Level, of the year in which the tenders are
opened ) which will take into account the completed and ongoing works.
The maximum value of Civil Engineering works (A) executed in a year shall be minimum of
following :
1. Ascertained from the certificates from Executive Engineer in case of Government and
Semi – Government and from the head of offices in case of limited companies and
Registered Co-Op. Societies or Organizations. The information is to be submitted in pro
forma 1(a) and 1(b) as enclosed in section- II for completed & ongoing works respectively.
Information given in any other format than prescribed shall not be taken into account for
calculating value of “A”
2. Ascertained from total contract amount received in a year as stated in Sr. No. 1 (C), in
Income Tax Clearance certificate and in absence of this Contractor shall submit balance
sheets of last 5 years duly certified by the Chartered Accountant.
The submission of information in (1) and (2) above is obligatory. In case of non submission
of any one or both, it shall be concluded that contractor does not have adequate bid –
capacity and shall not be considered for pre – qualification.
B = Value of existing commitments and works (ongoing) (updated to price level of the year
in which the tenders are opened) to be completed in the period stipulated for completion of
work of the present tender. (All certificates should be countersigned by the Engineer-in-
charge not below the rank of Executive Engineer of the concerned Department).
The value of B shall be ascertained from the certificate as prescribed in proforma 1(b) and
stated in statement No.2 enclosed in Section-II.
N = Number of years prescribed for completion of the work for which the bid is invited as
stated in Annex – A Para. 4.1.
N = 1.5
Only those applicants who satisfy the minimum criteria as stated in para- 6.2 of Annex – A
will be evaluated for pre-qualification.
Contractor No. of Corrections. Executive Engineer
19
1.91 EVALUATION CRITERIA FOR PRE -QUALIFICATION :
A) Pre-qualification of prospective tenders is to be done to ensure that final
bids for the work are received from well established contractors with
experience and capability for executing this work . Any applicant, who is
able to satisfactorily establish that he/ they can undertake the work and
complete it within the stipulated time, will be able to get pre-qualified.
The Evaluation for pre-qualification of the applicants shall be approved by
a committee as mentioned in Para-7 of Annex-A
The evaluation committee shall have freedom to ask for clarifications and
further related information from the applicants, check references and
make inquiries in respect of works of prospective tender.
B) The evaluation authority will evaluate the submitted pre-qualification
information by scoring evaluation method for the work costing more than
Rs.15 crores, once the applicant gets through the Minimum Eligibility
Criteria. In order to get pre-qualified, the applicant bidder must score at
least 60% (sixty percent) points in first four categories given below and
70% (seventy percent) points in overall. The pre-qualification shall be
decided on the basis of satisfying the minimum eligibility criteria and score
evaluation method. The allotted score for the various information
submitted by the contractor is as below.
S.No Particulars Points
a) General Experience & Similar Type of Work 50
b) Financial Strength 50
c) Equipment Adequacy 50
d) Adequacy of Personnel Capability 30
e) Quality control arrangements by the applicant. 20
Total 200
C ) The evaluation will be done from the information submitted by the bidder.
The various formats for giving information are given in Section II, Bidder is
expected to go through these formats carefully and submit the information
properly.
Contractor No. of Corrections. Executive Engineer
20
D) The pre qualification information booklet should be Indexed and paged.
The evaluation for pre qualification is to be done for the eligible applicants
who satisfy minimum criteria. It will be therefore advisable that applicant
gives a short note (please refer proforma 6 of section II) explaining how
he is eligible and fulfills the criteria by giving references of the information
given in booklet.
E) The evaluation procedure and allocation of points is as stated in Para 8 of
Annex A. The evaluation will be done with greatest care by allocating
points under various heads to help to judge the overall capability and
fitness of the applicants.
F) The contractor, if the work is awarded to them, will have to provide
adequate quality control testing laboratory.
1.92 If an applicant is judged to be financially unsound, he would be disqualified.
1.93 In case the number of qualifying applications are less than three, the committee
may use its discretion to relax the appropriate criteria with a view to qualify atleast
three applicants and thus ensure adequate competition in tendering.
1.94 Necessary information will be collected from the details furnished in Proforma
and additional information may be called for at the discretion of the Committee.
1.95 In case of Joint Venture partnership or a partnership the yearly turnover to bid
capacity and quantities of main items executed of prime and sub contractors shall
be added together for determining the minimum criteria of bid capacity. No
addition is however permitted for working out the minimum cost of similar type of
work executed.
1.96 The decision of the evaluation committee will be final and binding on the
applicant. No correspondence will be entertained in this regard. Only the firm/
Contractors who become successfully pre-qualified will be informed by registered
post or by telegraphically or by telephone by Executive Engineer, Mhaisal
Pump House Division No.2 Sangli and pre-qualified contractors will be eligible
for getting tender documents.
Contractor No. of Corrections. Executive Engineer
21
1.97 NO EVALUATION WILL BE DONE -
i. If the information given in Section -II, Proforma -1 to 13 and statement
1,2 & 3 is incomplete / misleading/ false and such application shall be
considered as non responsive will not be considered for eligibility.
ii. If the record of poor performance such as abandoning work, not properly
completing contract, inordinate delays in completion and financial failure,
is noticed .
III. If the applicant does not fulfill the criteria for eligibility laid down in Para 6
of Annex-A.
iv. If the applicant fails to submit copies of documents attested by Gazetted
officer.
v. If the applicant fails to submit any of the following documents / certificates.
a. Maharashtra Sale tax registration / Value Added Tax certificate
under Works Contract tax act.
b. Professional tax certificate
c. Documentary proof of plant and equipment owned by applicant as
mentioned proforma 4 (A)
d. Copy of valid registration with P.W.D ( GOM).
vi) If not presented neatly & in readable manner.
vii) Contractor shall be required to produce all original documents of PQ
documents when asked to do so. If he fails to produce original documents
on specified date, in this case PQ documents submitted by the contractor
shall be recorded and not considered for further evaluation.
viii) If applicant does not submit information in the prescribed format.
ix) If the applicant does not submit PQ document properly as per procedure
given in para 1.20 Page No. 12 ( Method of applying)
x) If less than three bidders are eligible for further evaluation on account of non-
submission of above documents, then committee may relax or give
concessions for one or more documents with this relaxation further evaluation
will be carried out.
Contractor No. of Corrections. Executive Engineer
22
ANNEX – A
TO SECTION I - DETAILED TENDER NOTICE, INFORMATION AND
INSTRUCTIONS
A) DESCRIPTION OF THE PROJECT :
Krishna Koyna Lift Irrigation Project has got third revised administratively
approval by MKVDC under letter No.MKVDC/Third Revised/201/(488-2001)
/RAP/MP-6/720 dated 22 Jan. 2004. for Rs. 1982.81 Crores.
The project consists of two parts namely Mhaisal Part and Takari Part. In this
project work includes Mhaisal Part - Construction of Pump House, Rising
Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road
for Pump House Stage 6A It covers irrigation in Jath Taluka. After
completion of this Work 5569 Ha. Area (I.C.A.) will be under irrigation.
B) STATUS OF THE PROJECT :
The present work Mhaisal Stage 6A starts from Km No. 8 of Bilur Canal Part-
I. & Mhaisal Stage 6B starts from Km No. 28 of Devnal canal Part - I
This is major ongoing project namely Krishna Koyna Lift Irrigation Scheme
having two parts viz. Takari and Mhaisal Part. There are six stages of pump
houses under Mhaisal part, out of which the work of stages 1 to 5 are in
progress. The link canal namely Arag, Bedag, Salagare, Kavathemahankal
are completed. The branch canals namely Kalambi, Khanderajuri, Salagare
are in progress. The work of Jath Canal 0 to 81 Km are in progress. The work
of Bilur Canal Part-I & Devnal canal part-I & II are in progress.
C) CLIMATIC CONDITIONS :
The worksite is situated at an elevation ranging from R.L.650 to 735M. above
M.S.L. The average rainfall in this area is 500 mm. of erratic nature. The rainy
season normally commences in June and lasts up to October. A few periodic
pre-mansoon showers and post monsoon showers with high velocity winds
however cannot be ruled out and some of these can be quite heavy.
Atmosphere in other seasons normally remains dry. The temperature varies
from minimum 32oC in winter to maximum 42oC in summer.
Contractor No. of Corrections. Executive Engineer
23
D) SCOPE OF THE WORK :
The work involves execution of Krishna Koyna Lift Irrigation Project
Mhaisal Part
- Construction of Pump House, Rising Main, Delivery
Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump
House Stage 6A
The work under this contract includes following principle features
1) Excavation 89.70 T.cum
2) Concrete (all grade) 5.58 T.cum.
3) Steel (Structural / Reinforcement) 614.55 MT
4) M.S. Pipes a)1150 mm 1.53 T Rmt
b) 950 mm 4.60 T Rmt
5) M.S. Specials 9.16 TKG or MT
E) INFORMATION ABOUT WORK SITE:
The information on following points is given in this Annex.
1) Location of work : Ankle & Khalati Village Tal – Jath Dist - Sangli
2) Nearest Railway Station : Dhalgaon .which is 12 kms away from Ankle & 32
Km from Khalati
3) Roads : Approachable by all weather roads Miraj-Kavathemahankal-Daflapur-Jath
4) Telephone & Telegram facility : At Dafalapur which is 13 kms away from
Ankle & 7 Km from Khalati
5) Petrol & Diesel pumps : Dafalapur which is 13 kms away from Ankle & 7 Km
from Khalati
6) Land Acquisition: Under Progress.
Contractor No. of Corrections. Executive Engineer
24
1. DETAILS OF WORK:
1.1 Name of work
Krishna Koyna Lift Irrigation Project Mhaisal Part -
Construction of Pump House, Rising Main,
Delivery Chamber for Mhaisal Stage 6A & 6B and
Approach Road for Pump House Stage 6A
1.2 Estimated Cost Rs. 2639.83 lakhs
1.3 Earnest Money (EMD)
Rs. 26.40 lakh The Bidder are required to Deposit in
any form in the name of Executive Engineer, Mhaisal Pump
House Division No-2, Sangli on account No.
48712010000506 in the I.D.B.I Bank at Sangli Branch. The
Scanned copy of Proof of Deposit such amount should be
uploaded. Those contractor whose EMD amount is not
reflected in the I.D.B.I Bank at Sangli Branch account No
48712010000506 their tender document envelope No 2 will
not be opened.
OR
1) The Bidder are required to Deposit Rs. 10.00 lakh on account of EMD in any form in the name of Executive Engineer, Mhaisal Pump House Division No-2, Sangli on account No. 48712010000506 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those contractor whose EMD amount is not reflected in the I.D.B.I Bank at Sangli Branch account No 48712010000506 their tender document envelope No 2 will not be opened.
2) Rs. 16.40 lakhs in form of irrevocable Bank Guarantee of any Nationalized Bank or Scheduled Bank Branch situated in State of Maharashtra and valid for minimum 90 days The Scanned copy of Bank Guarantee should be upload with tender form.
1.3.1 Additional E.M.D. As per 9(i)b of Detailed Tender Notice
1.4 Security Deposit a) Initial 2.5 %
Rs. 132.00 Lakhs.
Rs. 66.00 Lakhs in the form of DD or
(a) Rs. 20.00 Lakhs in form of D.D. and
(b) Balance Amount of Rs. 46.00 Lakhs in form of irrevocable Bank Guarantee (BG), Any Scheduled / Nationalized Bank Branch situated in State of Maharashtra.
b) R.A. bills 2.5%
(at the rate of 5%)
Rs. 66.00 Lakhs
1.4.1 Additional Security Deposit As per 9(ii)b of Detailed Tender Notice
1.5 Date, Time and Place of Pre-bid conference
Will be Communicated separately
1.6 Class of contractor Class 1 A
1.7 Period of completion of work 18 Calendar months ( including monsoon )
Contractor No. of Corrections. Executive Engineer
25
2.0 INFORMATION FOR OBTAINING P.Q. DOCUMENTS, TENDER PAPERS AND
ITS SUBMISSION.
2.1 Name and address of the Executive
Engineer in-charge of the work issuing
tender papers / pre-qualification
documents and in whose name Earnest
Money and Security Deposit is to be
pledged.
Executive Engineer,
Mhaisal Pump House Division No.2,
Warnali, Vishrambag,
Sangli-416 415
2.2 Period of availability of application
forms for Pre-qualification document on
web site.
As per time schedule
2.3 Cost of application form of pre-
qualification document.
Rs. 5000/-
2.4 Time and Date of online submission of
pre-qualification documents.
As per time schedule
2.5 Name and address of the officer
opening pre-qualification documents.
Superintending Engineer,
Krishna Koyna Lift Irrigation Project Circle,
Warnali, Vishrambag, Sangli-416 415.
2.6 Time and Date of opening of pre-
qualification documents.
As per time schedule
2.7 Period of availability of blank tender
form on web site (only for Prequalified
Bidders)
As per time schedule
2.8 Cost of blank tender forms. Rs. 25000/-
2.9 Date, Time & Place of Pre-tender
conference
As per time schedule
2.10 Time and last date of online submission
tender document.
As per time schedule
2.11 Name and address of the officer
opening the tender documents.
Superintending Engineer,
Krishna Koyna Lift Irrigation Project
Circle,Warnali,Vishrambag,Sangli-416415
2.12 Time and date of opening of tender. As per time schedule .
2.13 The name of authority for accepting the
tender.
Chief Engineer (S.P.),
Water Resources Department,
Sinchan Bhavan, Pune-11.
Contractor No. of Corrections. Executive Engineer
26
3.0 WORK AND SITE CONDITIONS :
3.1 Location About 75 Km. from District place Sangli.
About 27 (Stage 6A) Km. from Taluka Place
Jath about 13km. from nearest village
Dafalapur
About 15 Km. (Stage 6B) from Taluka Place
Jath
About 7 Km. from nearest village Dafalapur
3.2 Nearest railway Station. Dhalgaon 12 Km from 6A & 32 Km from 6B.
3.3 Nearest Airport. Kolhapur 125 Kms. Away
3.4 Roads. Approachable by all weather roads.
Miraj-Kavathemahankal-Daflapur-Jath
3.5 Nearest Telephone and Telegraph
facility.
At Dafalapur which is 13 Kms. Away from
the Stage 6A & 7 Km away form Stage 6B
3.6 Nearest Petrol and Diesel pump. At Dafalapur which is 13 Kms. Away from
the Stage 6A & 7 Km away form Stage 6B
3.7 Position of land acquisition. Under Progress
3.8 Position of funds. As per availability with MKVDC
4.0 PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME
4.1 Period of completion : 18 Calendar months
(Including monsoon)
4.2 Construction programme of major items to be executed.
Year Excavation
(Tcum)
Concrete (all
grade)
(Tcum
M.S. Pipes
1150 mm
Dia.
M.S.
Pipes
950 mm
Dim
Steel
MT
M.S.
Special
T KG
Amt in
lakh
9 Months 45.50 2.50 0.30 0.90 285.00 2.75 828.18
9 Months 44.20 3.08 1.23 3.70 329.55 6.41 1811.65
Total 89.70 5.58 1.53 4.60 614.55 9.16 2639.83
Contractor No. of Corrections. Executive Engineer
27
5.0 OTHER DATE FOR FILLING STATEMENTS/PROFORMA-1 (a), 1(b), 1(c)
5.1 Date for calculating balance cost of the work
in hand of in proforma 1 (b)
:
31/03/2014
5.2 The period for calculation of value the work in
the hand of the bidder which he has to
complete vide proforma -1 (b)
: 24 Months
5.3 Items for which information about quantities
executed for use in proforma (1A, 1B & 1C)
: 1) Excavation
2) Concrete (all grades)
3) Steel
4) M.S. Pipe (Above 900 mm dia.)
5.4 The five year period (for use in statement No. 1 & 2)
Present Year 2014-15
Next Year 2015-16
5.5 For proof of existence of firm contractor shall submit 1st registration in present
category of class with competent authority (Like registration with PWD/ the
registration with registrar of firms/partnership deed etc.)
5.6 Contractor shall produce certificate from Chartered Accountant in support of
present Debt equity ratio, Bank Guarantee, Overdrafts along with its calculation
sheet.
6.0 MINIMUM ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION
The applicant shall meet the following minimum criteria. Only those applicants who
satisfy the minimum criteria of eligibility as stated below will be qualified, and will be
further evaluated.
6.1 EXPERIENCE OF WORK EXECUTION
a) GENERAL EXPERIENCE
The contractor should have executed prescribed minimum quantity of following
main items of work during last five years on all works taken together.
I. Excavation : 54.00 Tcum
II. Concrete (all grades) : 3.35 Tcum
III Steel : 369.00 MT
IV M.S. Pipes (Above 900 mm dia.) : 3.70 T Rmt
Year No Year
V th 2009-2010
IV th 2010-2011
III rd 2011-2012
II nd 2012-2013
I st 2013-2014
Contractor No. of Corrections. Executive Engineer
28
6.2 BID CAPACITY
a) The required bid capacity for this work is Rs. 2639.83 Lakhs.
6.3 ANNUAL TURNOVER
The applicant bidder should have attained maximum annual turnover (excluding
advance such as machinery/ mobilization advances etc.) in one year over a period
last 5 years not less than Rs. 1760 lakhs.
6.4 EXPERIENCE OF SIMILAR TYPE OF WORK
The contractor should have successfully completed at least work of Pump House,
Rising Main, Delivery Chamber, excavation, along with construction of structures
having cost not less than Rs. 1056 lakhs & having executed main items of work
such as Excavation, Pump House, Rising Main and Steel etc.
7.0 COMPOSITION OF THE EVALUATION COMMITTEE
The Evaluation Committee for pre qualification shall be as below.
1. Chief Engineer (SP),
Water Resources Dept., Pune.
Chairman.
2. Chief Engineer (WR)
Water Resources Dept., Pune.
Member.
3. Superintending Engineer,
Krishna Koyna Lift Irrigation Project Circle, Sangli
Member.
4. Superintending Engineer,
Vigillance Circle, Pune.
Member.
5. Superintending Engineer,
C.D.O. (PH) Nasik
Member.
6. Executive Engineer,
Mhaisal Pump House Division No.2, Sangli.
Member Secretary.
The committee shall have freedom to ask for clarifications and further related
information form the applicants, check references and makes Inquiries in respect of
works of prospective tenders.
8.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS
The evaluation committee will evaluate further the Pre-qualification Documents of the
tenderers who have passed the minimum eligibility criteria as per Para 6.0 of Annex-
A of the Section by allocation points for Particulars ( a to e ) tabulated in Para 1.91(B)
on Page -19 in following manner.
Contractor No. of Corrections. Executive Engineer
29
8.1(a) General Experience :- (Total 25 points)
Sr.
No.
Item of Work Unit Quantity
Maximum
points
1 Excavation Tcum 54.00 7
2. Concrete (all grades) Tcum 3.35 6
3 Steel MT 369.00 7
4 M.S. Pipes (Above 900 mm) T Rmt 3.70 5
(b) Successful experience of contractor in completion of at least one similar work
( Total 25 Points)
Sr. No. Particulars Maximum points
8.1.(b) The applicant bidder should have successfully completed similar
type of work in a single tender of Pump House, Rising Main,
Delivery Chamber and Excavation work having Cost not less
than Rs. 1056 lakhs
25
8.2 Financial Strength Total 50 Points
Sr.No. Particulars Max Point
1 Annual Turnover (Total 10 Points )
For firms having average annual turnover Equal to or greater than
amount shown at 6.3 Annex-A
10
2 Bid Capacity ( Total 10 Points ) ( Annex-A, para 6.2)
If bid capacity is equal to the required value = 5 Points
In addition 1 point for every 2 Crores above the required value
(Maximum upto 5 points)
10
3 Duration of existence of firm (Total 10 Points )
a) If more than 5 years = 10 Points
b) If more than 3 years but less than 5 years = 8 Points
c) If more than 2 years but less than 3 years = 6 Points
10
4 Debt/Equity (defined as Debt/Equity) (Total 7 Points )
a) If ratio is upto 1:1 = 7 Points
b) If ratio is more than 1:1= 5 Point
7
5 Bank Guarantee (Total 7 Points )
a) Without Bank Guarantee = 7 Points
b) With Bank Guarantee = 4 Points
7
6 Overdrafts (Total 6 Points )
a) If not enjoyed = 6 Point
b) If enjoyed = 4 Point
6
Total 50
Contractor No. of Corrections. Executive Engineer
30
8.3 Equipment Adequacy:-
Points will be awarded on the basis of machinery owned by the contractor.
Documentary proof of machinery / equipments owned by the contractor is
necessary. (minimum requirement as shown in Para 9.0 of Annex-A)
Total 50 Points
Sr.No. Equipment Type Minimum Nos.
required
Max Point
1 Excavators 2 4
2 Tipper 8 2
3 Water tanker 4 2
4 EOT Crane 1 4
5 Roller 2 2
6 Needle vibrator 6 3
7 Generator sets 2 2
8 Welding Unit 2 2
9 Pump sets 4 2
10 Concrete automatic mini batching
plan 2 8
11 Transit mixer 4 4
12 Fabrication Unit 2 2
13 Plate Bending Machine 2 1
14 Ultra sonic X ray testing Machine 1 2
15 Truck mounted crane 2 1
16 Pipe transporter 1 1
17 Sand blasting machine 1 1
18 Pipe guniting Machinery set 1 1
19 Gas Cutter 2 1
20 Quality control lab with wel equipped testing machine
2 1
21 Compressor with jack hammers 4 2
22 Concrete Mixer 2 1
23 Hydra (10 MT) 2 1
Total 50
i) Out of total minimum machinery required for this work as shown in Para-9 of
Annex-A contractor should have at least 50% of machinery of his own.
Contractor No. of Corrections. Executive Engineer
31
8.4 Adequacy of Personnel Capacity Total 30 Points
8.5 Other Evaluation factors- Total 20 points as below
8.5.1 Adequacy of personnel capacity & equipments (for Quality control &
Quality Assurance of works.)
8.5.1 (a) Man Power (Total 8 points )
Sr.No. Particulars Min. Nos. required Marks
1. Quality Control
Engineer (Graduate with 1
year or D.C.E. with 3 years
experience in testing for Q.A)
1 (Depends on work
scope)
5
2. Laboratory Assistant
(ITI Certified course and 1 year
experience)
2-4 Nos
/ Lab Depending on
quantum of work)
3
3. Laboratory Attendants
As per requirement 0
Total 8
8.4.1 a) Project Manager/Project Engineer
Project Manager With 5 years experience = 4 Points
Project Engineer B.E. Civil, With 5 years experience = 6 Points
( Atleast one is compulsory)
10
8.4.2 b) Site staff as below
Site Engineer - B.E. Civil - 4 Nos. = 5 Points
Site Engineer – D.C.E. - 4 Nos. = 5 Points
10
8.4.3 Supervisory Technical Staff – 5 Nos.
10
Total 30
Contractor No. of Corrections. Executive Engineer
32
8.5.1 (b) Equipments for Testing (Total 12 points)
Note - 1) If the required manpower and equipments are not readily available, the
contractor shall give the commitment to comply the requirement prior to start
of work. Then only the bidder should be considered as qualified for the work.
2) The bidder should submit the performance certificate of having been quality
assurance setup deployed in previous similar nature of work.
3) The graduate Engineer should have experience work of quality assurance
work for minimum one year of the diploma holder should have experience
work of quality assurance work of minimum three years .
4) The Laboratory Assistant should have passed ITI certificate course (eg. Civil
Draftsman, Surveyor, Building Supervisors or Architectural Draftsman) with
one year experience.
Sr.No. Test Required
Units
Marks
a) Embankment
1) Field Density
i) Sand replacement 2 0.5
ii) Core cutter 2 0.5
2) Moisture content test 2 1
3) Standard proctor test 2 1
4) Relative density test 2 1
b) Concrete / Masonry
1) Sieve analysis 2 1
2) Silt content of sand 2 1
3) Slump test 2 2
4) Compressive Strength 1 1
5) M.S. Pipes Testing equipment 1 3
Total 12
Contractor No. of Corrections. Executive Engineer
33
. 9. LIST OF MINIMUM MACHINERY REQUIRED FOR THIS WORK. Sr. No Equipment Type Minimum Nos. required
1 Excavators 2
2 Tipper 8
3 Water tanker 4
4 EOT Crane 1
5 Roller 2
6 Needle vibrator 6
7 Generator sets 2
8 Welding Unit 2
9 Pump sets 4
10 Concrete automatic mini batching plant 2
11 Transit mixer 4
12 Fabrication Unit 2
13 Plate Bending Machine 2
14 Ultra sonic X ray testing Machine 1
15 Truck mounted crane 2
16 Pipe transporter 1
17 Sand blasting machine 1
18 Pipe guniting Machinery set 1
19 Gas Cutter 2
20 Quality control lab with wel equipped testing machine 2
21 Compressor with jack hammers 4
22 Concrete Mixer 2
23 Hydra (10 MT) 2
Out of total minimum machinery required as above, the Applicant shall have at least 50% of the
machinery of his own.
Note –
1) Contractor shall have 50% own machinery of each category by the firm, for balance 50% machinery
contractor should submit planning of mobilization.
2) Proof of the machinery owned by the firm R.C. /T.C. Books will required to be produced. Invoice will
not be considered for ownership of the equipment by the firm.
9.1
Information regarding work in hand in proforma 1 b.
Contractor has to furnish information of all incomplete works as work in hand. (till the date of
submission of Pre-qualification)
9.2 If at any time (before issue of work order) if it is found that contractor has not included any
incomplete work / works, whether knowingly or unknowingly in proforma 1 b, the contractor will
summarily disqualified / his Pre-qualification document will not evaluated / tender will not evaluated
/ tender will be rejected.
9.3 Signing of Documents
When the documents are submitted online, it is not necessary to sign documents by individual.
However in case of true copy it should be attested by Gazetted Officer.
Contractor No. of Corrections. Executive Engineer
34
SECTION-II
PRE-QUALIFICATION
INFORMATION
Contractor No. of Corrections. Executive Engineer
35
LETTER OF TRANSMITTAL.
To,
Superintending Engineer,
Krishna Koyna Lift Irrigation Project Circle,
Warnali, Vishrambag, Sangli – 416 415.
Subject :- Submission of Pre-qualification application for the work of –
Krishna Koyna Lift Irrigation Project Mhaisal Part - Construction of
Pump House, Rising Main, Delivery Chamber for Mhaisal Stage 6A &
6B and Approach Road for Pump House Stage 6A
Sir,
Having examined the details given in information and instruction to applicants for the
work. (Enter the name of work mentioned at the para 1.1 to Annex-A)
I (We) hereby submit the pre-qualification information and relevant documents.
I (We) hereby certify the truth and correctness of all statements made and information
supplied in the enclosed statements 1,2,3 and proforma 1 to 15.
I/We have furnished all information and details necessary for the pre-qualification as
bidder(s) and that no further information remains to be supplied.
I/We authorise the project authorities to verify the correctness therefore as well as to
approach any Govt. department individuals, employees, firms and/or corporation to verify
correctness of information submitted by me/us to prove my/our competence and general
reputation.
I/We submit the following certificate(s) in support of our eligibility; technically know
how, capability and having successfully completed the works form the clients/owners of
respective works.
1.
2.
3.
4.
Enclosed. - Signature of Applicant/Contractor.
Seal of applicant.
Date of submission:
Contractor No. of Corrections. Executive Engineer
36
2.2 STATEMENT No.1
Details of information required for calculating the Bid capacity
Statement for determining value of "A" i.e. maximum value of Civil Engineering Works.
NOTE :-
1) For number of years please refer Para 5.4 of Annex. A to Section 1
2) Figures in Col 3 to 7 should be supported by certificates given by Executive Engineer, in
case of Govt. / Semi Govt.,/ Works and by project authorities in all other cases.
3) The maximum value of Civil Engineering works (A) executed in a year shall be minimum
of the following
a) Ascertained from the Certificates mentioned above.
b) Ascertained from the total contract amount received in a year as stated at Sr.No.5 (c)
in Income Tax Clearance Certificate . Contractor shall ensure that information‘s is
filled in by income Tax authorities in case this information is not filled in, the
contractor shall submit balance sheets of last five years duly certified by the
Chartered Accountant.
Sr.
No
Name of
work
Value of Civil Engineering works done during the year (Excluding advance such as
mobilisation advance and machinery advance etc.) Rs. in lakhs.
Vth year
2009-10
IV th year
2010-11
IIIrd Year
2011-12
IInd.Year
2012-13
1st.Year.
2013-14
Balance
Amount
Ref. page
No. of
Certificate
1 2 3 4 5 6 7 8
Factor for
updating
1.5 1.4 1.3 1.2 1.1
Updated
Value of
work
Contractor No. of Corrections. Executive Engineer
37
Work done as per –
Year I.T. Certificate Amount Or Balance Sheet
Amount
Ref. to page No.
Certificate
2009-10
2010-11
2011-12
2012-13
2013-14
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
38
2.3 STATEMENT NO 2
Statement for the value of "B" i.e. value of existing commitments and ongoing works to be
completed in the period stipulated for completion of the work, Certificates regarding this will
be required to be countersigned by the Engineer-in-charge.
Amount Rs. in Lakhs.
Sr.
No.
Name of
work
Month &
year of
commen
cement
of work
Amou
nt of
contr
act
Revis
ed
Tend
er
cost
Perio
d of
compl
etion
Sched
ule
date of
comple
tion
Balance
cost as
on date
given in
Annex-A
Value of works to
be completed
between period
given in Annex-A
Para 5-2
Ref. page
No. of
Certificate
1 2 3 4 5 6 7 8 9 10
Total
Note : Figures in Col. 3 to 9 should i.e. supported by the certificate issued by Executive
Engineer in case of Govt./Semi Govt. works and head of offices in case of other
organisations by project authorities in all other cases.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
39
2.3 (a) STATEMENT NO. 3
Statement showing the similar type of work carried out by the contractor in last 5
years.
Sr.
No.
Name of
similar
type of
work
Agreement
No.
Amount
of work
done
(Rs. In
lakhs )
Date of
completi
on of
work
Concerned
Ex. Engr’s
office Name &
Address & Tel
No.
Proforma
1(a) of
similar
type of
work
attached
Remark
s
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
40
2.4 (a) Proforma – 1
(Separate information for each work)
CERTIFICATE
For the work completed / under progress As on ............................
1 Name of work
2 Estimate cost
3 Agreement No.
4 Name of Contractor
5 Tendered Cost
6 Date of work order
7 Stipulated period of completion
8 Scheduled date of completion
9 Extension granted
1st
2nd
3rd
4th
10 Final date of completion
11 Revised cost of work
12 Cost of work executed
13 Balance cost of work
14 Reasons for non-completion of work
in scheduled period of completion
15 Whether any penalties / fine / stop
notice / compensation / liquidate
damage imposed
Contractor No. of Corrections. Executive Engineer
41
16 Details of work done :
Unit Excavation
T.Cum
Concrete
TCum
Steel
MT
M.S. Pipes
(above
900 mm)
T Rmt
Cost of
work Rs. In
Lakh
Tendered
Quantity
Revised
Quantity
Executed
Quantity
Year wise
Break-up
Vth
IVth
IIIrd
IInd
Ist
17. Remarks about performance of contractor about physical progress and quality of
work:
_______________________________________________________________________
_______________________________________________________________________
_______________________________________________________________________
Outward No.: Seal
Date:
(E.E. Stamp with name)
(Stamp with name)
Contractor No. of Corrections. Executive Engineer
42
2.4 PROFORMA– 1(a)
Details of the works completed
( Separate information for each works ).
1. Name of work
2. Agreement No. and year
3. Place and country
4. Total tendered cost of work (Rs. in lakhs)
5. Brief description of works including principal
feature and quantities of main items of the work
6. Annual Turnover
Items Unit Quantities executed (Certificate of concerned authorities is
essential)
6.1 Physical Vth year IVth year IIIrd year IInd year Ist
year
Items as stated in
Annex A Para 5.3
1
2
3
4
6.2 Financial Rs. in Lakhs
Financial. turnover
Defined as billing for
works.(excluding
advance payments
received duly certified
by Concerned
authorities)
Rs. in
Lakhs
7 Period of completion
a) Date of Commencement
b) Originally stipulated period of completion
c) Scheduled date of completion
d).Extended date of completion
e).Actual time taken for completion
f).Certificate of concerned authority regarding completion
of work if completed in time (Y/N)
g).Reasons for non completion of work in stipulated time
limit, if so
Contractor No. of Corrections. Executive Engineer
43
8 Where there any penalties/fines/stop
notices/compensation /liquidated damaged imposed (Yes
or No. if yes, give amount and explanation)
9 Name , Designation, and complete address with whom the
contents of the preceding Para 1 to 8 could be verified.
10 Name of applicant‘s Engineer-in-charge of the work and
educational qualification
11 Give details of your experience in monthly placement of
important items such as listed in Annex-A
12 Give details of your experience in mobilising large value
contracts with modern technology on the deployment of
latest heavy construction equipment
13 Details of quality control arrangements made by the
contractor of his own on these works
14 Whether bidder penalised under clause 2 slow progress of
work
15 Whether work abandoned by the bidder clause 3. Whether
rescind contracts as incomplete work.
16 Whether recorded bad quality of works by Quality control
authority
17 Whether valid bad, poor performance published in media.
18 Whether evidence of rude behavior of contractors with
offer bears.
-----------------------------------------------------------------------------------------------------------------------
Certified that the above information is true and correct to the best of my knowledge and belief
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
44
2.5 PROFORMA -1 (b)
Details of works in hand
( Separate information for each work .)
1. Name of work
2. Agreement No. and Year
3. Place and country
4. Tendered cost of work ( Rs. in lakhs.)
5 Name of applicant‘s Engineer-in-charge with educational qualification
6. Annual turnover
Sr.No. Item Unit Quantities executed (Certificate of Quantities
exempted concerned authorities is essential )
6.1 Physical Vth year IVth
Year
IIIrd
year
IInd
year
Ist year
Items 5 as per stated
in Annex –A Para 5.3
1 Excavation
2 Concrete
3 Steel
4 M.S.Pipes
T. cum.
T. cum.
M.T.
T.Rmt.
6.2 Financial turnover :
Rs. in
lakhs
Contractor No. of Corrections. Executive Engineer
45
Certified that the above information is true and correct to the best of my knowledge and belief
Signature of Contractor
7) i) Percentage of physical completion
ii) Cost of work completed(Rs. in lakhs)
iii) Revised tendered cost (Lakhs)
iv) Balance cost on the date stipulated
(Refer Para 5.1 in Annex –A)
v) Stipulated date of completion
vi) Anticipated date of completion
8) Whether work progress is as per tender
programme (Yes or No) If not explain the
reasons.
9) Expected year wise programme of completion
(for year ref.para5.4 of Annex A)
i) Present year
ii) Next year
10) Were there any fines, claims or stop notices
filed by the Employer (Yes or No.)
11) Details of quality control arrangements made
by the contractor of his own on these works
12) Name, Designation, Department and
complete address with whom the contents can
be verified.
Contractor No. of Corrections. Executive Engineer
46
2.6 PROFORMA -1 (C)
Details of quantities executed and amount of works (Completed and ongoing) for the
last five years
Sr
No.
Year Items as per Annex A Total
financial
turnover
amount
Rs. in
lakhs
Ref.
Page
No. Excavation
T.Cum
Concrete
TCum
Steel
MT
M.S. Pipes
(above 900
mm dia.)
T Rmt
1 2 3 4
1 Fifth Year
Completed
Ongoing
Total
2 Fourth Year
Completed
Ongoing
Total
3 Third Year
Completed
Ongoing
Total
4 Second Year
Completed
Ongoing
Total
First Year
Completed
Ongoing
Total
Any time
before 5 years
completed
Certified that the above information is true and correct to the best of my knowledge and belief
Contractor No. of Corrections. Executive Engineer
47
2.7 PROFORMA–2
FINANCIAL STATEMENT
(To be given separately for each partner in case of joint venture)
1. Capital
a) Authorised
b) Issued and paid up
2 a) Date of incorporation of the Firm
b) Duration of existence of the firm
3. Furnish Balance sheet and profit & loss
statement with Auditor‘s report for
the last five years, it should interlaid
with the following information
i. Your Working capital
ii. Your Turnover on civil Engineering works .
Year as
stated in
Annex.-A
Amount of Turnover
during the year
(Rs. in lakhs)
Multiplying
Factor
Amount of Turnover brought to current price
level (by multiplying amounts in col.2 by
factors given in Col.3 (Rs. in lakhs)
Vth Year 1.50
IVth Year 1.40
IIIrd Year 1.30
IInd Year 1.20
Ist Year 1.10
iii. Your gross income (Rs. in Lakhs)
Year Gross income (Rs. in
Lakhs)
Year Gross income (Rs. in
Lakhs)
Vth IInd
IVth Ist
IIIrd
4.Total liabilities
a. Current Ratio
1. Current assets. (Rs. in Lakhs)
2. Current liabilities ( Rs. in lakhs )
b. Total liabilities to net worth.
5. Debit equity ratio (Defined as Debt/Equity)
6. What is the maximum value of the
project that you can handle ? ( Rs. in lakhs )
Contractor No. of Corrections. Executive Engineer
48
7. Have you ever denied tendering facilities by
the Govt. Dept./public Sector undertaking ?
(Give details).
8. What are your sources in
finance? (Please give complete details.
Bank reference also)
9. Certificate of financial soundness
from Bankers of applicant.
10. Furnish the following information
for last five years (duly certified by
the respective Banks)
a. Bank guarantee over draft limit enjoyed by the
firm during each of the last five years
with Bank wise breakup (Rs.in lakhs)
b. Portion of Bank guarantee already
utilised as on date of application
(Rs. in lakhs)
11. Overdraft limits enjoyed during each
of the last five years with Bank wise
breakup ( Rs.in Lakhs)
12. Name and address of Bankers from
whom reference can be made.
13. Have you been declared bankrupt ?
(If yes, please give details)
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
49
2.8 PROFORMA – 3
RESOURCES PERSONNEL
(Please give details of Key technical and Administrative Personnel in the following
proforma.)
1. Details of the Board of Directors
a. Name of the Director (s)
b. Organisation
c. Address
d. Remarks
2. .Details of key / technical and administrative
personnel and consultants and supervisory technical
staff which the applicant will employ on the proposed work.
a. Individual Name
b. Educational Qualification
c. Details of training given for such type of work.
d. Present position of office
e. Professional experience and number of
years of experience on similar work.
f. Years with applicant.
g. Languages known
h. Distribution of above personnel on works in
hand and on this work for which applied for
Pre Qualification
3 Contractor shall submit a valid and current license
issued in his favour under the provisions of contract
Labour (Regulation & Abolition) Act 1970 and the
Maharashtra Contract Labour ( R and A ) Rules 1971.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
50
PROFORMA - 3 A
EXPERIENCE CERTIFICATE OF PROJECT MANAGER / PROJECT ENGINEER
Name of Manager :-
Qualification :-
Year of passing:-
Period of
Experience
Name of firm Postal address
of firm
Phone No. E-mail Address
Certificate :- I will produce proof of above experience at any time when asked to do so.
Signature of Manager / Project Engineer
Contractor No. of Corrections. Executive Engineer
51
2.9 PROFORMA - 4
RESOURCES : PLANT AND EQUIPMENT
Sr.
No
Item of
execution as
stated in
Annex-A
Machinery with
contractor
Machinery to
be deployed
for other works
Machinery to be used for this work
Machinery Owned Hire
Type No. Type No Type No. Type No
1
2
3
4
5
Legal Agreement for hiring machinery is essential.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Contractor No. of Corrections. Executive Engineer
52
2.10 PROFORMA - 4 (a)
Details of Plant and Equipment owned by the contractor which shall be used for
constructions of said work in the following proforma.
(Separate information for each type of equipment is required. Colour photograph of
each machine which is costing more than Rs. 10 Lakhs shall be enclosed)
1) Name of Equipment :
2) No. of Units :
3) Make and year of Manufacture :
4) Source from where procured :
5) Production Capacity :
6) Type of Prime-mover :
7) Horse Power/ K.V. of Prime-mover :
8) Normal life plant hours specified :
by the Manufacturer
9) Number of actual working hours :
put in by the machine.
10) Present location :
11) Availability of equipment for this :
work
12) If machine is costing more than :
Rs.10 lakhs attach coloured
photograph
13) The Contractor shall have to :
Contractor No. of Corrections. Executive Engineer
53
attach the documentary proof in
respect of machinery owned by
him as below.
i) R.T.O. Registration.
ii) Certificate of Taxation
iii) Goods Carriage Permit in Form
P-Gd C (See Rule 58 (i)7)
iv) Certificate of fitness in form 38
(see Rule 62 (i)7)
Note: In case of Non-RIO machinery
if the machinery is new the manufactures
sale certificate shall be produced. In case
of second hand machinery, the purchase
document with proof of payment and
balance sheet certified by the Chartered
Accountant shall be produced in lieu of
certificate of Chartered Accountant a
certificate from a Scheduled Bank of
having financed the machinery will be
acceptable.
14. Remarks :
Certified that the above information is true and correct to the best of my knowledge and belief
Signature of Contractor.
Contractor No. of Corrections. Executive Engineer
54
2.11 PROFORMA FOR - 4 (b)
Details of additional plants and Equipments which shall be procured by the applicant
for this work in the following proforma.
(Separate information for each type of equipment )
1. Name of Equipment
2. No. of units.
3. Kind of make
4. Country of origin
5. Capacity
6. Approximate cost in Rupees
7. How the equipment is proposed to be procured
and give details of source/ manufacturer.
8. Remarks.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of Contractor.
Contractor No. of Corrections. Executive Engineer
55
2.12 PROFORMA – 5
STRUCTURE AND ORGANISATION
1. Name of applicant.
2. Nationality of Applicant.
3. Office Address,
Telegraphic Address,
Telephone Number
Telex Number,
Fax Number.
4. a. Year Established(when and where)
and legal name as formed individual/
firm/Company.
b. Class of registration with Government
of Maharashtra / (P.W.D.).
5. Whether the Applicant is
a. An individual.
b. A proprietary firm.
c. A Limited company of corporation.
d. A member of a group of companies( If yes
Give name, address, connections and
Description of other companies.)
e. A subsidiary of a large organisation ( If yes,
Give name and address of the organisation).
If the company is subsidiary what involvement
If any will be the parent company have in the project.
f. Joint Venture consortia
( If yes, give name and address of each
partner)
Contractor No. of Corrections. Executive Engineer
56
6. Attach the organisation chart showing the structure
of the organisation including the positions of the
directors and key personnel.
7. What best describes you.
a. Engineers and contractors.
b. Consulting Engineers and contractors.
c. If, other, please specify.
8. Number of year of experience.
a. As a prime contractor
i. In own country (Specify)
ii. Internationally (Specify country)
b. As a joint venture
i. In own country (Specify)
ii. Internationally (Specify country)
c. As a sub contractor
i. In own country (Specify)
ii. Internationally (Specify country)
9. How many years have your organisation
been in business under your present name ?
And what were your fields when you
established your organisation ?
When did you add new fields ( If any) ?
10. Were you required to suspend construction
for a period of more than six months
continuously after you started ? If so reasons
thereof.
Contractor No. of Corrections. Executive Engineer
57
11. Have you ever failed to complete any work
awarded to you (If so, which, where and why)?
12. In how many projects have you asked arbitration
after notification (if so, when, where, and why)
and how many cases settled in your favour ?
13. In how many projects you were imposed penalties
for delay ?
14. Have any key personnel or partner of your organisation
ever been an officer or partner of some other
organisation that failed to complete the contract
( if so state name of individual /other organisation)
15. Have any key personnel or partner of your organisation
ever failed to complete the contract awarded in his name.
16. In what fields do you claim specialisation
and are interested to work ?
17. Give details of your experience in modern
concrete technology and work for
manufacturing and quality control.
18. Give details of your material testing
laboratory and mobile laboratories.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of contractor
Contractor No. of Corrections. Executive Engineer
58
2.13 PROFORMA - 6
ADDITIONAL INFORMATION
1. Please add any further information which
the applicant considers relevant in regard
to his capabilities.
2. Please give a brief note indicating how the
applicant considers himself eligible
for pre-qualification for the work.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
59
2.14 PERFORMA - 7
Details of works tendered for as on the date of submission of pre-qualification
document
Particulars (1) (2) (3) (4) (5) (6) etc.
1 Name of work
2 Estimated cost (Rs. in Lakhs)
3 Tendered cost (Rs. in lakhs)
4 Date when decision is expected
5 Stipulated date and period of
completion
6 Name, designation and address with
whom the Contents of the above
information can be
Verified.
7 Remarks.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
60
2.15 PROFORMA – 8
CERTIFICATE
(Note: All the details must be filled in Strike out the item which is not applicable to the
tenderer)
Certified that
1. I/ (We) have not been awarded any contract for the work of Dams/ Canals or any other
type of work in the Maharashtra Krishna Valley Development Corporation on (Enter date
of opening of tender)
2. I/ (We) have been awarded following contractor(s) for the work of Dams/Canals other
works on (Enter date of opening tender) in MKVDC Area.( The works awarded prior
to formation of MKVDC Are also to be included)
Sr. No Particulars 1 2 3 4 5&so on
1 Name of work
2 Estimated cost put to tender
3 Contract No. and date of work order
4 Contract Amount
5 Amount of work executed to date.
6 Period of completion
7 Scheduled date of completion
8 Name of Division
9 Name of Circle
3 I/ (We) have tendered for the following work(s) in MKVDC as on (Enter date of opening of
tender) and my offer is lowest responsive offer
Sr.
No
Particulars 1 2 3 4 5&so on
1 Name of work
2 Estimated cost put to tender
3 Tender Amount
4 Date when decision is expected
5 Scheduled date of completion
6 Name of Division
7 Name of Circle
4. Following works awarded to us are suspended by M.K.V.D.C.
1)
2)
3)
4)
Signature of contractor
Contractor No. of Corrections. Executive Engineer
61
2.16 PROFORMA - 9
JOINT VENTURE
If the applicant intends to enter into joint venture for the project, please give the
following information otherwise state ― Not Applicable ‖.
1. Name and address of Joint Venture.
2. Name and address of all Partners of
Joint venture.
3. Name of firm leading the Joint Venture.
4. Indicate the responsibility of the firm
leading the joint venture and responsibility
of other Joint Venture partners.
5. Names and address of bankers of the
Joint Venture.
6. Details regarding financial participation of
each firm in the Joint Venture. Certified copy
of the agreement of Joint Venture shall be attached.
.
Certified that the above information is true and correct to the best of my knowledge and
belief.
Signature of contractor
Contractor No. of Corrections. Executive Engineer
62
2.17 PROFORMA - 10
(To be typed on 100 Rs. Stamp Paper)
Responsibilities of lead contractor in case of joint venture
I,......................................................................partner. of...................................firm as.
lead. contractor .of .the tender contract and Shri ........................................................
other partner .................................. of the firm in the Joint Venture for the tender contract.
We have registered a partnership firm known as ................................ bearing
registration No................ for the year , dated .................................. registered in the
office of the Registrar of Partnership firm at ....................................... for the purpose of
tender.
We hereby certify that, in case of any dispute, breach of contract or liability (Physical
or financial) on the part of any partner of the Joint Venture firm, we as the lead firm of the
joint venture shall be liable and responsible to fulfill all the terms and conditions of the
tendered contract and for all the liabilities including recoveries if any or financial liabilities
arising out of the contract or physical completion of work, till the expiration of the defect
liability period under the contract.
Place :-
Date :-
Signature of stamp of lead firm
Witness :-
1)
2)
Contractor No. of Corrections. Executive Engineer
63
2.18 Proforma - 11
Undertaking of contractor regarding poor performance
To,
Superintending Engineer,
Krishna Koyna Lift Irrigation Project Circle,
Sangli.
Sir,
I........................................................................................ Contractor declare that
during last 2 years of the date of this undertaking,
1. As a contractor, I have never been penalized for any work carried out by me nor I
have been blacklisted by any Govt. Deptt. previously.
2. I have not abandoned any work for reasons attributed to me.
3. I have not delayed completion of any work for reason attributed to me.
I undertake that the above information is true to the best of my knowledge & belief. I
fully aware that my prequalification bid or tender will be treated as non responsive &
will be summarily rejected at any time if above information is found to be false &
misleading by the concerned authority.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
64
2.19 Proforma - 12
Quality Control Equipment with Contractor and Quality assurance plan of
contractor
1) Quality Control Equipment with Contractor
Sr.No. Name Make Capacity
2) Quality Assurance Plan of Contractor
a) Details of personal for looking quality of work
b) Methodology proposed for quality assurance of work
c) Method of reporting of quality assurance of work
Contractor No. of Corrections. Executive Engineer
65
2.20 Proforma – 13
Check list of documents submitted along with pre-
Qualification documents. ( to be filled by contractor )
Sr.No Name of Document Page No.of Contractor submitted
document
1 Name of Contractor
2 Valid P.W.D Registration
3 Bid capacity
4 Turn over
5 VAT Registration
6 Machinery Proof
7 P.T. Certificate & Clearance
8 Balance Sheet of last 5 Years
9 EPF Registration & Clearance
10 Letter of Transmittal
11 Statement No.1 Value - A
12 Statement No.2 Value - B
13 Statement No.3 Similar Work
14 Proforma-1 For Completed / Under
Progress work.
15 Proforma – I ( a ) For Completed work.
16 Proforma – I ( b ) Work in hand.
17 Proforma – I ( c ) For Quantities executed
& Amt.of work.
18 Proforma – 2 Financial Statement.
19 Proforma – 3 Personel.
20 Proforma – 3 ( a ) Experience certificate of
Proj .Manager
21 Proforma – 4 Plants & Equipments.
22 Proforma – 4 ( a ) Owned Plants and
Equipments.
23 Proforma – 4 ( b ) Additional Plants
Equipments.
24 Proforma – 5 Structurel organisation.
25 Proforma – 6 Additional information.
26 Proforma – 7 Details of work tendered.
27 Proforma – 8 Certificate Awarded Works in
MKVDC
28 Proforma – 9 Information of J.V.
29 Proforma – 10
Rs. 100 Stamp paper of J.V.
30 Proforma – 11 Poor performance.
31 Proforma – 12 Q.C.Equipment with
Contractor.
32 Proforma – 14 M.O.U. for J.V.
33 Proforma – 15
If Page Nos are not given or improperly given or stated documents are not available on
mentioned Page No then bid will not be evaluated or committee will not be responsible for
incorrect evaluation.
Signature of Contractor.
Contractor No. of Corrections. Executive Engineer
66
2.21 PROFORMA - 14
MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT
FOR CONSTRUCTING
....................................................................................................................................................
....................................................................................................................................................
DEED OF PARTNERSHIP (JOINT VENTURE OF
..........................................................................................................................................
This Memorandum of Understanding for Joint Venture Agreement made and entered into at
―.......................................‖ this day of ...................... year by and between
1................................................................................................................with its registered
office at ..............................Party No.1 hereinafter referred to as .....................................
AND
2................................................................................................................................. with its
....................................................................................................................................................
....................................................................................................................................................
................................................................................. Party No.2 hereinafter referred to as
―...............................‖
DEFINITIONS:
In this deed the following words and expressions shall have the meanings set out Below :-
―The Joint Venture (―JV‖ for short) shall mean .................................. and................................
Joint Venture collectively acting in collaboration for the purpose of this agreement.
―Appex Co-ordination Body (ACB‖) shall mean the body comprising Managing Directors of
the parties to Joint Venture.‖
―The owner‖ shall mean –
Chief Engineer, (S.P.), Water Resources Department, Pune-11
― The Works‖ shall mean the Construction of ........................................... .. .............................
....................................................................................................................................................
....................................................................................................................................................
―The contract‖ shall mean the Contract entered into or to be entered into between the Joint
Venture and the owner for the works.
Contractor No. of Corrections. Executive Engineer
67
JOINT VENTURE (JV)
Where as the Parties hereto declare that they agree and undertake to form a Joint Venture
for the purposes of execution of the works, as an integrated Joint Venture. The JV shall be
called as ―...............................................JOINT VENTURE‖ for short. Provided that the
Parties are not, under this agreement, entering into any permanent partnership or Joint
Venture to Tender or undertake any contract other than the subject works. Nothing herein
contained shall be considered construe the Parties or Partners to constitute either Party the
agent of the other.
WITNESSES
Whereas the Executive Engineer....................................................
................................................. Maharashtra krishna Valley Development Corporation
(MKVDC) (A Govt. of Maharashtra Undertaking) hereinafter referred as the Executive
Engineer, have agreed to award the work of Construction of
......................................................
...............................................................................hereinafter referred as ―the works, to the
Joint Venture.‖ in case the offer of J.V. is accepted. Where as ................... and
..................wish to execute the Contract if awarded as per the terms of this indenture.
Now therefore this Deed of partnership Witnesses is as follows:
1. That these recitals are and shall be deemed to have been part and parcel of the present
MOU for JV
2. That this MOU shall come into force from the date of this MOU i.e................
20........................
3. That the operation of this MOU for J.V. firm concerns and is confined to the work only,
shall be come into force from the date of this MOU i.e..........20.............
4. That the name of the Joint Venture firm shall be ............................................JOINT
VENTURE (J.V.) in short.
5. That.......................... and .................. shall jointly execute the works according to all terms
and conditions as stated in the relevant instructions contained in the Bid
documents/Contract as an integrated JV styled as ―...................................JOINT
VENTURE‖ in short
Contractor No. of Corrections. Executive Engineer
68
6. That this agreement for Joint Venture firm (hereinafter referred to as J.V.) shall regulate
the relations between the parties and shall include, without being limited to them, the
following conditions.
A) ...................................... shall be lead Company in charge of the Joint Venture for all
intents and purposes.
B) The parties hereto shall be jointly and severally liable to MKVDC for all acts, deeds
and things pertaining to the contract. The contract for the works shall be signed by
Shri
........................................................................................................................ to whom
necessary General Power of Attorney signed by all signatory/ies, suitably as
described above shall be issued by the JV and delivered to the owner.
C) That the Director of one of the parties to the J.V.M/S ............................................
................................................................. shall be lead Manager of the JV firm and
shall have the power to control and manage the affairs of the J.V. M/s
D) That on behalf of the Joint Venture Shri (..................................) shall have the
authority to incure liabilities, receive instructions and payments, sign and execute the
contract for and on behalf of the joint Venture. All payments made under the contract
shall be made into Joint Venture‘s Bank Account.
E) One or Two Bank accounts shall be opened in the name of J.V. to be operated by the
individual signatories as mutually decided by representatives of the Joint Venture
Partners.
F) That each of the parties to the JV agrees and undertake to place at the disposal of
the JV benefits of its individual experiences, technical knowledge and skill and shall
in all respects bear its share of the responsibility including the provision of
information, advice and other assistance required in connection with the works. The
share and the participation of the .......... partners in the JV shall broadly be as
follows.
Name of the Contractor Share percentage
...................................... .............................
G) And all the rights, interests, liabilities, obligations, work experienced and risks (and all
net profits or net losses) arising out of the Contract shall be shared or borne by the
Parties in proportion to these shares. Each of the parties shall furnish it‘s
proportionate share in any bonds, guarantees, securities required for the works as
well as its proportionate share in working capital and other financial requirements, all
in accordance with the decisions of the Apex Coordinating Body. ―ACB‖
Contractor No. of Corrections. Executive Engineer
69
H) Any loan/advances shall be shared by the .......................... and .................. at the
ratio of ......................... & ............................. respectively.
I) All funds, finance or working capital required for carrying out and
executing the works or contract shall be procured and utilised by the parties as
mutually agreed by then and they shall be liable and responsible for the same.
J) Site Management:
The execution of the work on the site will be managed by a Project
Manager reporting to the ACB. The Project Manager shall be authorised
to represent the JV on the site in respect of matters arising out of or under the
contract.
K) That ―......................‖ and ―......................‖ shall be jointly and severally liable towards
the owner for the execution of the contract commitment in accordance with contract
conditions.
L) The JV deed shall be registered with the Registrar of firms, Maharashtra State. Prior
written approval of MKVDC shall be obtained before any changes are proposed to be
made in this Joint Venture Agreement once it is registered with the Registrar of firms,
Maharashtra State, after the initial approval to the JV deed by the Corporation.
M) This Joint Venture Agreement shall not be dissolved till the completion of the defects
liability period as stipulated in the Tender Document conditions of the works and till
all the liabilities thereof are liquidated.
N) That question relating to validity and interpretation of this Deed shall be governed by
the Laws of India.
O) That No Party to the JV has the right to assign any benefit, obligation or liability under
the agreement to any third party without first obtaining the written consent of the
other partner and the MKVDC.
P) Bank account(s) in the name of the Joint Venture firm may be opened with any
Scheduled or Nationalised Bank and the representatives of JV partners are
authorised to operate upon such accounts individually.
Q) That both the parties to the JV shall be responsible to maintain or cause to maintain
proper books of Accounts in respect of the business of the JV firm and the same shall
be closed as at the end of the every financial year.
Contractor No. of Corrections. Executive Engineer
70
R) That the financial year of the firm shall be the year ended on the 31st day of March
every year.
S) That upon closure of the books of account, balance sheet and profit and Loss
Account as to the state of affairs of the firm as the end of the financial year and as to
the profit or loss made or incurred by the firm for the year ended on that date,
respectively shall be prepared and the same shall be subject to audit by a Chartered
Accountant.
T) The firm holding the power of attorney shall be responsible for fulfilling the condition
during the defect liability period after completion of work.
LEGAL JURISDICTION :
All matter pertaining to or emancing from this JV agreement involving the
owner shall be subject or jurisdiction High Court of Judicature at Mumbai.
NOTICES AND CORRESPONDANCE. :
U) All correspondence and notices to the J.V. shall be sent to any one of the
following address.
(1) ................... (2) ...........................
Will be intimated in due course within a week from date of ―Work Order‖
IN WITNESS WHEREOF the parties have caused their duly authorized
representatives to sign below:
Signed for the behalf of
...................................... ...................................................
Signed for the behalf of
...................................... ...................................................
WITNESS 1)
2)
Contractor No. of Corrections. Executive Engineer
71
2.22 Proforma - 15
Undertaking about inclusion of all works in hand in statement
No 1 (b) and correctness of the data.
To,
Superintending Engineer,
Krishna Koyna Lift Irrigation Project Circle,
Sangli.
Sir,
1) I undertake that the given information in prequalification documents are true and
correct.
2) I have not committed any work in hand i,e information provided in proforma (1b)
includes all the work in hand.
3) I know that if at any time, it is noticed that I have not submitted, information
regarding all the work in hand (works in hand means, the works for which final bill
is not passed and work is physically incomplete), that I will be disqualified from
tender process at any stage of the bidding by the department.
Signature of Contractor
Contractor No. of Corrections. Executive Engineer
72
AGREEMENT CLAUSE:
Quality Assurance Clause:- On award of contract, the Contractors will have to provide
adequate quality assurance setup including QA Engineer backed with suitable laboratory
assistants, labours and well equipped laboratory for taking necessary field test required as
per Indian standards and as per specifications and as per instructions of Engineer-in-
charge.
Contractor shall provide all test reports as desired from the approved laboratories and from
Quality Control laboratories as per directions Contractor shall provide periodical quality
assurance report (Weekly/fortnightly/monthly) to Engineer in Charge along with proofs in
support of quality of work executed. All material account which is brought for the work
consumed in the work and any other data necessary to assess the quality of work.
If he fails to fulfill the requirement, the required manpower for testing and field laboratory
with required equipments will be deployed by the Engineer in charge and the charges will
be recovered from the contractor
PERSONEL FOR QUALITY ASSURANCE
Sr.No. Personnel with Qualification Nos
1. Quality Assurance Engineer (Graduate with 2 Year
experience in QA testing and report generation work)
One
2. Laboratory Assistants
(ITI certified course Certificate holder with
2 year experience in testing of material)
Two to Four
(As per work)
3. Laboratory Attendants (Testing Experience 1 year) Two (One for each
LA.)
Equipment
Sr. No. Equipments Apparatus for Tests
1 Earth Work -Field testing
Equipments
Std. Proctor Test, field density (sand
replacement & core cutter), Moisture
Content, Sieves for Filter Criteria, Weigh
balance, Oven
2 Concrete Work - Silt, Gradation, Moisture Content,
Slump, Crushing Strength mould &
core, Mix Design, Weigh balance
3 Masonry Silt, Gradation, Moisture Content,
Flow, Crushing Strength mould.
Contractor No. of Corrections. Executive Engineer
73
Formats for inclusion in Pre Bid Document for selection of bidders,,
ADEQUACY OF PERSONEL & EQUIPMENTS FOR QUALITY ASSURANCE
Sr. No. Particulars Min. Nos.
required
Marks
Available
(100%)
(Deployment
Commitment) (50%)
1 Quality Control Engineer
(Graduate Engineer with
minimum 2 year Experience
OR D.C.E. with 5 year
experience in testing) for
Q-A.)
1 40
100%
20
50%
2 Laboratory Assistant (ITI
certified course and 1
years experience)
2 - 4 Nos. / Lab.
(Depending on
quantum of work)
10
100%
5
50%
3 Laboratory Attendants As per
requirement
—
Sr.
No.
Test
Required units
Marks
Available
(100%)
Commitment
(50%)
(a) Embankment
50
100 %
25
50%
1) Standard proctor 2
2) Apparatus for Moisture
content
2
3) Apparatus for Field
Density
i) Sand replacement 2
ii) Core cutter 2
4) Apparatus for 2
(b) Concrete/Masonry
Apparatus for
I) Sieve Analysis /
Gradation
2
2) Silt Content of sand 2
3) Slump Test, Flow Test 2
4) Compressive Test 1
1) M.S. Pi[pe
testing
equipment
1
Contractor No. of Corrections. Executive Engineer
74
Note:
If the required manpower and equipments are not readily available, the contractor shall give the
commitment to comply the requirement prior to start of work. Then only the bidder should be
considered as qualified for the work.
The bidder should submit the performance certificate of having been quality assurance setup deployed
in previous similar nature of work.
. 3) The graduate engineer should have experience of quality assurance testing for minimum three year or
the diploma holder should have experience work of quality assurance work for minimum five year.
The laboratory Assistant should have passed ITI certificate course (e.g. Civil
Draftsman, Surveyor, Building Supervisor or Architectural Draftsman) with one year
experience.
top related