bid capacity document · 2.17 certificate 53 2.18 10proforma 54 2.19 11proforma 55-59 2.20...

63
1 FOR AUTHORISED USE ONLY GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION AURANGABAD (A GOVERNMENT OF MAHARASHTRA UNDERTAKING) CHIEF ENGINEER (W.R.) WATER RESOURCES DEPARTMENT AURANGABAD SUPERINTENDING ENGINEER, BEED IRRIGATION PROJECT CIRCLE, PARLI V. BID CAPACITY DOCUMENT Name of work : Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala. EXECUTIEVE ENGINEER BEED IRRIGATION DIVISION, BEED

Upload: others

Post on 27-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

1

FOR AUTHORISED USE ONLY

GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION AURANGABAD

(A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

CHIEF ENGINEER (W.R.) WATER RESOURCES DEPARTMENT AURANGABAD

SUPERINTENDING ENGINEER, BEED IRRIGATION PROJECT CIRCLE, PARLI V.

BID CAPACITY DOCUMENT

Name of work : Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala.

EXECUTIEVE ENGINEER

BEED IRRIGATION DIVISION, BEED

Page 2: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

2

TENDER DOCUMENT FOR

Name of Work : Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala.

Issued To M/s. Shri/ -------------------------------------------------------------------- --------------------------------------------------------------------

Registered in Class -------------------------------------------------------------------- Vide D.R. No. -------------------------------------------------------------------- On Dated --------------------------------------------------------------------

Divisional Accountant Beed Irrigation Division Beed.

Page 3: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

3

BID CAPACITY DOCUMENTS

NAME OF WORK: - Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala.

INDEX

.Sr.No. Particulars Page No.

Press Notice 5

Tender Notice 6-12

1.0 SECTION I 13

Information and instructions to applicants 14

1.1.0 General 14

1.2.0 Method of applying 16-17

1.3.0 Definitions 17

1.4.0 Final decision making authority 17

1.5.0 Clarification 17

1.6.0 Particulars provisional 18

1.7.0 Site visit 18

1.8.0 Eligibility & minimum criteria for Bid Capacity 18

1.9.0 Evaluation criteria for Bid Capacity 18 Annexure-A

A. Description of the Project 20 B. Status of the Project 20

C. Climatic Conditions 20

D. Scope of work 20

E. 1. Details of the work 20

2. Information for obtaining documents 21 3. Work and Site conditions. 21 4. Period of completion and programme of work 22 5. Other data for statement and proforma 22 6. Minimum Criteria for Bid Capacity 23 7. Composition of Evaluation Committee. 24 8. Evaluation Procedure and allocation of points 25 9. List of Equipments 27 Annexure-B

Method of applying for Joint Venture Consortia

28-29 2.0 SECTION II

2.1 Letter of transmittal and Annexures 30 2.2. Statement 1 Bid Capacity 31 2.3. Statement 2 Bid Capacity 32 2.4. PROFORMA 1 (a) 33 2.5 PROFORMA 1 (b) 35-36 2.6. PROFORMA 1 ( c) 37 2.7 PROFORMA 2 38-39 2.8 PROFORMA 3 40 2.9. PROFORMA 4 41 2.10 PROFORMA 4 (a) 42-43 2.11 PROFORMA 4 (b) 44 2.12 PROFORMA 5 45-47 2.13. PROFORMA 6 48

Page 4: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

4

2.14. PROFORMA 7 49 2.15 PROFORMA 8 50-51 2.16 PROFORMA 9 52 2.17 CERTIFICATE 53 2.18 PROFORMA 10 54 2.19 PROFORMA 11 55-59 2.20 PROFORMA 12 60 2.21 PROFORMA 13 61 2.22 PROFORMA 14 62

Page 5: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

5

Press Notice

Godavari Marathwada irrigation Development Corporation

Aurangabad

System E-Tender Notice No.01 for 2013-14 Sealed Online Tenders (e-tender) in B-1 Form for the following works are invited by the Executive Engineer, Beed

Irrigation Division, Beed. Phone no-(02442) 222351, on Government of maharashtra Electronic Tender management

System (http://maharashtra.etenders.in) through Sub portal of http://maharashtra.etenders.in from the contractor

enrolled with the Godavari Marathwada Irrigation Development Corporation, Aurangabad in appropriate class

mentioned.

Sr.

No

Name of the Work Estimated Cost

in Rs. Lakhs

Class of

Contractor

Time Limit

For completion

1 Upper Kundlika Medium Project

Tq.Wadwani Dist.Beed Constructing

work of civil aminities in rehabilited

village Rui (Pimpala)

259.34 Class III & Above 12 Calendar

Months

Executive Engineer

Beed Irrigation Division,Beed

पे्रस नोटीस गोदावरी मराठवाडा पाटबंधारे ववकास महामंडळ औरंगाबाद

(महाराष्ट्र शासन अंगीकृत) कार्यकारी अविरं्ता, बीड पाटबंधारे वविाग, बीड

इ वनववदा प्रणाली सचूना क्रमांक ब-1/1 वर्य 2013-14 कार्यकारी अभीरं्ता, बीड पाटबंधारे विभाग, बीड हे खालील नमदू केलेल्र्ा कामासाठी गोदािरी मराठिाडा पाटबंधारे विकास महामंडळ, औरंगाबाद र्ांचेकडील विवहत िगात पंजीबध्द असलेल्र्ा पात्र कंत्राटदारांकडून मोहरबंद ब-1 वनविदा इ वनविदा प्रणालीव्दारे मागविणर्ांत रे्त आहेत. खालील नमदू केलेल्र्ा कामासाठी पिूय अहयता वनविदा सक्षमता कागदपते्र महाराष्ट्र शासनाचे संकेत स्थळ http://maharashtra.etenders.in िर सब पोटयल http://gmidc.maharashtra.etenders.in िर वदनांक 03/06/2013 ते 11/06/2013 र्ा कालािधीमध्रे् विकत वमळतील सविस्तर वनविदा सचूना कार्ालर्ामध्रे् विनामलु्र् वमळेल. र्ा बाबतीत कांही अडचणी असल्र्ास री. भषूण रािेरकर नेक्स टेंडसय प्रवतवनधी र्ांच्र्ाशी दरूध्िनी क्र. 020-25315501 मो.क्र. 9167969606 र्ांचेशी संपकय साधािा.

अ.क्र.

कामाचे नांि कामाची अंदावजत ककमत रु.लक्ष

काम पणूय करणर्ाचा कालािधी

कत्राटदाराची िगयिारी

1 उध्िय कंुडलीका मध्र्म प्रकल्प ता. िडिणी वज.बीड पनुियसीत गािठाण रुई (कपपळा) रे्थील नागरी सवूिधाची कामे.

259.34 12 मवहने िगय-3 ि त्र्ािरील

कार्यकारी अवभरं्ता, बीड पाटबंधारे विभाग, बीड र्ांच्र्ा कार्ालर्ीन सचूना फलकािर सविस्तर वनविदा सचूना पहािर्ास वमळेल. विनंतीनसूार वनविदा सचूना प्रत विनामलु्र् वमळेल. कोणतीही अथिा सिय वनविदा पिूय अहयता / वनविदा कोणतेही कारण न देता नकारणर्ाचा अवधकारी महामंडळाचे सक्षम अवधकारी र्ांनी राखनू ठेिला आहे. कार्यकारी अवभरं्ता, बीड पाटबंधारे विभाग,बीड जा.क्र./बीपावव/लेखा-2/(वनववदा)/ वदनांक: /05/2013 प्रत, 1) माहीती ि प्रवसध्दी महासंचालनालर्, नविन प्रशासवकर् इमारत 17 िा मजला मंत्रालर्ासमोर मुंबई-32

र्ांना फॅक्सव्दारे रिाना ि ई-मेलव्दारे प्रवसध्दीसाठी रिाना. 2) मा. कार्यकारी संचालक , गोदािरी मराठिाडा , पाटबंधारे विकास महामडंळ , औरंगाबाद र्ांना फॅक्सद्वारे ि ई मेलद्वारे प्रवसध्दीसाठी सविनर् सादर.

Page 6: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

6

TENDER NOTICE GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.

System E-TENDER NOTICE NO.1 FOR 2013-14. Sealed Online Tenders (e–tender) in B-1 form for the following works are invited by the Executive Engineer, Beed Irrigation Division, Beed, Phone No. (02442) 222351 on Government of Maharashtra Electronic Tender Management System (http://maharashtra.etenders.in) through Sub Portal of http://gmidc.maharashtra.etenders.in from the contractors enrolled with the Godawari Marathwada Irrigation Development Corporation, Aurangabad in appropriate class mentioned. the blank tenders forms shall be available on the Government of Maharashtra website http://maharashtra.etenders.in from

04.07.2013 to 12.07.2013 during this period only qualified contractors in Bid Capacity should submit duly

filled downloaded tender documents at the office of the Superintending Engineer Beed Irrigation Project

Circle, Parli Vaijnath on or before dt:-22.07.2013 up to 14.00 Hrs.& will be opened on the same day if

possible at 17.30 Hrs.

Sr. No.

Name of Work Estimated Cost (Rs. in Lakh)

Time Limit for Completion (Months)

Earnest Money (Rs. In Lakh)

Cost of Blank Tender form

Class of Registration

1 2 3 4 5 6 7

1 Upper Kundlika Medium Project

Tq.Wadwani Dist.Beed

Constructing work of civil

aminities in rehabilited village

Rui (Pimpala)

259.34 12 Calender

Months 2.60

10000 III & above

1. Detail tender notice can be seen on the notice board in the Executive Engineers office.

(Copy can be obtained free of cost from Executive Engineer on request). Blank tender booklets are available on the Government of Maharashtra website (http://maharashtra.etenders.in) through Sub Portal of http://gmidc.maharashtra.etenders.in. The competent authority reserves all rights of rejecting any or all tenders with out assigning any reason.

1. Bid Capacity Stage:- Bid capacity documents will be available on Government of

Maharashtra website (http://maharashtra.etenders.in) through Sub Portal of

http://gmidc.maharashtra.etenders.in from dt.03.06.2013 to dt.11.06.2013 The bidder has to submit

the Bid capacity documents online as per key dates mentioned below.

2. The cost of Bid capacity is Rs.2000/- Only. It is necessary to draw the D.D.of Rs.2000/- in favour of The Executive Engineer, Beed Irrigation Division,Beed for purchase of Bid Capacity documents. Submit D.D. of Rs.2000/- to Executive Engineer, Beed Irrigation Division, Beed and take duplicate receipt from

Division office during sale period. dt.03.06.2013 to dt.11.06.2013 there after immediate upload or

login information of D.D. details, duplicate receipt No. & date of Division on website http://maharashtra.etenders.in in order to download Bid capacity Bids, for further action of Bidders, within Key dates.& time. Bidders / contractor shall submit Registration certificate of GMIDC, on or before

15.06.2013 to The Executive Engineer, Beed Irrigation Division ,Beed List of Eligible Bidders in Bid

capacity will be available on 25.06.2013 upto 11.00 Hrs. on web site http://maharashtra.etenders.in

B) Main Bid / Tender Stage:- Only those contractors / Bidders, who are eligible and short listed in Bid capacity stage, are allowed or eligible for participating in main tender. The cost of main tender is Rs. 10,000 for only. It is necessary to draw the D.D. in favour of Executive Engineer, Beed Irrigation Division, Beed for purchase of main tender documents. Submit D.D. of as above to The Beed Irrigation Division, Beed, and take

Duplicate receipt from Division office, during sale period 04.07.2013 to 12.07.2013 There after immediate

upload or log in information of D.D. details and duplicate receipt and its date, of Division office on web site. http://maharashtra.etenders.in in order to download Main Tender Documents for further action of Bidders, with key dates.

Page 7: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

7

The EMD for tender should be in the form of D.D. of any Nationalized or Scheduled Bank in favour of The Executive Engineer, Beed Irrigation Division, Beed and payable at Beed, There after Bidders or Contractors shall submit D.D. to The Executive Engineer, Beed Irrigation Division, Beed, on or before final

submission dt- 22.07.2013 physical envelope Bidders / Contractors shall take submission receipt of D.D.

from Division office for further action. Also Bidders / Contractors shall submit Registration copy of GMIDC, in same envelope to Division. There after receipt details, Registration copy details, upload on website prior to date of final submission. The tender shall be summarily rejected if it is not accompanied with EMD. Pre tender conference of qualified in Bid Capacity tendered who have downloaded the blank

tenders form will be held on dt.15.07.2013 at 12.00 hours in the office of the Chief Engineer (W.R.)

Water Resource Department Aurangabad.

Schedule

Seq No

GMIDC Stage Vendor Stage Start Date

& Time

Expiry Date &

Time Envelopes

1 Release Tender 03/06/2013

11.00 03/06/2013

16.00 -

2 - Bid capacity Document

Purchase and Download

03/06/2013 16.01

11/06/2013 14.00

Bid capacity bid

3 - Bid capacity Document

Prepration & Online Bid

03/06/2013 16.01

11/06/2013 16.00

Bid capacity bid

4 Close Bidding

11/06/2013 16.01

11/06/2013 18.00

Bid capacity bid

5 - Prequal Bid Submission 12/06/2013

18.01 15/06/2013

14.00 Bid capacity bid

6

PreQual

Document

Opening and Short listing

- 15/06/2013

14.01 25/06/2013

11.00

Bid capacity bid

7 Main Tender Preparation

- 26/06/2013

11.01 04/07/2013

11.00 Commercial Envelope C1,Technical Envelope T1

8 - Main Tender Document

Purchase

04/07/2013 11.01

12/07/2013 14.00

Commercial Envelope

C1,Technical Envelope T1

9 - Main Tender Document &

Online Bid

04/07/2013 11.01

12/07/2013 14.00

Technical Envelope T1

10 - Main Tender Schedule A Document & Online Bid

04/07/2013 11.01

12/07/2013 14.00

Commercial Envelope C1

11 Close Bidding For General

Conditions

- 12/07/2013

14.01 15/07/2013

18.00 Commercial Envelope

C1,Technical Envelope T1

12 - Bid Submission 15/07/2013

18.01 22/07/2013

14.00 Commercial Envelope

C1,Technical Envelope T1

13

Tender Opening

and Short listing (Technical)

- 22/07/2013

14.01 30/07/2013

18.00 Technical Envelope T1

Page 8: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

8

14 Financial Bid Opening

- 31/07/2013

11.01 31/07/2013

18.00 Commercial Envelope C1

15 Tender Award - 01/08/2013

11.01 01/08/2013

18.00 Commercial Envelope

C1,Technical Envelope T1

Note:-Prebid Meeting on dated 15/07/2013@12:00Hrs in sinchan bhavan Aurangabad Executive Engineer, Beed Irrigaiton Division,Beed.

Tips as under:-

1. It is necessary to give the undertaking as follows " Contractors are not allowed to make any

changes in tender documents downloaded from website. If it so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per Rules.'' Tender documents published on Government website are considered as authentic and legal documents; in case of any complaint about the tender.

2. It is necessary to give undertaking as follows "" I have seen detailed drawings of works on

website. It is part of tender documents. I have filled tender by considering all these things. I am ready to sign on the drawings before depositing security deposit and taking work order if my tender will be accepted.

3. In order to participate in the tenders floated using the Electronic Tender Management System

(ETMS), all contractors/bidders are required to get enrolled on the ETMS portal http://maharashtra.etenders.in

4. The bids submitted online should be signed electronically with a Digital Certificate to establish the

identity of the bidder bidding online. The registered contractors has to obtain the Digital Certificate, the information required to issue of Digital Certificate he may contact ETMS Help Desk.

5. For submitting the bids online, the contractors/bidders are required to make online payment

using the electronic payments gateway service Bid Submission Fee Rs 1038/- for each work The

different modes of electronic payments accepted on the ETMS is available and can be viewed online on the ETMS Website http://maharashtra.etenders.in

6. The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online),

Submission of Bids, Submission of EMD and other Documents will be governed by the time schedules given under “Key Dates”.

7. Please Note :- Contractor can prepare, change or modify his Bid/offer only during

preparation stage. During submission stage contractors are allowed to submit their

prepared bid, system will not allow any contractor to modify his bid during submission

stage.

8. Last date of Preparation of Bid Bid Capacity is 11.06.2013 up to 16.00 hrs and last date of Bid

capacity submission is 15.06.2013 up to 14.00 hrs.

9. Last date of main tender/Bid preparation is 04.07.2013 up to 14.00 hrs. and last date of main

tender/Bid submission is 15.07.2013 up to 18.00 hrs.

10. The Bidder has to submit (Upload Scan Copies/fill) his offer/credentials online as required in the

tender Bid Capacity in the online templates in relevant envelopes The Scan copy of Earnest

Money details to be submitted online and original EMD need to be submitted in Physical at

above mentioned office.

11. The Bidder may refer E-Tendering Tool Kit available online to perform their online activities.

12. The contractor shall study the guidelines regarding e-tendering to get clarify e-tendering procedure.

Executive Engineer,

Page 9: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

9

Guidelines to contractors Regarding Government of Maharashtra e-tendering system

1. These conditions will overrule the conditions state d in the Tender

Documents, wherever relevant and applicable.

2. Registration of the Contractors :

The contractors registered with Maharashtra in relevant categories and classes are eligible to

participate in Open Tenders processed by Maharashtra. Contractors are required to get

Enrolled on the Portal (www.mahatenders.gov.in) and get and empanelled in relevant sub

portal. After submitting their enrolment request online, the enrolment shall be required to be

approved by the Representative of the Service Provider. After the approval of enrolment, the

Contractors shall have to apply for empanelment online which shall be required to be

approved by the Nominated Authority of Maharashtra/Department. Only after the approval in

the relevant Category/ Class, the Contractor shall be able to participate in the Open Tenders

online.

Maharashtra may process OPEN Tenders in which eligible Contractors may enrol on the

Portal in OPEN category to participate in such Tenders. The online Enrollment of such

Contractors shall be required to be approved by the Representative of the Service Provider.

The approval of enrolment of Contractors is done by the Representative of the Service

Provider upon submission of mandatory documents by the Contractors. The Contractors may

obtain the list and formats of required documents from the Nodal Officer of e-Tendering

System for Government of Maharashtra/ Service Provider.

3. Obtaining a Class II - Digital Signature Certificate :

The Bids required to be submitted online should be signed electronically with a Class II –

Digital Signature Certificate to establish the identity of the Bidder bidding online. These Digital

Certificates are issued by an approved Certifying Authority, authorized by the Contractor

of Certifying Authorities, Government of India.

A Digital Signature Certificate may be used in the name of Authorised Representative of the

Organisation. A Digital Certificate is issued upon receipt of mandatory identity proofs. Only

upon the receipt of the required documents, a Digital Certificate can be issued.

Bid for a particular Tender may be submitted only using the Digital Signature Certificate,

which is used to encrypt the data and sign the hash during the stage of Bid Preparation

and Hash Submission. In case, during the process of a particular Tender, the Authorised

User losses his/ her Digital Signature Certificate (i.e. due to virus attack, hardware problem

operating system problem). He/she may not be able to submit the Bid online. Hence, the

Authorised User is advised to back up his/ her Digital Signature Certificate and keep the

copies at safe place under proper security to be used in case of emergencies.

In case of online tendering, if the Digital Signature Certificate issued to the Authorised User

of a Firm is used for signing and submitting a Bid, it will be considered equivalent to a no

objection certificate/ power of attorney to that User. The Digital Signature Certificate should

Page 10: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

10

be obtained by the Authorised User enrolling on the behalf of the Firm on the e-Tendering

System for Government of Maharashtra. Unless the Digital Signature Certificate is revoked, it

will be assumed to represent adequate authority of the Authority User to bid on behalf of the

Firm for the Tenders processed by the Maharashtra as per Information Technology act 2000.

The Digital Signature of this Authorized User will be binding on the firm. It shall be

responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying

Authority, if the Authorized User changes and apply for a fresh Digital Signature Certificate.

The procedure for application of a Digital Signature Certificate will remain the same for the new

Authorised User.

* The same procedure holds true for the Authorized Users in a Private/ Public Limited

Company. In this case, the Authorisation Certificate will have to be signed by the Directors of

the Company. (Process of procuring Digital Certificate will take minimum 4/5 days)

4. Set up of Computer System :

In order to operate on the e-Tendering System for Government of Maharashtra the User’s

Computer System is required to be set up. A Help File on setting up of the Computer System

can be obtained from the Service Provider or downloaded from the Home Page of the Portal

(http://maharashtra.etenders.in). The Bidders may refer E-Tendering Tool Kit available online to

perform their online activities as mentioned below. In case of any query he may contact help

Desk for the same.

5. Online Viewing of Detailed Notice Inviting Tenders :

The Contractors can view the detailed notice Inviting Tenders and the detailed Time Schedule

(key Dates) for all the Tenders processed by Maharashtra using the e-Tendering System for

Government of Maharashtra on (http://maharashtra.etenders.in).

6. Online Purchase / Download of Tender Documents :

The Tender documents can be purchased/ downloaded by registered and eligible Contractors

from the e-Tendering System for Government of Maharashtra available on

(http://maharashtra.etenders.in).

7. Submission of Bid Seal (Hash) of Online Bids :

Submission of Bids will be preceded by submission of the digitally signed Bid Seals

(Hashes) as stated in the Tender Time Schedule (Key Dates) published in the Notice

Inviting Tender.

8. Generation of Super Hash :

After the expiry of the time of submission of digitally signed Bids Seals (Hashes) by the

Contractors has lapsed, the Bid round will be closed and a digitally signed Super Hash will be

generated by the Authorised Officers of Maharashtra. This is equivalent to sealing of the

Tender Box.

9. Decryption and Re-encryption Online Bids :

Contractors have to decrypt their Bids and immediately re-encrypt their Bids online and upload

the relevant Documents for which they generated the respective Hashes during the Bid

Page 11: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

11

Preparation and Hash Submission stage after the generation of Super Hash within the date

and time as stated in the Notice Inviting Tenders (Key Dates). The Bids of only the

Contractors who have submitted their Bid Seals (Hashes) within the stipulated time, as per

the Tender Time Schedule (Key Dates), will be accepted by the e-Tendering System for

Government of Maharashtra A Contractor who has not submit his Bid Seals (Hashes) within

the stipulated time will not be allowed to submit his Bid.

For submitting the Bids online, the contractors/ bidders are required to make online payment

using the electronic payments gateway service Bid Submission Fee Rs. 1024. The different

modes of electronic payments accepted on the e-tendering portal.

10. Submission of Earnest Money Deposit :

Contractors have to submit the Earnest Money Deposit in a Sealed Physical Envelope

and the same should reach the Office of the concerned Official before the last Date

and Time as Stated in Tender Documents. Contractors are required to keep their

Earnest Money Deposit ready as the details of the Earnest Money Deposit instrument

are required to be entered during the Bid Preparation and Hash Submission stage. The

details of the Earnest Money Deposit shall be verified during the Tender Opening event

and only those Contractors whose online Earnest Money Deposit details shall be found

matching with the physical Earnest Money Deposit instrument shall be short listed for

opening of other envelopes.

11. Opening of Electronic Bids :

As per Tender/ Prequalification Documents for details.

12. Key Dates :

The Contractors are strictly advised to follow the Dates and Times as indicated in the Time

Schedule in the Notice Inviting Tender for each Tender. All the online activities are time

tracked and the e-Government Procurement System enforces time-locks that ensure that no

activity or transaction can take place outside the Start and End Dates and Time of the stage

as defined in the Notice Inviting Tenders.

Page 12: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

12

SECTION 1

INFORMATION AND INSTRUCTIONS

TO APPLICANTS

Page 13: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

13

SECTION I

1.0. INFORMATION AND INSTRUCTIONS TO APPLICANTS 1.10. GENERAL:

a) ‘Corporation’ shall mean the Godavari Marathwada Irrigation Development Corporation,

Aurangabad acting through its Executive Director, as defined in Maharashtra act XXII of 1998.

Godavari Marathwada Irrigation Development Corporation, Aurangabad is a body corporate

constituted under the Maharashtra Act XXII of 1998 and has been established by the notification published in

the Gazette Irrigation Department, dated 17/8/1998. The head quarters of the Godavari Marathwada Irrigation

Development Corporation, Aurangabad (GMIDC, Aurangabad or GMIDC for short, and hereafter to only as

Corporation) is Aurangabad. The official postal address for correspondence is:

Office of the Executive Director,

Godavari Marathwada Irrigation Development Corporation,

Sinchan Bhavan, Jalna Road,

Aurangabad 431 005

b) The function and powers of the corporation have been listed in the Maharashtra Act XXII of 1998.

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 in the Godavari River Basin.

The projects comprise irrigation, hydroelectric projects, (except Bhandardara (Phase I & II) & Ghatgar

Hydro Electric Power Projects) along with the command area development, and multipurpose schemes. The

projects are to be completed to as to utilise water in Godavari basin pertaining to Maharashtra State. During

the projects time slice, it is expected to increase the performance efficiency of the completed projects and to

complete further on going and new works, so as to utilise the water from Godavari basin.

The jurisdiction of Corporation shall be Aurangabad, Jalna, Parbhani, Hingoli, Nanded, Latur, Nashik

districts and partial area falling in Godavari basin of Beed, Osmanabad and Ahmednagar districts.

1.11. Sealed Tenders in "B-1" form are invited by the Corporation, from the contractors registered in

appropriate class in GMIDC Aurangabad for the work of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of civil aminities in rehabilited village Rui (Pimpala)

1.12. The enclosed forms 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 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 applica*tion

or any change(s) made in the prescribed forms will render application to be rejected as non-

responsive.

Page 14: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

14

1.13 The requisite enclosures for prequalification documents shall be typed on applicant’s letterhead with

complete and valid address of the registered office in maharashtra state.

1.14. Any overwriting or correction shall be attested by contractor with dated initials. All pages of the

prequalification documents shall be numbered along with index and should be submitted as a

package with a signed letter of transmittal.

1.15. All the information must be filled in English language only.

1.16. Information and certificate(s) furnished along with the application form ( The respective application

who vouch to the suitability, technical know how and capability of the Applicant) Should be

signed. by the applicant.

1.17. The applicant is encouraged to attach additional information

(photographs of t he work which were already carried out which he thinks necessary in regard

to his capabilities). No further information will be entertained after submission of Bid Capacity

documents unless it is requested by the Godavari Marathwada Irrigation Development

Corporation, Aurangabad (here in after referred to as GMIDC or Corporation).

1.18. The Bid Capacity in prescribed forms as required in this booklet duly completed and signed should be

submitted along with all relevant documents.The documents must be submitted in sealed cover. The

sealed cover must be subscribed as ‘Bid document for the Upper Kundlika Medium Project

Tq.Wadwani Dist.Beed Constructing work of civil aminities in rehabilited village Rui (Pimpala) and

should be submitted to the office as mentioned in Annex-A. so as to reach latest by

14.00 hours on Dt……………. The documents received late on account of any reason

whatsoever shall not be entertained. The documents submitted in connection with the Bid Capacity shall be treated as confidential and will not be returned. The documents, if submitted as photocopies, should be duly attested.

1.19. 1.19. a) The cost incurred by applicant in preparing this offer, in providing clarification or attending discussions, conferences in connection with this document shall not be reimbursed by the GMIDC, Aurangabad under any circumstances.

b) In the event of any applicant wishing to withdraw from Bid Capacity, the applicant must write an

explanatory letter to the Chief Engineer (WR), W.R.Division Aurangabad 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.

Page 15: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

15

1.20. METHOD OF ONLINE APPLYING :

* All the tender activities like tender download (tender seal), tender preparation, tender

submission, and opening of tender will be conducted online only as per key dates mentioned

in online time schedule.

* Pre-qualification documents will be available on Government of Maharashtra website

(http://maharashtra.etenders.in) through Sub Portal of http:/gmidc.maharashtra.etenders.in from dt.

------------- to dt. ------------ The bidders has to download, prepare and submit the

prequalification documents online as per key dates mentioned below.

* The cost of Bid Capacity is Rs. 2000/- only. It is necessary to draw the Demand Draft of Rs.

2000/- in favour of “The Executive Engineer,Beed Irrigation Division Beed and submit the Office

of Executive Engineer, Beed Irrigation Division Beed . Dist. Beed before submission date

otherwise the documents loaded on site can not be considered for evaluation, mentioned of

DR number in payment stage of purchase documents is must.

* Only those contractors who are short listed in Bid Capacity stage are eligible for participating in

main tender the cost of main tender is Rs. 10,000/- for only. It is necessary to draw the Demand

Draft of above mentioned amount in favor of “The Executive Engineer, Beed Irrigation Division

Beed .Dist. Beed” and submit it to above office on or before the date of submission.

* Contractors can work or modify there bid (i.e. on Bid Capacity or main Bid) only during bid

preparation stage. During submission stage system will allow only to submit the bid to those

contractors who has completed the download and preparation stage successfully.

* It is necessary to give the undertaking as follows “ Contractors are not allowed to make

any changes in tender documents downloaded from website. If it so the tender of such

contractors will be rejected and the contractors who made such changes are liable for action as

per Rules” Tender documents published on Government website are considered as an

authentic and legal documents; in case of any complaint about the tender.

* It is necessary to give undertaking as follows “ I have seen detailed drawings of works on

website. It is part of tender documents. I have filled tender by considering all these things. I am

ready to sign on the drawings before depositing security deposit and taking work order if my

tender will be accepted.

* In order to participate in the tenders floated using the Electronic Tender Management System

(ETMS), all contractors/ bidders are required to get enrolled on the ETMS portal

(http://maharashtra.etenders.in)

* The bids submitted online should be signed electronically with a Digital Certificate to

establish the identity of the bidder bidding online. The registered contractors has to obtain the

Digital Certificate, the information required to issuance of Digital Certificate he may contact

e-tendering Help Desk. (process of procuring Digital Certificate will take minimum 4/5 days)

* For submitting the bids online, the contractors/ bidders are required to make online payment

using the electronic payments gateway service Bid Submission Fee Rs. 1024 The different

modes of electronic payments accepted on the ETMS is available and can be viewed online

on the ETMS Website (httip://maharashtra.etenders.in)

* The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online),

Submission of Bids, Submission of EMD and other Documents will be governed by the time

schedules given under “Key Dates”

* The Bidders has to submit (Upload Scan Copies/fill) his offer/credentials online as required

in the tender/Bid Capacity in the online templates in relevant envelopes. The scan copy of

Earnest Money is to be submitted online and original EMD need to be submitted in Physical

format at above mentioned office.

* The Bidders may refer E-Tendering Tool Kit available online to perform their online activities.

Page 16: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

16

* Pre tender conference of qualified in Bid Capacity, tenderer who have downloaded the blank

tenders form will be held on Dt. ----------at 12.00 hours in the office of the Chief Engineer and

Chief Administrator Command Area Development (W. R.) Aurangabad.

1.3. DEFINATIONS:

In this documents (as hereinafter defined) the following words and expression will have the meaning

hereby assigned to them.

i) GMIDC / CORPORATION:

GMIDC/ CORPORATION means Godavari Marathwada Irrigation Development Corporation, Sinchan

Bhavan, Jalna Road, Aurangabad 431 005

ii) APPLICANT:

Applicant means individual, proprietary firm in partnership, limited company, corporation or group of

firms forming joint venture consortia applying to become eligible to tender.

1.4. FINAL DECISION AUTHORITY:

The committee headed by Superintending Engineer Beed Irrigation Project Circle, Parli V.

reserves the right to accept or reject any or all applications for Bid Capacity without

assigning any reason thereof and his decision of the committee will be final . Only prequalified

contractors/ Firms will be ivited to bid for the project contract.

1.5. CLARIFICATION:

The clarification (s) if any, may please be sought separately either from Executive Engineer, Beed

Irrigation Division,Beed Dist. Beed or the Superintending Engineer Beed Irrigation Project

Circle, Parli V.

1.6. PARTICULARS PROVISIONAL:

The particulars of the proposed works given in Annex – A to this section are provisional and must

be considered only as advance information to assist applicants. The accuracy of the particulars is not

guarantied in any, form this prequalification document, the technical note, nor the model tender

provisions shall form part of any contract, which may subsequently be entered into tender document.

1.7. SITE VISIT:

The applicant can inspect the work site, if he so desires by appointment with Executive Engineer or

his authorised representative concerned with the work.

1.8. MINIMUM ELIGIBILITY CRITERIA FOR BEED CAPACITY

The applicant must be well-established contractor with experience and capability in construction of work

similar to the work given in this document. The applicant applying for prequalification must provide evidence

of having adequate experience in Modern Technology, in carrying out work like Excavation, Embankment

and Metalling all type and fabrication and erection of trusses etc. with adequate quality control aided by upto

date testing laboratory. Experience of Prime or Sub-contracts approved by the owner shall be only

considered for Prequalification. In such a case share of the experience of the Prime and sub-contractor

Page 17: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

17

shall be counted in the proportion as stated in the agreement of subletting. In absence of stipulation of

sharing of experience in the agreement the experience shall be taken in proportion of 20:80 for

prime and sub-contractor respectively. In case the subletting is not approved by the owner, the

experience of the work shall be considered that of prime contractor.

In order to asses the experience and capability of contractor for execution of the work

under. Consideration, minimum criteria has been specified. These minimum criteria will be

judged from the past experience of the contractor.

The applicant bidder as a prime contractor I sub contractor should have adequate bid

capacity, executed the quantities of main items (as stated in Annex-“A”) in anyone year

during a 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 6.0 of Annex – A.

The formula of evaluation of bid capacity is

A) BID CAPACITY

Bid capacity = (A x N x 2 ) – B,

Where A = Maximum value of Civil Engineering works executed in any one year during the last five year

(updated to current price level) which will take into account for the completed and ongoing

works (Statement-1of Annexure-1).

1) Ascertained from the certificates from Executive Engineer in case of

Government and Semi Government and from the head of Office in case of Limited

Companies and Registered Cooperative Societies or Organizations. The information is to be

submitted in proforma 1 (a) and 1 (b) as enclosed in Section II for completed and ongoing

works respectively. Information given in any other format that prescribed shall not be taken

into account for calculating value of “A”.

2) Ascertained from the total contract amount received in a year as stated

In Sr. No. S ( c) in Income Tax Clearance Certificate. Contractor shall ensure that this

information is filled in. If it is not filled in, the contractor shall submit balance sheet of last

five years duly certified by the Chartered Accountant. The submission of information in (1)

and (2) above is obligatory. In case of non-submission of anyone 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 the price level of the year

in which the tenders are opened) to be completed in the period stipulated for completion of

works of the present tender. The value of B shall be ascertained from the certificates as

prescribed in Proforma I (B) and stated in statement No. II enclosed in Section II

N = Number of years prescribed for completion of the works for which the bid are invited as

stated in Annex-A para 4.1. Only those applicants who satisfy the minimum criteria as

stated in para 6 of Annex – 1 will be evaluated from Bid Capacity.

Page 18: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

18

1.9.0. EVALUATION CRITERIA FOR BID CAPACITY)

Bid Capacity of prospective tenderer is to be ensure that final bids for the work 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 prequalified.

The evaluation for the Bid Capacity of the application shall be done by committee as mentioned

in para 7.0. of Annex – A.

The committee shall have right to ask for clarifications and further relevant information from

the applicants, check references and make inquiries with respect of works from prospective

tenderer.

B) The evaluation authority will evaluate the submitted Bid Capacity information by “scoring

evaluation method” , one the applicant gets through the minimum Eligibility Criteria. In order

that the applicant bidder gets prequalified, the applicant 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

other information submitted by the applicant

Sr. No. Particulars Points

a) General experience 60

b) Financial capability 50

c) Equipment capability 40

d) Adequacy of personnel capability 30

e) Other evaluation factors 20

Total 200

The other evaluation factors shall include

i) Record to completing the works in time.

ii) Quality control arrangements by the applicant.

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. The Bid Capacity information booklet should be

indexed and paged. The evaluation for Bid Capacity is to be done for the eligible applicant who

satisfy minimum criteria. It will be therefore advisable, that applicant gives a short note

(Please refer proforma for Annexure VI Section II) explaining how he/they is/are eligible and

fulfill the criteria by giving references of the information given in booklet.iii) If the record of

poor performance such as abandoning the works, not properly completing contract, inordinate

delay in completion and financial failure, habits of making unnecessary claims is noticed, the

tenderer is likely to be disqualified out-right.

C) The evaluation procedure, allocation of points is as stated in Para 8 of

Page 19: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

19

Annexe – 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 applicant.

1.9.1 Necessary information will be collected from the details furnished in

Proforma and additional information may be called for at the discretion of the committee.

1.9.2. In case of Joint Venture Partnership or a Partnership the yearly

Turnover relation to the year taken, bid capacity and quantities of main items executed shall

be added together for determining the minimum criteria of pre-qualification. No addition is

however permitted for working out the maximum cost of similar type of work executed.

1.9.3. RESTRICTION OF AWARDING NUMBER OF CONTRACTS :

A) The GMIDC has taken up a number of irrigation projects for construction. In order to complete

the work within time bound programme, it has been considered necessary to restrict the

number of works to four which may be awarded to a contractor at a time, so that the contractor

can concentrate fully on the progress of the contracts awarded to him.

Notwithstanding the fact that the tenderer satisfying the prequalification criteria no individual contractor

or the joint venture of any of the Joint Ventrue partner(s) of the same Joint Venture as a

separate entity shall be considered eligible for getting prequalified tendering for this work; in

case of maximum three works in the group of (1) One dam and two works of any catetory or

(2) Three works of any category have been awarded on contract/letter of acceptance of tender

issued. In the area of operation of Godavari Marathwada Irrigation Development Corporation

unless the contract work awarded to him/them is found to be completed in all respects as

certified by Executive Engineer in format the competion certificate. In any case individual

contract, or the Joint Venture firm or any of the Joint Venture Partner(s) of the same Joint

venture as separate entity shall not have more than three works in hand at a time under

Godavari Marathwada Irrigation Development Corporation. Even if anyone of the partner of Joint

Venture firm as a separate entity OR as a partner OR in another Joint Venture and/or the

same Joint Venture firm, has been awarded. Three works as specified above group wise in

Godavari Marathwada Irrigation Development Corporation, Prior to the date of opening of his

pre-qualification document that Joint Venture firm with that individual entity as partner shall not

be considered eligible for getting any other contract for the work, and his/their pre-qualification

document shall be ignored.

C) For the purpose of verification of the above stipulations, the contractor shall submit the

information in the enclosed format of certificate enclosed as proforma 8 in Section II. This

Certificate is applicable to Joint Venture also. The names of the partner(s) in the Joint Venture

shall also to given when information in the Certificate is submitted for the Joint Venture.

NO EVALUATION WILL BE DONE

i) If the information given in section-2 Proforma 1-9 is incomplete/ misleading, false and such

application will therefore be considered as non-respeonsive.ii) If the applicant does not

fulfill the criteria for eligibility laid down in Para 6 of Annex-A.

Page 20: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

20

ANNEX – A (SECTION -1)

A) Description of The Project

The work is under control of Chief Engineer (WR) Water Resource Department Aurangabad.

B) Status of Project : Rehabilitation works

C) Climatic Conditions : Good

Maximum Temperature : 43 Degree Celsius in May

Minimum Temperature : 22 Degree Celsius in December

Average Rainfall : 700 mm

D) Scope of the Work

1. Constructing WBM roads in rehabilitated villages.

2. Position of Land : 70% Govt. land is in possession and remaining land is to be acquired by direct parchase.

A. Excavations : 7.70 tum.

B. Earthwork (TCM) 7.22 tum.

C. Metal 40 -60 MSA (TCM) : 1.16 tum.

D. Concrete : 2.20 tum.

E. B.B. Masnary : 0.32 tum.

F. Pipe line Rising main : 1300 M.

E) Details of Work

1.1 Name of Work : Upper Kundlika Medium project Tq.Wadwani Dist Beed constructing work of civil aminities in rehabilited village Rui (Pimpala).

1.2 Estimated Cost : Rs. 259.34 Lakhs

1.3 Earnest Money (EMD) : Rs. 2.60 Lakhs

1) Rs. 1.00 Lakhs By Demand Draft payable at

any Nationalised Bank

2) Rs. 1.60 Lakhs By Irrevocable Bank Guarantee

of any Nationalised Bank or Scheduled Bank in

Maharashtra

1.4 Security Deposit : Rs. 6.50 Lakhs

1) Initial (2.5%) 1) Rs. 3.00 Lakhs By Demand Draft payable at

any Nationalised Bank

2) Rs. 3.50 Lakhs By Irrevocable Bank Guarantee of

any Nationalised Bank or Scheduled bank in Maharashtra

2) Through R.A. Bills (2.5%) : Rs. 6.50 Lakhs

1.5 Date, time and Place of Pre Tender Conference

1.6 Class of Contractor : III and above

1.7 Period of Completion of work : 12 Calender months including monsoon

period.

Page 21: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

21

2. INFORMATION FOR OBTAINING Bid DOCUMENTS, TENDER PAPERS

AND ITS SUBMISSION

2.1 Name and address of the Executive Engineer in charge of work issuing tender papers/ Bid capacity . document and in whose name Earnest Money and security Deposit is to be pledged.

Executive Engineer,

Beed Irrigation Division Beed

2.2 Bid capacity document sale period 03/06/2013 to 11/06/2013

2.3. Bid capacity document preparation period 03/06/2013 to 11/06/2013

2.4. Cost of application forms for Bid capacity document

Rs. 2000/-

2.5. Time and Date of submission of Bid capacity document

12/06/2013 to 15/06/2013

2.6. Bid capacity document opening and evaluation period

15/06/2013 to 25/06/2013

2.6.1. Name and address of the Officer receiving Bid capacity document

Superintending Engineer,

Beed Irrigation Project Circle ,Parali Vaijnath

2.6.2. Tender document download period 04/07/2013 to 12/07/2013

2.6.3. Date time and place of Pre tender conference

C. E. (W.R.) Water Resource Department Aurangabad

2.6.4. Tender Preparation period 04/07/2013 to 12/07/2013

2.7. Cost of Blank Tender forms Rs. 10,000/-

2.8 Extra cost if tender papers/ prequalification documents required by post (for each)

Rs. NIL

2.9. Bid documents submission period 15/07/2013 to 22/07/2013

2.10 Name and address of the Officer receiving and opening the tender document.

Superintending Engineer

Beed Irrigation Project Circle ,Parali Vaijnath

2.11 Technical and commercial opening date 31/07/2013

2.12 The name of the authority for acceptance the tender.

Chief Engineer (W.R.) Water Resource Department Aurangabad.

3. WORK AND SITE CONDITIONS :

3.1 Location Dist. Dist Beed & within periphery of km. from Taluka place Wadwani

3.2. Nearest Railway Station Aurangabad

3.3. Nearest Airport Aurangabad

Page 22: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

22

3.4. Roads Approachable by Wadwani

a) Nearest Telephone and telegraph facility

at Wadwani

b) Nearest Petrol and Diesel Pump

c) Position of Land 70% Govt. land is in possession and remaining land is to be acquired by direct purchase.

4. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME

4.1. Period of Completion 12 Calendar months including Monsoon

period.

Year Excavation Earthwork/

Embankment

(TCM)

Mettaling (TCM) Concreting (TCM)

B.B.Machinery (TCM)

Pipe line Rising

main

1 7.70 7.22 1.16 2.20 0.32 1300 m

2

Construction programme of major items to be executed.

5.0 OTHER DATA FOR Filling STATEMENTS/ PROFORMA 1(a), 1(b), 1(c) 5.1. Date for calculation

balance cost of the work in the hand of the

bidder which he has to complete vide statement-2 Dt. ------------

5.2. The period for calculating value of the works in the hand of the

Bidder which he has to complete vide statement – 2 Dt.------------

5.3. Items for which information about : Excavation in soft strata

Quantities executed as required Embankment from

For use in Proforma 1(a), 1(b), 1(c) available and borrow.

5.4. Period for use in proforma 1 -2 Statement 1-2 etc.

Year No. Year Year No. Year

V th 2007-08 Present Year 2011-12

IV th 2008-09 Next Year 2012-13

III rd 2009-10

II nd 2010-11

I st 2011-12

Page 23: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

23

6.0 MINIMUM ELIGIBILITY CRITERIA FOR BID CAPACITY :

The applicant shall meet the following minimum criteria. Only those applicants who satisfy the

Minimum Criteria of Eligibility as stated below will be evaluated further for Bid Capacity. If

minimum three Numbers of contractors are not qualified then minimum eligibility criteria for

Bid Capacity may be relaxed as prescribed in Para 6.5 below. However minimum criteria for

Bid capacity, will be not relaxed.

6.1. GENERAL EXPERIENCE :

As a prime contractor or sub-contractor the application bidder should have individually

executed following quantities of items in any one working season.

During period of last Five years

1) Excavation in soft strata & Hard strata : 7.70 Tcm

2) Embankment for Road : 7.22 Tcm 3) Metalling 40-60 mm : 1.16 Tcm

4) Weigh batching concrete : 2.20 Tcm

5) B.B.masonary : 0.32 Tcm

6) Pipline Rising main : 1300 m

6.2. BID CAPACITY :

The required bid capacity for this work is Rs 259.34 Lakhs

6.3. ANNUAL TURNOVER :

As a prime or subcontractor the applicant bidder should have minimum annual turnover

(excluding advance such as machinery/ mobilization advance etc.) in at least one year over a

period of last five years of Rs. 259.34 Lakhs.

6.4. SIMILAR WORK :

As a prime contractor or sub contractor applicant bidder should have completed work of

Rehabilitation similar quantum and complexity comparable to this work.

6.5. CRITERIA FOR RELAXING THE MINIMUM ELIGIBILITY

FOR BID CAPACITY

If minimum three number of contractor are not qualified then the Minimum eligibility criteria

for prequalification may be relaxed so as to get minimum five number of contractor

qualified. However the final decision shall be taken by the evaluation committee.

The minimum eligibility criteria for Bid Capacity will be relaxed in the following prescribed

priority.

1) The contractors will be arranged in descending order considering the quantities of

embankment. The minimum criteria “for embankment ” as mentioned in Para 6.1 will be

relaxed by 25% i.e. The contractors who do not satisfy this relaxed will be eliminated and not be

considered for further evaluation.

2) The contractors will be arranged in descending order considering the quantities of

Metalling 40-60 mm. The minimum criteria for Metalling 40-60 mm. “As mentioned in Para 6.1”

will be relaxed by 25% i.e. the contractors who do not satisfy this relaxed criteria will be

eliminated and not be considered for further evaluation.

Page 24: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

24

3) Thereafter remaining contractors will be arranged in descending order considering the

quantities of excavation in soft strata. The minimum criteria for excavation in soft strata “As

mentioned in Para 6.1” will be relaxed by 25% i.e. the contractors who do not satisfy this

relaxed criteria will be eliminated and not be considered for further evaluation.

4) Thereafter remaining contractors will be arranged in descending order considering their

annual turnover

The minimum criteria annual turnover “As mentioned in Para 6.3” will be relaxed by 25% less

the contractors who do not satisfy this relaxed criteria will be eliminated and not be considered

for further evaluation.

The above process for relaxation will be stopped at the stage in above preferences when

minimum five numbers of contractors get qualified. No further contractors will be considered for

evaluation.

5) The Contractor have less than three works in Hand progress under the G.M.I.D.C.

6) P.Fund income tax & sale tax Registration with G.M.I.D.C & clearrance up to march-2013.

7.0. COMPOSITION OF EVALUATION COMMITTEE :

evaluation committee for prequalification of applicants shall be as below :

1) Superintending Engineer Beed Irrigation Chairman

Project Circle Parli V.

2) Superintending Engineer, & Administrator Member

Command Area Development Authority Beed

3) Executive Engineer,Beed Irrigation Division,

Beed Member (Secretary)

The committee shall have freedom to ask for clarifications and further related information

from the applicants, check reference and make inquiries in respect of works of prospective

tenderer

Page 25: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

25

8.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS :

Sr. No. Particulars Max. Points

8.1 General Experience - Total Points = 60 as below

8.1.1 Successful experience in completing at least one contract of nature

and complexity comparable to the proposed contract

30

8.1.2. Execution of quantities of relevant main items in anyone year in past

(as prescribed in Annex-A)

Excavation 5

Earthwork 5

Metal & Concrete 8

D.B. Machinery 2

Pipe line Rising main 10

Total 30

8.2 Financial capability - Total points = 50 as below

1) Annual turnover

For firm having average annual turnover equal to or greater than

amount shown at Annex A . (For firms having annual turnover less

than amount shown in Annex A/6.3 (a) points shall be given in

linearly reduced proportion.)

20

8.2.2 2) Bid Capacity

a) If bid capacity is equal to the required value

b) In addition one point for every 100 lakhs. Above the required value

(Maximum up to 4 points)

04

03

8.2.3 3) Duration of existence of firm

a) If more than 5 years

b) If more than 3 years

c) If more than 2 years

04

03

01

8.2.4 4) Debit Equity (Defined as Debt/Equity)

a) If ratio is up to 1:1

b) If ratio is more than 1:1

03

02

8.2.5 5) Bank Guarantee

a) With Bank Guarantee

b) With Bank Guarantee limit between 60% to 100%

03

02

8.2.6 6) Overdrafts

a) If not enjoyed

b) If enjoyed

03

02

8.3 Equipment Capability total points = 40 as below

8.3.1. Machinery / equipment already available with the contractor

(The list of machinery required for this work is given in Para 9.0 of

Annex-A)

a) Poclain (approximate 1 cum capacity bucket) 5

Tippers 5

Trucks 3

Page 26: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

26

Water tankers (9000 Lit. Cap.) 3

D.R. Roller 4

Concrete mixer 10

Own stone cresher 10

Total 40

a) More weightage would be given if 75% of total required machinery is

owned by the contractor (Documentary proof should be enclosed.)

b) Less points would be given for improper distribution of machinery on

other works & on this work.

Page 27: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

27

8.4 Adequacy of personal capability – Total points = 30 as below

a) Project Manager/ Project Engineer 10

b) Supervisory staff 10

c) Tech. Staff (Specially well qualified & trained welders) 10

8.5 Other Evaluation Factors Total Points = 20 as below

a) Record of completing works in time 10

b) Quality control arrangements used in previously executed works.

(Documents and proofs for this shall be submitted.

10

Total 200

9.0 List of machinery required for this work:

Sr No Equipment type Minimum Nos. required

Max. Points

1 a) Poclain (approximate 1 cum capacity bucket)

2 5

2 Tippers 12 5

3 Trucks 2 3

4 Water tankers (9000 Lit. Cap.) 2 3

5 D.R. Roller 1 4

6 Concrete mixer 4 10

7 Own stone cresher 1 10

Note : Minimum 50% machineries should in hand/ in contractors possession

Page 28: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

28

ANNEXURE-B

Method of applying for joint Venture Consortia

a) Two or more contractors of any class may combine and tender for a work costing to the amounts upto

which each individual contractor or the higher of the two limits if they are of different categories are

empowered to tender per the original registration provided.

i) The combination is of the contractor as a whole and not individual partners.,

ii) 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 Ltd., may be permitted subject to the following conditions.

i) The Joint Venture should be a partnership firm, duly registered with the Registar of Firms,

Maharashtra State , in such a case a signed Memorandum of Understanding (MOU) between the tenderer

and associating firm/company/individual shall be considered as adequate proof for association subject to the

condition that on being considered eligible to tender for the work, the tenderer shall be informed accordingly,

where upon the tenderer shall be required to enter into a Joint Venture (JV) partnership by signing an

instrument (MOU) incorporated in Annexure B. The Joint Venture deed shall be submitted by the contractor

before submission of tender. If the Joint Venture Deed is not submitted by the contractor, then the tender of

such Venture shall not be opened but the same will be recorded and considered as non responsive.

ii) The Joint Venture deed shall be got approved from the GMIDC, before it is registered with the Registar of

Firms, Maharashtra State.

iii) Specific stipulation should be made in Joint Venture deed to seek prior written approval of the

GMIDC before any changes are proposed to be made in the Joint Venture deed, once it is registered with the

Registrar or Firms, Maharashtra State.

iv) The Joint Venture Partnership shall not be dissolved till the completion of defects liability period as

stipulated in tender conditions and till all the liabilities thereof are liquidated

v) The shares of assets and liabilities of the lead firm shall not be less than 60% and the percentage share of

the each other firm in Joint Venture Partnership deed shall not be less than 20% The lead firm should be

enrolled in the list of selected contractors of GMIDC.

vi) One of the partners shall be nominated as being in charge and this authorisation shall be evidenced by

submitting a power of attorney signed by legally authorised signatories of all the partners.

vii) The partner incharge shall be authorised to incure liabilities and receive instructions for and on behalf of

any and all partners of the Joint Venture and entire execution of the contract including payment shall be done

exclusively with the partner in charge.

viii) All partners of the 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 authorisation

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 in the list of selected

Contractors of appropriate Class of GMIDC, Aurangabad.

Page 29: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

29

xi) Separate information in respect of each firm (entered into Joint Venture) should be submitted in Proforma 1

to 9

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 Superintending Engineer/Chief

Engineer , as the case may be 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 roll in control and direction on the resources of the entire Joint Venture.

d) An independently prequalified firm, or Joint Venture consortia may during the tender period, strengthen its

capacity by subsequent incorporation of another prequalified firm of Joint Venture to form new Joint Venture

amongst themselves but should seek approval of the Chief Engineer, GMIDC, Aurangabad not latter than 15

days prior to bid opening.

e) Bidders may have required bid capacity independently or in a Joint Venture but they would be allowed to

submit only one bid.

Page 30: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

30

SECTION II

BID CAPACITY

INFORMATION

Page 31: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

31

2.1 Letter of Transmittal:

To, The Superintending Engineer, Beed Irrigation Project Circle

Parli Vaijnath

Sub :- Submission of Bid Capacity application for the work of

Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala. Sir, Having examined the details given in invitation and technical note for the work of Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala.

I/We hereby submit the Bid Capacity information and relevant documents.

1.0. I/We hereby certify the truth and correctness of all statements made and information supplied in the

enclosed Annexure 1 to 9.

2.0 I/We have furnished all information and details necessary for Bid Capacity as bidder (s) and that, no

further information remain to be supplied.

3.0 I/We authorise the project authorities verify the correctness thereof as well as to approach any

Government, department, individuals, employees, firms and/ or corporation to verify

correctness of Information and certificate submitted by me/us to prove my/out competence

and general reputation.

4.0 I/We submit the following certified certificate(s) in support of our suitability, technical know how,

capability and having successfully completed the works from the clients/owners of respective works.

1. 2. 3. 4.

Enclosed: Seal of Applicant. Signature of Contractor Date of submission

Page 32: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

32

2.2 STATEMENT NO.1 2.2. STATEMENT FOR DETERMINING VALUE OF ‘A’ i.e. MAXIMUM

VALUE OF CIVIL ENGINEERING WORKS (Vide Para 7(vii)of Detailed Tender Notice)

Sr. No.

Name of work Value of Civil Engineering works done during the year (excluding advance such as mobilisation advance, machinery advance etc.) Rs. in

Lakhs

Vth year

IVth year IIIrd year IInd year Ist year Total

1 2 3 4 5 6 7 8

Note:

1. For No. of years please refer Para 5.4 of Annex-A to Section I

2. Figure 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 Certificate as mentioned above.

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 is filled in by Income Tax Authorities. In case this information is not filled in, the contractor shall submit balance sheets of last 5 years duly certified by the chartered accountant.

Page 33: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

33

2.3. Statement No. 2 2.3. Statement for determining value of “B” i.e. value of existing commitments and ongoing works to

be completed in the period stipulated for completion of the work certified regarding this will be required to be countersigned by the Engineer-in-charge.

Amount in Rs Lakhs

Sr. No.

Name of

Work

Month &

Year of

commencement of work

Amount of

Contract

Revised

Tender Cost

Period of Completio

n

Schedule

date of

completion

Balance cost as on date

given in Annex-A Para 5.1

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

NOTE : 1) Figures in Column 3 to 9 should be supported by certificates issued by

Executive Engineer in case of Government / Semi Government works and by head of office in case of other organization. Certified that the above information is true and correct to the best of my knowledge and belief.

Page 34: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

34

2.4. PROFORMA 1(a)

DETAILS OF THE WORKS COMPLETED

(Separate information for each work)

1. Name of Work :

2. Agreement No. and year :

3. Place of country :

4. Total Tendered

cost of work (Rs. In Lakhs) :

5. Brief description of work including :

Principal features and quantities

Of main items of the work

6. Annual turnover

No. Items Unit Quantities executed (Certificate of concerned authorities is

essential

V th Year IV th Year III rd Year II nd Year I st

Year

6.1 Physical

1. Excavation in soft strata

2. Embankment

3. Metalling 40-60 mm

6.2 Financial

Financial turnover

defined as billing for

works (Excluding

advance, Price

Escalation, payment

received duly certified

by concerned

authorities.

Page 35: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

35

7. Period of Completion

a) Date of commencement : -----/----/----

b) Originally stipulated period of

completion : -----/----/----

c) Schedule Date of completion : -----/----/----

d) Extended date of completion : -----/----/----

e) Actual period 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

8. Were there any penalties / fines/ stop Notice

Compensation “liquidated damages

Imposed (Yes or No)

(If yes, give amount and explanation)

9. Name, Designation, Department 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

Mobilizing large value contracts with

Modern technology of the development

Of Latest heavy construction equipment

13. Details of quality control arrangement

Made by the contractor of his own

On these works.

Certified that the above, information is true and correct to the best of my knowledge and behalf.

Signature of the Contractor

Page 36: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

36

2.5. PROFORMA 1(b)

DETAILS OF THE WORKS IN HAND

(Separate information for each work)

1. Name of Work :

2. Agreement No. and year :

3. Place of country :

4. Total Tendered

cost of work (Rs. In Lakhs) :

5. Name of applicant’s Engineer-

In-charge with Educational

qualification

6. Annual turnover

No. Items Unit Quantities executed (Certificate of concerned

authorities is essential

V th

Year

IV th Year III rd Year II nd Year I st

Year

6.1 Physical

1. Excavation in soft

strata

2. Embankment

3. Metalling 40-60 mm

6.2 Financial Rs. In

Lakhs

Page 37: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

37

7. i) Percentage of physical completion :

ii) Cost of work completed :

iii) Revised Tendered cost :

iv) Balance cost on the date stipulated :

v) Stipulated date of completion :

vi) Anticipated date of completion :

8. Whether work progress is as per tender

Programme (Yes/No). If not

explain the reason

9. Expected yearwise programme

of completion

1) Present year

2) Next Year

10. Were there any fines, claims

Or stop Notices filed by the

Employer (Yes/No)

11. Details of quality control arrangement

Made by the contractor of his own

On these works.

12. Name, designation and complete

Address with whom the contents

Can be verified.

Certified that the above, information is true and correct to the best of my knowledge and behalf.

Signature of the Contractor

Page 38: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

38

2.6 PROFORMA 1( c ) Details of quantities executed and amounts of the works (completed and ongoing) for last Five years.

Qty – Quantities in thousand cum. For excavation, embankment and metalling Amt – Amount (Rs. in lakhs)

Sr. No.

Years Excavation Embankment Metalling Total financial turnover during the year

Soft strata Hardstrata

Qty Amt

Qty Amt Qty Amt Qty Amt Qty Amt

1 Year 2007-08 a) completed b) ongoing

Total

2 Year 2008-09 a) completed b) ongoing

Total

3 Year 2009-10 a) completed b) ongoing

Total

4 Year 2010-11 a) completed b) ongoing

Total

5 Year 2011-12 a) completed b) ongoing

Total

6 Any time Before 5 years completed

Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of the Contractor

Page 39: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

39

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 and Loss statement with Auditor’s report for the last five years, it should interalaid with the following information. How much is i) your working capital.

ii) your Turnover on Civil Engineering works

Year Amount of turnover during the year

Multi plying factor

brought to current price level by multiplying amount in col. 2 by factors given in col. 3 (Rs.in lakhs)

1 2 3 4

V th year IV th year III rd year II nd year Ist year

1.5 1.4 1.3 1.2 1.1

iii) Years Gross Income (Rs. In Lakhs)

i) V th year ii) IV th year iii) III rd year iv) II nd year v) I st year

4 Total liabilities a) current Ratio

1. Current Assets 2. Current Liabilities

b) Total liabilities to net worth

5 Debt equity ratio. (Defined as Debt/Equity)

6 What is the maximum value of the project that you can handle?

Page 40: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

40

7 Have you ever denied tendering facilities by any Government department, Public sector Undertaking (give details).

8 What are your sources of 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 limit enjoyed by

the firm during each of the last five years with bank wise breakup.

b) Portion of Bank guarantee already utilised as on date of application.

11 Overdraft limits enjoyed during each of the last five years with Bank wise breakup.

12 Name and address of Bankers from whom reference can be obtained.

13 Have you ever been declared bankrupt? (If yes, please give details)

Certified that the above information is ture and correct to the best of knowledge and belief.

Signature of the Contractor

Page 41: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

41

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

Personnel staff which the applicant

Will employ on proposed work

A) Individual’s Name :

B) Educational Qualification :

C) Details of Training given for :

Each type of works

D) Present position of office :

E) Professional experience and :

No. of Years of experience in

Similar works

F) Years with the applicant :

G) Language known :

H) Distribution of above personnel on

Works in hand and on this work

Applied for pre-qualification.

i) Remarks :

3. Contractors shall submit a valid

And current License issued in his

Favour under the Provisions of

Contract Labour (Regulation and

Abolition ) Act, 1970 and the

Maharashtra Contract Labour (R &A)

Rule 1971

Certified that the above information is true and correct to the best of my knowledge and

belief.

Signature of Contractor

Page 42: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

42

2.9 PROFORMA – 4

RESOURCES : PLANT AND EQUIPMENT

Sr. No. Items of execution as stated in with

Annex-A

Machinery with contractor

Machinery to be deployed for other

works

Machinery to be used for this works

Type No. Type No. Type No. Type No.

Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor

Page 43: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

43

2.10. PROFORMA – 4(a)

Details of Plants and equipment owned by the Applicant which shall be used for

construction of structure in the following proforma.

(Separate Information for each type of equipments, supply coloured photograph of the each

machine which is costing more than Rs. 10 Lakhs)

1. Name of Equipment :

2. Name of Units :

3. Make/ Manufacturer :

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’s and

Machinery for this work :

12. For each machine costing more :

Than as Lakhs attach

Coloured photograph

13. 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

Form PGDC (See Rule 72(i)7)

iv) Certificate of fitness in form

(See Rule 62(1)(7)

Page 44: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

44

Note : In case of Non RTO machinery if the machinery is new the manufacturer sales certificate

shall be produced. In case of second hand machinery, that purchase document with proof of payment

and balance sheet certified by the Chartered Accountant shall be produced in lieu of certificate of

Chartered Accountant, 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 the Contractor

Page 45: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

45

2.11 PROFORMA – 4(b)

Details of Additional Plants and Equipments which shall be procured by the applicant

for this work in the following proforma

1. Name of Equipment :

2. Name of Units :

3. Kind of Make :

4. Country of Origin :

5. Capacity :

6. Approximate Cost Rs. (In Lakhs) :

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 the Contractor

Page 46: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

46

2.12. PROFORMA – 5

STRUCTURE AND ORGANISATION

1. Name of Applicant :

2. Nationality of applicant :

3. A) Registered Address

Telegraphic Address :

Telephone Number :

Telex Number :

Fax Number :

B) Office address for correspondence

4. A) Year established (When & where)

And legal name as formed individual/

Firm/ Company

B) Class of registration with Government

Of Maharashtra and with MKVDC/VID

KIDC/ TIDC/ GMIDC

5. Whether the a pplicant is

a) An Indivdual

b) A proprietary firm

c) A limited company or corporation

d) A member of a group of companies

(If yes, give name, address, connection

And description of other companies)

e) a subsidiary of large organization

(If yes, give name and address of the

Organization). If the company is

Subsidiary what involvement, if any

The parent company have in the product

f) Joint Venture consortia (if yes, give

name and address of each partner)

Page 47: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

47

6. Attach the organization chart showing

The

7. What best describe you

a) Engineers and Contractors

b) Consulting Engineers and contractors

c) If other please specify

8. Number of years of experience

a) As a prime contractor

i) In own country (Specify country)

ii) internationally (Specify country)

b) In a Joint Venture

i) In own country

ii) internationally

c) As a Sub-contractor

i) In own country

ii) internationally

9. How many years has your organization

Been in business under your present Name?

And what were your fields when your

Established your organization/ 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 the

Reason thereof.

11. Have you ever failed to complete any

Work awarded to you (if so, which, when

And why)?

Page 48: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

48

12. In how many projects you asked for

Arbitration after rectification(if so, when

Where and why) and how many cases

Settled your favour?

13. In how many projects your were imposed

Penalties for delay?

14. Have any key personnel of partner of your

Organization Even been an officer or

Partner of some other organization that

Failed to complete the construction contract?

(If so, State name of individual

If other organization)

15. Have any key personnel of partner of

Your organization ever failed to complete

The construction contract and led in his

Own name.

16. In what field do claim specialization

And are interested to work?

17. Give details of your experience in

WBM Road work 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 the Contractor

Page 49: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

49

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 indication how the applicant considers himself eligible for prequalification for the work.

Certified that the above information is true and correct to the best of my knowledge and belief. Signature of the Contractor

Page 50: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

50

2.14 PROFRMA - 7

Details of works tendered for as on the date of submission of prequalification document

1 Name of work

2 Estimated Cost Put to Tender

3 Tender 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 the Contractor

Page 51: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

51

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

Godavari Marathwada Irrigation Development Corporation, on ………………… (Enter date of opening of

the tenders)

2. I/We have been awarded following contract(s) for the work of dams /canals/ other works on

………………… (Enter date of opening of the tenders) in Godavari Marathwada Irrigation Development

Corporation area (The works awarded prior to formation of Godavari Marathwada Irrigation Development

Corporation are also to be included)

Sr No

Particulars 1 2 3 4 5 and 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.

Page 52: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

52

3. I/We have tendered for the following work(s) in GMIDC as on …………… (Enter date of opening of

tender) and my/our offer is lowest responsive offer.

Sr No

Particulars 1 2 3 4 5 and 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.

Signature of the Contractor

Page 53: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

53

2.16 PROFORMA 9

JOINT VENTURE

If the applicant intends to enter into a 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 addresses of Bankers of the

Joint Venture

6. Details regarding financial particulars

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 knowledge and belief.

Signature of the Contractor

Page 54: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

54

CERTIFICATE

(To be signed by the Contractor / Authorised representative of the Contractor authorized to sign tender

documents)

1) Certified that I have not been / our firm / Company has not been levied compensation on

account of slow progress of work under clause-2 of B-1 contract or any other clause of the

contract on any work, within or outside jurisdiction of GMIDC, entrusted to me / our firm /

company during last five years.

2) Certified that all the information given by me / us in this booklet for qualifying to tender for the work is true and correct.

We understand that if the Corporation authorities find any of the information given by me / us to be

incorrect, untrue or misleading, I / We will be disqualified to tender for the above work, my / our name

will be removed from the approved list of contractors in GMIDC Aurangabad.

Signature of the Contractor/

Authorized representative

Page 55: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

55

PROFORMA-10

( To be typed on 100 Rs. Stamp paper) Responsibilities of lead contractor in case of Joint Venture.

I -------------------------------------------------------------------------------------------------------------------

Partner of ------------------------------------------------------------------------------------ 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------------------------------------ at---

--------------------------------------------------------for the purpose of tender.

We hereby certify that, in case of any dispute, breach of 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

arising out of the contract or physical completion of work, till the expiration of the defect liability period under

the contract.

Place : Date : Firm : Signature of stamp of lead Witness : 1)---------------------------------------------------------------------------- 2)----------------------------------------------------------------------------

Page 56: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

56

2.17 PROFORMA-11

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE

AGREEMENT

FOR

CONSTRUCTION OF .....................................................................................................................

TALUKA.., .............................: ...... .: ............... ,...'.... DISTRICT .....................................................

DEED OF PARTNERSHIP (JOINT VENTURE OF M/S. : ....................................................................

ANDM/S ........................................................................................ ". ..........)

This memerandum of Understanding for joint Venture Agreement made and entered into at

......................................... . (Place) "this .............. the day of ............................................ 20 ....... by

and between.

1, M/s. ..................................................................................................... ..with it's registered

office at .............................................. hereinafter referred to as Part No. 1

AND

2. M/s ...................................... : ............................................................... with it's registered

office at ...............................................hereinafter referred to as Part No. 2

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 pur

pose of this agreement.

"Apex Co-ordination Body (ABC) shall mean the body comprising Managing Directors of the Parties

to the joint Venture"

"The owner" shall mean GODAVARI MARATHWADA IRRIGATION DEVELOPMENT

CORPORATION, AURANGABAD.

"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.

Page 57: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

57

JOINT VENTURE (JV)

(Where as the Parties hereto declare that, they agree and undertake to form a joint Venture for the purpose of

eecution 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 subjet works. Nothing herein contained shall be considered to

construe the Parties or Partners to constitute either Pary the agent of the other.

WITNESSES :

Whre as the Executive Engineer, .................. ............................................................. . ..........................

hereinafter referred as the Executive Engineer, have agreed to award the work of Construction of

...................................................................... . ................ .................................................................

hereinafter referred as "the works to the joint Venture"

Where as --------------- and ------------------- wish to execute the Contract, if awarded as per the terms of this

indenture. Nowtherefore this Deed of Partnership Witnesses 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, MOU shall come into force force from the date of this MOU i.e. the day of

3. That, the operation of this MOU for JV firm concerns and is confined to "the

works" only.

4. That, the name of the joint Ventrue firm shall be" .......................................................................

JOINTVENTRUE".

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" ...................................................

…………………………………………………….JOINTVENTRUE"

Page 58: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

58

6. That this MOU for JV shall regulate the relations between the parties and shall include, without being limited to them, the following conditions:

(a) ............................................................................................. shall be the lead Company

6. That this MOU for JV shall regulate the relations between the parties and shall include, without being limited to them, the following conditions:

(a) ............................................................................................. shall be the lead Company

i in-charge of the joint Venture for all intents and purposes.

(b) The parties hereto shall be jointly and severally liable to GMIDC 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 JV M/s .....................................................................

shall be the lead Manager of the JV firm and shall have the power to control and manage the

affairs of the JV.

(d) That on behalf of the joint Venture Shri(----------------------------------------------------------------------------------)

Authority to incur 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 the

joint Venture's bank account.

(e) One or two Bank accounts shall be opened in the name of JV to be operated by the

individual signatory 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 experience, technical knowledge and skill and shall in

all respects bear it's 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 as follows:

Name of Contractor Share percentage

______________________ _____________________%

______________________ _____________________%

And all rights, interests, liabilities, obligations, works, experience and risks (and all net profits or

ne 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,

sureties required for the works as well as it's

Page 59: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

59

proportionate share in working capital and other financial requirements, all in accordance with the

decisions of the Apex coordinating Body.

(g) Any loan / advances shall be shared by the --------------------- and ----------------------- at the

ratio of ............................................................................................. respectively.

(h) All funds, finance or working capital required for carrying out and executing the works or

contract shall be procured and utilized by the parties as mutuaally agreed by them and they shall

be liable and responsible for the same.

(i) The execution of the work on the site will be managed by a Project Manager reporting to the

ACB. The Project Manager shall be authorized to represent the JV on site in respect of matters

arising out or under the contract.

(j) The ------------------and -------------------- shall be jointly and severally liable towards the owner

for the execution of the contract commitment in accordance with contract conditions.

(k) The JV shall be registered with the Registrar firms, Maharashtra State. Prior written approval

of GMIDC 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.

(I) This joint Venture Agreement shall not be dissolved till the completion of the defect liablity

period as stipulated in the Tender Document conditions of the works and till all the liabilities

thereof are liquidated.

(m) That, questions relating to validity and interpretation of this Deed shall be governed by the

laws of India. Any disputes in interpretation of any conditions mentioned herein shall be referred to

any Arbitrator by mutual consent of the parties to the JV and such proceedings shall be governed

by the Indian Arbitration and Conciliation Act. 1996. The award of the Arbitrator shall be final

and binding on the parties, hereto. Neither the obligations of each party hereto to perform the

contract nor the execution of works shall stop during the course of these arbitration proceedings

or as a result thereof.

(n) 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 GMIDC.

Page 60: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

60

(o) Bank account(s) in the name of the joint Venture firm may be opened with any Nationalized or

Scheduled Bank and the representatives of JV partners are authorized to operate upon such

accounts individually.

(p) 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 be

closed at the end of the every financial year.

(q) That the financial year of the firm shall be the year ended on the 31 st day of March every year.

(r) 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 at the end of the financial year, andas to te profit or joss 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.

LEGAL JURISDCTION :

All matters pertaining to or emanating from this JV agreement involving the owner shall be

subject to judicature at Mumbai.

NOTICES AND CORRESPONDANCE :

All correspondences and notices to the JV shall be sent to any one of the following addresses.

(1)---------------------------------------------------------- (2)------------------------------------------------------

Wiil be intimated in due course within a week from date of “Work Order” IN WITNESSES WHEREOF the parties have caused their duly authorized representatives to sign below: Signed for and behalf of Signed for and behalf of

______________________ _______________________________

---------------------------------- ------------------------------------------------

Page 61: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

61

2.18 Proforma-12

Declaration of Contractor regarding poor performance

(To be signed on Rs 100 Bond paper by the Contractor' Authorized Representative of the contractor,

authorized to sign tender documents).

To,

Superintending Engineer,

Beed Irrigation Project Circle,

Parli Vaijnath

Sir,

I--------------------------------------------------------------------------------------------------------- (Contractor)

Declare that, during last two year from 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 Government Department Previously.

2) I have not abandoned any work for reasons attributable to me.

3) I have not delayed completion of any work for reasons attributable to me.

I Undertake that the above information is true to the best of my knowledge and belief.

I am fully aware that my Pre-Qualification Bid or Tender will be treated as non responsive and will be

summarily rejected at any time if above information is found to be false and misleading by the

concerned authority.

Signature of Contractor

Page 62: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

62

2.19 Proforma-13

Quality Control Equipment with Contractor & Quality assurance

Plan of Contractor.

1) Quality Control Equipments required with Contractor

Sr.No. Name Make Capacity

2) Quality Assurance plan of Contractor

a) Details of Personal for looking quality of works.

b) Methodology proposed for quality assurance of work

c) Method of reporting of quality assurance of work.

Page 63: BID CAPACITY DOCUMENT · 2.17 CERTIFICATE 53 2.18 10PROFORMA 54 2.19 11PROFORMA 55-59 2.20 12PROFORMA 60 2.21 13PROFORMA 61 2.22 14PROFORMA 62. 5 Press Notice Godavari Marathwada

63

2.20 Proforma-14

CHECKLIST OF DOCUMENTS SUBMITTED ALONG WITH

BID-CAPACITY DOCUMENTS

(To be filled in by Contractor)

Sr. No. Name of Document Page No. of contractors

submitted documents

1

2

3

4

5

6

7

8

9

10