pq 566.04 secon call - e tendersadf.maharashtra.etenders.in/tpoimages/mkvdc/tender/tender231.pdf ·...

66
Contractor No. of Corrections. Executive Engineer, 1 CHIEF ENGINEER (S.P.) W.R.D. PUNE EXECUTIVE ENGINEER MHAISAL PUMP HOUSE DIVISION No.1, SANGLI. (Govt. of Maharashtra Undertaking) SUPERINTENDING ENGINEER KRISHNA KOYNA LIFT IRRIGATION PROJECT CIRCLE, SANGLI. PRE-QUALIFICATION DOCUMENTS Constructing of Trash Rack @ Mhaisal pupm house stage-II at Mhaisal & stage - III at Bedag & Construction of C. R Cum Escape @ Ch.5/530 m of Arag main Canal and @ Ch.8/320 m of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist-Sangli 566.04

Upload: ngokhuong

Post on 29-Aug-2019

220 views

Category:

Documents


0 download

TRANSCRIPT

Contractor No. of Corrections. Executive Engineer,

1

CHIEF ENGINEER (S.P.) W.R.D. PUNE

EXECUTIVE ENGINEERMHAISAL PUMP HOUSE DIVISION No.1, SANGLI.

(Govt. of Maharashtra Undertaking)

SUPERINTENDING ENGINEER KRISHNA KOYNA LIFT IRRIGATION PROJECT CIRCLE, SANGLI.

PRE-QUALIFICATION DOCUMENTS

Constructing of Trash Rack @ Mhaisal pupm house stage-II at Mhaisal & stage - III at Bedag & Construction of C. R Cum Escape @ Ch.5/530 m of Arag main Canal and @ Ch.8/320 m of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist-Sangli

566.04

Contractor No. of Corrections. Executive Engineer,

2

INDEX

Sr. No. Particulars Page No.

Time Schedule & Press Tender Notice 5

Detailed Tender Notice. 8

1.00 SECTION 1 : INFORMATION AND INSTRUCTIONS

TO APPLICANTS

10

1.10 General 11

1.20 Method or applying 12

1.26 Manner of submission of pre-qualification documents &

it’s accompaniments

14

1.30 Definition 16

1.40 Final decision making authority 16

1.50 Clarification 16

1.60 Particulars provisional 17

1.70 Site visit 17

1.80 Minimum eligibility criteria for Pre-qualification 17

1.90 Evaluation criteria for Pre-qualification 18

ANNEX-A

A. Description of the project 21

B. Status of the project 21

C. Climatic conditions 21

D. Scope of the work 22

1. Details of the work 23

2. Information for obtaining documents. 24

3. Work and site conditions. 25

4. Period of completion and programme of work. 25

5. Other date for statements and proforma. 26

6. Minimum Eligibility Criteria for Pre-qualification 26

7. Composition of Evaluation committee 27

8. List of Machinery 28

Contractor Executive Engineer

3

Sr.No. Particulars. Page No.

Section – II : PREQUALIFICATION INFORMATION 29

Letter of transmittal 30

2.1 Statement -1 Bid Capacity. 31

2.2 Statement -2 Bid Capacity. 33

2.3 Statement -3 34

2.4 (a) Proforma- 1 35

2.4 Proforma- 1(a) 37

2.5 Proforma- 1(b) 39

2.6 Proforma- 1(c ) 41

2.7 Proforma – 2 42

2.8 Proforma – 3 44

2.9 Proforma – 4 46

2.10 Proforma – 4(a) 47

2.11 Proforma – 4(b) 49

2.12 Proforma – 5 50

2.13 Proforma – 6 53

2.14 Proforma – 7 54

2.15 Proforma – 8 55

2.16 Proforma – 9 56

2.17 Proforma – 10 57

2.18 Proforma – 11 58

2.19 Proforma – 12 59

2.20 Proforma – 13 Check list 60

2.21 Proforma – 14 Joint Venture Format. 61

2.22 Proforma – 15 66

Contractor Executive Engineer

4

PRESS NOTICE,

TENDER NOTICE

Contractor Executive Engineer

5

TIME SCHEDULE

Contractor Executive Engineer

6

(Government of Maharashtra Undertaking)

eTender Notice No. 01 for 2012-2013 IInd Call Main Portal: http://maharashtra.etenders.in

MKVDC Portal : http://mkvdc.maharashtra.etenders.in

Online application for Pre-qualification of below mentioned work are invited by Maharashtra Krishna Valley Development Corporation from contractors registered in appropriate class with Public Works Department of Government of Maharashtra . The Pre-Qualification Documents are available on website from 26/11/2012 to 10/12/2012. Sr. No.

Name of Work Estimated Cost (Rs.

Lakhs)

Class of Contractor

Period of Completion

1 Construction of Trashrack at Mhaisal Pump House St. II at Mhaisal & St. III at Bedag and Construction of C.R. cum Escape @ C.H. 5/530 of Arag Main Canal and @ Ch. 8/320 of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist - Sangli

566.04

Class - II

and above

24

Months

The Contractors participating first time in eTendering Bids will have to procure Digital Signature Certificate, Username & Password from competent authorities as per guideline mentioned on homepage of the website.

All requisite information required for the submission of Pre-Qualification documents is available in the above said website.

If any assistance is required regarding e-Tendering (upload / download) please contact Mr.Nikhil Kulkarni System Integrator (Mob.No. 9819658559, Phone No. 020-25315555, email- [email protected]) & Mr. Manoj ( Mob. No. 9769621811)

Sd/- Executive Engineer

Mhaisal Pump House Dn. No.1, Warnali, Vishrambag, Sangli

Ph.No. 0233 – 2302688 E-mail – [email protected]

Contractor Executive Engineer

7

<Ç-ÊxÉÊ´ÉnùÉ ºÉÚSÉxÉÉ Gò. 01 ºÉxÉ 2012-2013 ù (nÖùºÉ®úÒ ´Éä³ý) ¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä.

(¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉÉSÉÉ +ÆMÉÒEÞòiÉ ´ªÉ´ÉºÉɪÉ) Main Portal: http://maharashtra.etenders.in

MKVDC Portal : http://mkvdc.maharashtra.etenders.in

¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä JÉɱÉÒ±É nù¶ÉÇʴɱÉ䱪ÉÉ EòɨÉɺÉÉ`öÒ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòÉ¨É Ê´É¦ÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ `äöEäònùÉ®úÉEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ {ÉÚ´ÉÇ +½ÇþiÉÉ ºÉÆSÉ ¨ÉÉMÉÊ´ÉiÉ +ɽäþiÉ. ºÉnù®ú ºÉÆSÉ ´É®úÒ±É ºÉÆEäòiɺlɳýÉ´É®ú ÊnùxÉÉÆEò 26/11/2012 {ÉɺÉÚxÉ iÉä 10/12/2012 {ɪÉÈiÉ ={ɱɤvÉ +ɽäþiÉ.

+. Gò. EòɨÉÉSÉä xÉÉÆ´É ÊxÉÊ´ÉnùÉ ®úCEò¨É ¯û{ɪÉä ±ÉIÉ

EÆòjÉÉ]õnùÉ®úÉÆSÉÉ xÉÉånùhÉÒ ´ÉMÉÇ

EòÉ¨É {ÉÚhÉÇ Eò®úhªÉÉSÉÉ EòɱÉÉ´ÉvÉÒ

1

EÞò¹hÉÉ EòÉäªÉxÉÉ ={ɺÉÉ ËºÉSÉxÉ |ÉEò±{É-¨½èþºÉɳý ¦ÉÉMÉÉÆiÉMÉÇiÉ ¨½èþºÉɳý {ÉÆ{ÉMÉÞ½þ ]õ{{ÉÉ Gò. 2 ´É ¨½èþºÉɳý {ÉÆ{ÉMÉÞ½þ ]õ{{ÉÉ Gò. 3 EòSÉ®úÉ |ÉÊiɤÉÆvÉEò VÉɳýÒSÉä ¤ÉÉÆvÉEòÉ¨É ´É +É®úMÉ ¨ÉÖJªÉ EòɱɴÉÉ ºÉÉ.Gò. 5/530 ´É Eò´É`äö¨É½þÉÆEòɳý EòɱɴÉÉ ºÉÉ.Gò. 8/320 ªÉÉ Ê`öEòÉhÉSÉä EòÉ]õÊxɪÉɨÉEò iÉlÉÉ +ÊiÉ´ÉɽþEò SÉä ¤ÉÉÆvÉEòɨÉ

566.04 ´ÉMÉÇ 2 ´É iªÉÉ´É®úÒ±É

24 ¨ÉʽþxÉä

VÉä `äöEäònùÉ®ú {Éʽþ±ªÉÉnùÉSÉ <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉäiÉ +ɽäþiÉ iªÉÉÆxÉÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú Ênù±É䱪ÉÉ ¨ÉÉMÉÇnù¶ÉÇEò iÉi´ÉÉxÉÖºÉÉ®ú |ÉlÉ¨É Êb÷VÉÉÒ]õ±É ˺ÉMÉÊxÉSÉ®ú ªÉÖZÉ®ú +ɪÉb÷Ò ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò¯ûxÉ PÉähÉä +ɴɶªÉEò +ɽäþ. <Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þªªÉiÉÉ +ɴɶªÉEò +ºÉ±ªÉÉºÉ (b÷É>ðxÉ ±ÉÉäb÷/+{É ±ÉÉäb÷) iÉ®ú ¸ÉÒ. ÊxÉÊJÉ±É EÖò±ÉEhÉÔ ÊºÉκ]õ¨É <Æ]õÒOÉä]õ®ú (¨ÉÉä¤ÉÉ<Ç±É xÉƤɮú 9819658559,¢òÉäxÉ xÉÆ. 020-25315555, [email protected]) +ÉÊhÉ ¸ÉÒ. ¨ÉxÉÉäVÉ, (¨ÉÉä¤ÉÉ<Ç±É xÉƤɮú 9769621811) ªÉÉÆSªÉɶÉÒ ºÉÆ{ÉEÇò ºÉÉvÉÉ´Éä . <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉÉ EòɨÉɺÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ ¨ÉÉʽþiÉÒ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ={ɱɤvÉ +ɽäþ.

ºÉ½þÒ/- EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ,

¨½èþºÉɳý {ÉÆ{ÉMÉÞ½þ ʴɦÉÉMÉ Gò.1, ºÉÉÆMɱÉÒ.

Contractor Executive Engineer

8

MAHARASHTRA KRISHNA VALLEY DEVELOPMENT CORPORATION, PUNE

DETAILED TENDER NOTICE NO.01 FOR 2012-13

CIRCLE :- Krishna Koyna Lift Irrigation Project Circle, Sangli DIVISION :- Mhaisal Pump House Division No.1, Sangli.

1. Online digitally signed application for Pre-Qualification / Tender for the following works are invited by the Executive Engineer, Mhaisal Pump House Division No.1, Sangli, from the contractors registered with Public Works Department, Govt. of Maharashtra in appropriate class.

Sr, No.

Name of work Estimated cost put to tender (Rs. Lakh)

Earnest Money Deposit (Rs. Lakh

Time limit for

completion

Cost of blank tender

form (Rs.)

Class of Registration

1. Construction of Trashrack at Mhaisal Pump House St. II at Mhaisal & St. III at Bedag and Construction of C.R. cum Escape @ C.H. 5/530 of Arag Main Canal and @ Ch. 8/320 of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist - Sangli

566.04

5.66

24 Months

15000/-

Class - II

and above

2. The forms of Pre-qualification documents are available on the eTendering website of Govt. of

Maharashtra http://mkvdc.maharashtra.etenders.in. The aspiring Bidders will have to download Pre-qualification form, from the website mentioned above. While submitting the dully filled Pre-qualification Documents the Bidder are required to Deposit Rs.5000/- (Rs.Five Thousand only) in any form in the name of Executive Engineer, Mhaisal Pump House Division No.1, Sangli on account No. 48712010000510 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit of such amount should be uploaded. Those contractors whose Pre-qualification Form Fee amount is not reflected in the I.D.B.I. Bank at Sangli Branch account No 48712010000510 will not be evaluated further. The bidder has to fill in online format and upload information regarding Bid Capacity online. Also he has to download the Pre-qualification application form from website, fill it and upload the scanned copy of duly filled form, alongwith required documents. The results of Pre-qualification will be available on website and also will be communicated to the successful bidders by email.

3. The blank tender forms will have to be downloaded by the Pre-qualified contractor only from the website of Govt. of Maharashtra http://mkvdc.maharashtra.etenders.in “Tender Purchase. While submitting the dully filled Tender Documents the Bidder are required to Deposit Tender fee amount in any form in the name of Executive Engineer, Mhaisal Pump House Division No. 1, Sangli on account No. 48712010000510 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those contractor whose Blank Tender Document Form Fee amount is not reflected in the I.D.B.I Bank at Sangli Branch account No 48712010000510 there envelop No.2 will not be opened.

4. The contractor has to prepare & submit Pre-qualification Document online on or before as per

Contractor Executive Engineer

9

schedule.

5. The date of Pre-Tender conference will be communicated to qualified bidders.

6 The contractor should upload the documents in readable form, He should take trial of uploads by taking printout. The unreadable documents will be treated as null & void. The remaining documents will be evaluated. The decision of opening Authority regarding this will be binding to all contractors.

7 All rights are reserved to reject any or all Pre-qualification documents without assigning any reason by the competent authority.

8 If any assistance is required regarding e-Tendering (upload / download) please contact Mr.Nikhil Kulkarni System Integrator (Mob.No. 9819658559, Phone No. 020-25315555 [email protected] and Manoj M.No. 9769621811)

Executive Engineer Mhaisal Pump House Dn. No.1 Warnali, Vishrambag, Sangli

Contractor Executive Engineer

10

SECTION-I

INFORMATION AND

INSTRUCTION TO THE

APPLICANTS

Contractor Executive Engineer

11

SECTION – 1 1.00 INFORMATION AND INSTRUCTIONS TO APPLICANTS :

1.10 GENERAL :

“Corporation” shall mean the ‘Maharashtra Krishna Valley Development Corporation, Pune, acting through its Executive Director, as defined in Maharashtra Act XV of 1996.

Maharashtra Krishna Valley Development Corporation, Pune is a body corporate constituted under the Maharashtra Act XV of 1996 and has been established by the notification published in the Gazette Irrigation Department dated 4/4/1996. The head quarters of the Maharashtra Krishna Valley Development Corporation (MKVDC, Pune or MKVDC for short and hereinafter referred to only as Corporation) is Pune. The official postal address for correspondence is –

The Office of the Executive Director, Maharashtra Krishna Valley Development Corporation, Sinchan Bhavan, Barne Road, Mangalwar Peth, PUNE – 411 011.

GENERAL INFORMATION The functions & powers of the Corporation have been listed in the Maharashtra Act XV

of 1996. In general, it has been entrusted with the work of investigation, planning, designing of projects, maintenance of completed projects, construction of projects and irrigation management of the Major, Medium and Minor projects (command area more than 250 Ha) in the Krishna River Basin.

1.11 The online tenders in B-1 forms are invited by the Corporation from the registered contractors with PWD. (GOM) for the work, details of which are given in Annex-A of this section. Before issue of main tender documents, the online Pre-qualification application are invited from the contractors.

1.12 The Contractor should download Prequalification Document from the website.

1.13 The online forms of master filter should be filled in completely and all questions should be answered. All information requested for in the enclosed forms should be furnished against the respective columns in the form. If any particular query is not relevant, it should be stated as “Not Applicable” Only ‘dash’ reply will be treated as incomplete information. All applicants are cautioned that incomplete information in the application or any change(s) made in the prescribed forms will render application to be treated as non-responsive.

1.14 The Pre-qualification documents shall be typed on applicant’s letterhead and uploaded the scanned copy.

Contractor Executive Engineer

12

1.15 Any overwriting or correction shall be attested. All pages of the Bid capacity document

shall be numbered and should be submitted as package with a signed letter of transmittal.

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

1.17 Information and certificate(s) furnished along with the application form (the respective application that vouches to the suitability, technical know-how and capability of the applicant) should be signed by the applicant.

1.18 The applicant is encouraged to attach any additional information, (Photographs of works which were already carried out which he thinks necessary in regards to his capabilities). No further information will be entertained after submission of pre-qualification documents unless it is requested by the Maharashtra Krishna Valley Development Corporation, Pune, (hereinafter referred to as MKVDC or Corporation).

1.19 The pre-qualification documents in prescribed forms as required in this booklet duly completed and signed should be uploaded on web site along with all relevant documents. The documents submitted in connection with the pre-qualification shall be treated as confidential and will not be returned.

a) The cost incurred by applicant in preparing this offer, in providing clarification or attending discussions, conference in connection with this document, shall not be reimbursed by the MKVDC, Pune 411 011 under any circumstances.

b) In the event of any applicant wishing to withdraw from prequalification, the applicant

must write an explanatory letter to the C.E. (S.P.) Water Resources Department, Pune to return the documents. However, the cost of Bid capacity documents already paid shall not be refunded, in any case or on account of any reason.

1.20 METHOD OF APPLYING.

1.21 If the application is made by an individual, it shall be signed by the individual above his full name and current address.

1.22 If the application is made by a proprietary firm, it shall be signed by the proprietor above his full name and the full name of his firm with its current address.

1.23 If the application is made by a firm in partnership, it shall be signed by all the partners of the firm above their full typewritten names and current addresses or by a partner holding valid power of attorney on behalf of the firm by signing the application, in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed, current address of all the partners of the firm shall also accompany the application.

Contractor Executive Engineer

13

1.24 If the application is made by a limited company or a Corporation, it shall be signed by a duly authorized person holding the power of attorney for signing the application, in which case a certified copy of the power of attorney shall accompany the application. Such limited company or corporation may be required to furnish satisfactory evidence of its existence before the pre-qualification is awarded.

1.25 If the application is made by a joint venture or consortia of two or more firms as partners.

a) The application shall be signed so as to be legally binding on all partners.

b) A Joint venture between single contractors, Partnership Firm, Joint Stock Limited Company, Private / Public Limited Company may be permitted subject to the following conditions.

i) The Joint Venture should be partnership firm, duly registered with the Registrar of Firms, Maharashtra State. In such a case a signed Memorandum of Understanding (MOU) as per the format prescribed by the corporation between two associating firm / company / individual already enrolled in the list of Govt. of Maharashtra (P.W.D. registered contractors, shall be submitted with the application then the proposed joint venture shall be considered eligible to receive tender documents. The tenderer shall be informed accordingly, whereupon the tenderer shall be required to enter into a Joint Venture (JV) partnership by signing an instrument as per the M.O.U. referred to above on Judicial Stamp paper of appropriate value. The various conditions mentioned in para 1.25 (b) shall be incorporated in M.O.U. The joint venture deed shall be submitted by the contractor well before date of submission of Tender. The Tender of such joint venture shall not be received by the Corporation unless the Joint Venture agreement registered with registrar of firm is submitted to the Tender receiving authority.

ii) The Joint Venture deed shall be got approved from MKVDC, before it is registered with the Registrar of firms Maharashtra State.

iii) Specific stipulation should be made in the joint Venture deed to seek prior written approval of MKVDC, before any changes are proposed to be made in the Joint Venture deed, once it is registered with Registrar of Firms, Maharashtra State.

iv) The Joint Venture partnership shall not be dissolved till the completion of defect liability period as stipulated in tender conditions and till all the liabilities thereof are liquidated.

v) The shares of assets and liabilities of lead firm shall not be less than 60% and the percentage share of each other firm in Joint Venture partnership deed shall not be less than 20%. All the firms should be enrolled in the list of GOM (PWD Registered Contractor).

vi) One of the partners shall be nominated, as being in-charge and this authorization shall be evidenced by submitting a power of attorney signed by a legally authorized signatory of all the partners.

vii) The partner in-charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture and entire execution of the contract including payment shall be done exclusively with the partner in charge.

Contractor Executive Engineer

14

viii) All partners of Joint Venture shall be liable jointly and severally for execution of the contract in accordance with contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (VI) above.

ix) Complete information pertaining to each partner in the respective forms duly signed by each such partner shall be submitted with the application.

x) In case of Joint Venture of foreign and Indian partners the Indian partners should be registered with G.O.M. (P.W.D.) Contractor.

xi) Separate information in respect of each firm (entered into Joint Venture) should be submitted in Proforma 1 to 15.

( c ) In case of Joint Venture, the sponsoring firm has to submit complete information and identify the lead firm. It would be necessary for the Joint Venture to establish to the satisfaction of the committee that the Venture has been made practical, workable and legally enforceable arrangements amongst the parties, that responsibilities regarding the execution and financial arrangements have been clearly laid down and assigned that the individual parties to whom such responsibilities etc. assigned are capable in their individual capacity to discharge them completely and satisfactorily and also that the lead firm has necessary skill and capacity to lead responsibility and involvement for the entire period of execution as well as leading role in control and direction of the resources of the entire Joint Venture.

(d) In case of any dispute or any breach of contract, the lead firm shall be held solely responsible for any recoveries due to the Govt. Or any fulfillment of works mentioned in the tender. A registered undertaking thereof (on stamp paper for Rs. 100/-) shall be submitted by the lead firm along with MOU as prescribed in proforma No.10.

(e) An independently pre-qualified firm, or Joint Venture consortia may, during the tender period, strengthen its capacity by subsequent incorporation of another pre-qualified firm or Joint Venture to form new Joint Venture amongst them but should seek approval of the Chief Engineer, (Specified Projects), Pune not later than 15 days prior to bid opening.

(f) Bidders may be pre-qualified independently or in a Joint Venture but they would be allowed to submit only one bid.

1.26 MANNER OF SUBMISSION OF PRE-QUALIFICATION & ITS ACCOMPANIMENT.

Pre-qualification documents are to be uploaded in master filter proforma. Also they have to download Prequalification form from wed site, fill it completely and upload on web site by scanning. The Contractor shall submit the documents listed as below along with pre-qualification booklets and check list prescribed in Proforma-13, The additional information or documents shall be submitted in separate file as mentioned in para 1.17.

i) Certificate in or certified copy thereof as a registered contractor with PWD of Government of Maharashtra in appropriate class, even though submitted earlier while issuing pre-qualification booklets. Certificate should be valid on the date of submission.

ii a) An Income Tax Clearance Certificate from Income Tax Officer of the Circle (or true copy

Contractor Executive Engineer

15

thereof duly attested by a Gazetted Officer) valid on the date of submission. And

ii b) The Balance Sheet of last 5 years duly certified by the Chartered Accountant.

iii) VAT Registration certificate provided as per Maharashtra Value Added Tax Act 2005 under clause 8 & 9 of rule 58 from Sales Tax Department.

iv) Deed of Partnership or Article of Association and Memorandum of Association for Limited Company.

v) Details of Technical Personnel with tenderer ( Please refer Proforma-3)

vi) List of machinery and plants immediately available with the tenderer for use on this work and list of machinery proposed to be utilized on this work but not immediately available and the manner in which it is proposed to be procured ( Please refer Annexure-4, 4(a) and 4(b) ).

The contractor shall have to attach the documentary proof in respect of machinery owned by him as below. i) R.T.O. Registration ii) Certificate of Taxation iii) Goods carriage permit in from P-GD C ( see rule 72 (i) V ) iv) Certificate of fitness in form 38 ( see rule 62 (i) 7 )

In the case of non passing of machinery by R.T.O (being new machinery) the manufacturers sale certificate shall be produce . In case of second hand machinery the purchase document with proof of payment and balance sheets certificate by the Chartered Accountant shall be produced .In lieu of the certificate Chartered Accountant a certificate from a scheduled Bank of having financed the machinery will be acceptable.

vii) Details of work of similar type and magnitude carried out by the contractor duly certified by

the head of Office under Whom the works were completed in statement No.3

viii) Details of the works completed by the contractor certificate from the head of the Office under whom the works are completed should be enclosed. In Proforma 1(a),1(b),1(c)

ix) Details of the works tendered form in proforma - 7 and works in hand with the contractor in proforma - 1(a) & (b) along with the value of work unfinished on the last date of submission of the tender. the certificates from the head of the Office under Whom the works are in progress should be enclosed in proforma –1(b) . The performance of the contractor should be satisfactory.

x) Power of Attorney

xi) Professional tax clearance.

xii) The detail year wise quantities executed and amount of work completed and ongoing for

Contractor Executive Engineer

16

the last five years in proforma 1(c).

xiii) Employees provident fund registration and its clearance.

All documents required to be submitted with Prequalification document shall be attested by Gazetted Officer and if required , original copies shall be made available for verification.

xiv) The forms of pre-qualification documents are available on the eTendering website of Govt.

of Maharashtra http://mkvdc.maharashtra.etenders.in. The aspiring Bidders will have to download Pre-qualification form from the website mentioned above. While submitting the dully filled Pre-qualification Documents the Bidders are required to Deposit Rs.5000/- (Rs. Five Thousand only) in any form in the name of Executive Engineer, Mhaisal Pump House Division No. 1, Sangli on account No. 48712010000510 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit of such amount should be uploaded.

1.30 DEFINITIONS :

In this document (as herein after defined) the following word and expression will have the

meaning hereby assigned to them.

I. MKVDC : MKVDC means Maharashtra Krishna Valley Development Corporation, Sinchan Bhavan,

Barne Road, Mangalwar Peth, Pune-411 011.

II. APPLICANT : Applicant means individual, proprietary firm, firm in partnership, Limited Company,

Corporation or group of firms forming a Joint Venture / Consortia, applying to become eligible to tender.

III. Web site :- web site means http://mkvdc.maharashtra.etenders.in.

1.40 FINAL DECISION MAKING AUTHORITY The Committee headed by Chief Engineer (S.P.) , Water Resources Department, Pune-

11, reserves right to accept or reject any or all the applications for pre-qualification without assigning any reasons thereof and his decision will be final.

1.50 CLARIFICATIONS : The clarification (s), if any, may please be sought separately form either Executive

Engineer, Mhaisal Pump House Division No.1, Sangli, Tel. No. 0233 – 2302688 or from the Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle, Sangli ( Tel. : 0233 – 2302526 ) Mentioned in Annex –A para 2.1, 2.50 its binding on applicant contractor to produce the certification / original of any document enclosed in Pre—qualification document date & time specified By S. E./ E.E. its tails to produce the clarification/ document as requested by S.E. / E.E. in that case his Pre-qualification document will not be evaluated and will be rejected.

Contractor Executive Engineer

17

1.60 PARTICULARS PROVISIONAL : The particulars of the proposed works given in Annex-A to this section is provisional and

must be considered only as advance information to assist applicants. The accuracy of the particulars is not guaranteed in any form and this pre-qualification document or the Model. Tender Provision shall not form part of any contract which may subsequently be entered into tender document.

1.70 SITE VISIT : The work site can be inspected by the applicant, if he so desires, by prior appointment with

Executive Engineer, Mhaisal Pump House Division No.1, Sangli.

1.80 MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION The applicant must be well-established contractor with experience and capability in

construction of work similar to the work given in this documents. The applicant applying for pre-qualification must provide evidence of having adequate experience in modern technology in carrying out similar works having main items as mentioned in Para 6.1 (a) Experience of the prime and sub contractors approved by the owner shall be only considered for pre-qualification. In such a case share of the experience of the prime and sub contractor shall be counted in the proportion as stated in the agreement of subletting or joint venture in absence of stipulation of sharing of experience in the agreement the experience shall be taken in proportion of 80:20 for prime and sub contractors respectively. In case the subletting joint venture is not approved by the owner the experience of the work shall be considered that of prime contractor. In order to assess the experience and capability of contractor for execution of work under consideration, a minimum criteria has been specified. This minimum criteria is judged from the past experience of the contractor. The applicant bidder, as a prime contractor/sub contractor should have adequate bid capacity, executed the quantities of main items (as stated in Annex-A) in during the period of last five years. The other requirements such as that of turnover and that of execution of similar work is also stated in Para 6 of Annex-A. The applicant should have minimum 50% equipment of the requirement as indicated in Para-9 of Annex-A in his ownership & remaining equipment on hire agreement ( to be provided by necessary documents). Only those applicants, who satisfy the minimum criteria of eligibility, be evaluated for pre -qualification. A evaluation committee appointed for this will approve the evaluation. The decision of the evaluation committee will be final and binding on applicant. No correspondence will be entertained in this regard. Only the firm /contractors who become successfully Pre-qualified will be informed by email by the system automatically and Pre-qualified contractors will be eligible for getting tender documents.

Contractor Executive Engineer

18

ELIGIBILITY CRITERIA : The formula for evaluation of bid capacity is – Bid capacity = ( A x N x 2 ) - B Where, A = Maximum value of Civil Engineering Works executed in any one year during the

period of last five years ( updated to the Price Level, of the year in which the tenders are opened ) which will take into account the completed and ongoing works.

The maximum value of Civil Engineering works (A) executed in a year shall be minimum of following :

1. Ascertained from the certificates from Executive Engineer in case of Government and Semi – Government and from the head of offices in case of limited companies and Registered Co-Op. Societies or Organizations. The information is to be submitted in pro forma 1(a) and 1(b) as enclosed in section- II for completed & ongoing works respectively. Information given in any other format than prescribed shall not be taken into account for calculating value of “A”

2. Ascertained from total contract amount received in a year as stated in Sr. No. 5 (C), in Income Tax Clearance certificate or from balance sheets of last 5 years duly certified by the Chartered Accountant.

The submission of information in (1) and (2) above is obligatory. In case of non submission of any one or both, it shall be concluded that contractor does not have adequate bid – capacity and shall not be considered for pre – qualification.

B = Value of existing commitments and works (ongoing) (updated to price level of the year in which the tenders are opened) to be completed in the period stipulated for completion of work of the present tender. (All certificates should be countersigned by the Engineer-in-charge not below the rank of Executive Engineer of the concerned Department).

The value of B shall be ascertained from the certificate as prescribed in proforma 1(b) and stated in statement No.2 enclosed in Section-II.

N = Number of years prescribed for completion of the work for which the bid is invited as stated in Annex – A Para. 4.1. N=2

Only those applicants who satisfy the minimum criteria as stated in para- 6.2 of Annex – A will be evaluated for pre-qualification.

1.90 EVALUATION CRITERIA FOR PRE QUALIFICATION : Only those applicants who satisfy the minimum criteria of eligibility as stated in 1.80 above will be evaluated for Pre-qualification.

Contractor Executive Engineer

19

Pre-qualification of prospective tenders is to be done to ensure that final bids for the work are received from well established contractors with experience and capability for executing this work. Any applicant, who is able to satisfactorily establish that he/ they can undertake the work and complete it within the stipulated time, will be able to get pre-qualified.

In order to assess the experience and capability of contractor for execution of the work under consideration, a minimum criteria has been specified in para 6 of annexure A. This minimum criteria is judged from the past experience of the contractor. The applicant bidder, as a prime contractor / sub contractor should have adequate Bid Capacity, executed the minimum quantities of main items of work (as stated in para 6.1 Annex-A) during the period of last five years on all his works taken together. The other requirements such as that of turnover and that of execution of similar work and minimum 50% equipment of the requirement as indicated in para 8 of Annex-A are also stated.

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 pre qualification information booklet should be indexed and paged. The evaluation for pre qualification is to be done for the eligible applicants who satisfy minimum criteria it will be therefore advisable that applicant gives a short not (please refer proforma 6 of section II ) explaining how he is eligible and fulfills the criteria by giving references of the information given in booklet.

The other Evaluation factors shall include – i) Record of completing works in time. ii) Quality control arrangements by the applicants.

The Evaluation for pre-qualification of the applicants shall be done by a committee as

mentioned in Para – 7 of Annex – A.

The committee shall have freedom to ask for clarifications and further related information from the applicants, check references and make inquiries in respect of works of prospective tenderer. Evaluated for pre-qualification. The decision of the committee will be final and binding on applicants. No correspondence will be entertained in this regard. Only the list of contractors who become successfully pre-qualified will be informed by the system automatically and contractors alone will be eligible for getting tender documents.

1.91 If an applicant is judged to be financially unsound, he would be disqualified.

1.92 In case the number of qualifying applicants are less than three, the committee may cause its discretion to relax the appropriate criteria with a view to qualify at least three applicants and thus ensure adequate competition in tendering.

Contractor Executive Engineer

20

1.93 Necessary information will be collected form the details furnished in proforma and additional information may be called for at the discretion of the committee.

1.94 In case of Joint Venture partnership or a partnership the yearly turnover to bid capacity and quantities of main items executed of prime and sub contractors shall be added together for determining the minimum criteria of pre qualification No addition is however permitted for working out the maximum cost of similar type of work executed.

1.95 The contractor if the works is awarded to him will have to provide adequate quality control testing laboratory.

NO EVALUATION WILL BE DONE – I) If the information given in Section – 2, Proforma – 1 to 15 & statement 1, 2 & 3 is

incomplete / misleading / false. Such application will be considered as non responsive.

ii) If the record of poor performance such as abandoning work, not properly completing contract, inordinate delays in completion and financial failure, is noticed.

iii) (a) If the applicant fails to submit attested copied of documents by Gazetted officer/and also self attested with name of the attesting person in bracket below the signature. In addition to the attestation by Gazetted officer.

(b) All the documents shall be self attested by the bidder and should mention the name in bracket below the signature.

iv) If the applicant fails to submit any of the following documents/ certificates.

a) Maharashtra State Value Added Taxes certificate.

b) Professional Tax certificate.

c) Labour Licenses as mentioned in Sr.No. 3 of proforma 3.

d)

e)

v) vi) vii) viii) ix)

Documentary proof of plant and equipment owned by applicant as mentioned in proforma 4(a). In case JV applicant shall submit following documents. MOU of firms / Contractors entering into JV partnership deed of individual firm, Power of Attorney for signing these documents. If not presented neatly and readable manner. Contractor shall required to produce all original documents mentioned in pre qualified document when asked to do so. if he fails to produce original documents on specified date in that case pre qualified document submitted by contractor shall be rejected and not considered for further evaluation. If applicant does not submit information in the prescribed format. If the applicant does not submit P.Q. document properly as per procedure given in para 1.20 P .No. 4 (Method of applying) If less than three bidders are eligible for further evaluation on account of non-submission of above documents, then committee may relax or give concessions for one or more documents with this relaxation further evaluation will be carried out.

Contractor Executive Engineer

21

ANNEX – A TO SECTION I - DETAILED TENDER NOTICE, INFORMATION AND

INSTRUCTIONS A) DESCRIPTION OF THE PROJECT : Krishna Koyna Lift Irrigation Project consists of two parts viz. Takari and Mhaisal lift Irrigation

schemes. The project received 3rd revised administrative approval for Rs. 1982.81 Crores by The MKVDC, Pune vide its letter No MKVDC/(201)/(488/2001)/RAA/MP-6/720 Dt.22/01/2004. The Project received Environmental Clearance by The Govt. of India’s Ministry of Environmental & Forests, Vide its letter No. J-12011/5/2009 – IA1, Dt. 01/07/2009. The approval of CWC for this project is received vide CWC, New Delhi’s letter No. 16/27/2008 – PA(N)/1363-1402, DT. 28 July 2009. The approval of Central Planning Commission is received vide its letter No. 2 (410) /2009 – WR, Dt. 13/10/2009. Project In Brief :- Takari Part consists of lifting of water from Satapewadi Barrage on Krishna river near Takari, Tal. Walwa. Dist. Sangli, through stage I to IV. It is proposed to utilise 9.29 TMC of water through canals having total length of 184 Kms to irrigate 27430 Ha. area in Kadegaon, Palus, Walwa, Khanapur & Tasgaon taluka in Sangli Dist. Mhaisal Part consists of lifting of water from Mhaisal K.T. weir on Krishna river near Mhaisal, Tal. Miraj Dist. Sangli, through stage I to V, VI-A & VI-B. It is proposed to utilise 17.36 TMC of water through canals having total length of 381 Kms to irrigate 81697 Ha. area in Miraj, Kavthemahankal, Tasagon, Jath talukas in Sangli Dist. as well as Sangola and Mangalvedha talukas in Solapur Dist.

B) STATUS OF THE PROJECT : Physical Status :- The works of Takari & Mhaisal part were started in the year 1984 & 1986 respectively. The works were in progress as per the availability of funds. One row of Rising main in Takari stage I to IV & Mhaisal stage I to V are already commissioned. Takari Part

Stage Status Stage I to Stage IV 98 % Head works completed

45 % Canal works completed Disnet works started

Mhaisal Part Stage Status Stage I to Stage V 90 % Head works completed

33 % Canal works completed Disnet works started

Stage VI A and VIB Yet to be taken up.

The link canal namely Arag, Bedag, Salagare, Kavathemahankal are completed. The branch canals namely Kalambi, Khanderajuri, Salagare are in progress. Construction of Rising main and delivery chamber of Banewadi Lift Irrigation Scheme of Krishna Koyna Lift Irrigation Project Dist.-Sangli is to be taken in hand.

Contractor Executive Engineer

22

C) CLIMATIC CONDITIONS : The worksite is situated at an elevation ranging from R.L.600 to 650M. above

M.S.L. The average rainfall in this area is 500 mm. of erratic nature. The rainy season normally commences in June and lasts up to October. A few periodic pre-mansoon showers and post monsoon showers with high velocity winds however cannot be ruled out and some of these can be quite heavy. Atmosphere in other seasons normally remains dry. The temperature varies from minimum 32oC in winter to maximum 42oC in summer.

5.3 SCOPE OF THE WORK : The work consist of entirely in Tal. Kavathemahankal, Dist. Sangli. The work

involves execution of Constructing of Trash Rack @ Mhaisal pupm house stage-II at Mhaisal & stage - III at Bedag and Construction of C. R Cum Escape @ Ch.5/530 m of Arag main Canal and @ Ch.8/320 m of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist-Sangli

The main items of these tender to be executed are as under :

SR. No. Item Unit Qty.

1. Excavation T Cum 7.24

2. Embankment T.Cum 15.12

3. Concrete (all grades) T Cum 5.39

4. Steel MT 380

The work under this contract includes following principle features

The Work includes excavation in soft and hard strata trash rack Mhaisal Pump House stage II & III in C.C.M-15 (20 MSA) in pier and slab C.C. M-20 (20MSA) or as per design & drawing slab in R.C.C. M. 20 (20 MSA) also includes dewatering during construction works and necessary copper dam and ram.

E) INFORMATION ABOUT WORK SITE: The information on following points is given in this Annex.

1) Location of work :Mhaisal, Bedag, Arag, Kukatholi village

2) Nearest Railway Station : Arag which is 6 kms away.

3) Roads : Approachable by all weather Roads.Miraj-Mhaisal & Miraj-Arag.

4) Telephone & Telegram facility : At Mhaisal which is 2 kms away.

5) Petrol & Diesel pumps : Arag which is 5 kms away.

6) Land Acquisition: Completed.

Contractor Executive Engineer

23

1. DETAILS OF WORK: 1.1 Name of work

Constructing of Trash Rack @ Mhaisal pupm house stage-II at Mhaisal & stage - III at Bedag and Construction of C. R Cum Escape @ Ch.5/530 m of Arag main Canal and @ Ch.8/320 m of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist-Sangli

1.2 Estimated Cost Rs. 566.04 lakhs 1.3 Earnest Money (EMD)

Rs.5.66 Lakhs The Bidder are required to Deposit in any form in the name of Executive Engineer, Mhaisal Pump House Division No1, Sangli on account No. 48712010000510 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those contractor whose EMD amount is not reflected in the I.D.B.I Bank at Sangli Branch account No 487120100005106 their tender document envelope No 2 will not be opened.

OR 1) The Bidder are required to Deposit Rs. 3.00 lakh on

account of EMD in any form in the name of Executive Engineer, Mhaisal Pump House Division No-1, Sangli on account No. 48712010000510 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those contractor whose EMD amount is not reflected in the I.D.B.I Bank at Sangli Branch account No 48712010000510 their tender document envelope No 2 will not be opened.

2) Rs. 2.66 lakhs in form of irrevocable Bank Guarantee of any

Nationalized Bank or Scheduled Bank Branch situated in State of Maharashtra and valid for minimum 90 days The Scanned copy of Bank Guarantee should be upload with tender form.

1.3.1 Additional E.M.D. As per 9(i)b of Detailed Tender Notice 1.4 Security Deposit

a) Initial 2.5 %

Rs. 28.30 Lakhs.

Rs. 14.15 Lakhs in the form of DD or

(a) Rs. 6.00 Lakhs in form of D.D. and

(b) Balance Amount of Rs.8.15 Lakhs in form of irrevocable Bank Guarantee (BG), Any Scheduled / Nationalized Bank Branch situated in State of Maharashtra.

b) R.A. bills 2.5% (at the rate of 5%)

Rs. 14.15 Lakhs

1.4.1 Additional Security Deposit As per 9(ii)b of Detailed Tender Notice

1.5 Date, Time and Place of Pre-bid conference

Will be communicated separately

1.6 Class of contractor Class II and above

1.7 Period of completion of work 24 Calendar months ( including monsoon )

Contractor Executive Engineer

24

2.0 INFORMATION FOR OBTAINING P.Q. DOCUMENTS, TENDER PAPERS AND ITS SUBMISSION.

2.1 Name and address of the Executive Engineer in-charge of the work issuing tender papers / pre-qualification documents and in whose name Earnest Money and Security Deposit is to be pledged.

Executive Engineer, Mhaisal Pump House Division No.1, Warnali, Vishrambag, Sangli-416 415

2.2 Period of availability of application forms for Pre-qualification document on web site.

As per time schedule

2.3 Cost of application form of pre-qualification document.

Rs. 5000/-

2.4 Time and Date of online submission of pre-qualification documents.

As per time schedule

2.5 Name and address of the officer opening pre-qualification documents.

Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle, Warnali, Vishrambag, Sangli-416 415.

2.6 Time and Date of opening of pre-qualification documents.

As per time schedule

2.7 Period of availability of blank tender form on web site (only for Prequalified Bidders)

As per time schedule

2.8 Cost of blank tender forms. Rs. 15000/-

2.9 Date, Time & Place of Pre-tender conference

As per time schedule

2.10 Time and last date of online submission tender document.

As per time schedule

2.11 Name and address of the officer opening the tender documents.

Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle,Warnali,Vishrambag,Sangli-416415

2.12 Time and date of opening of tender. As per time schedule .

2.13 The name of authority for accepting the tender.

Chief Engineer (S.P.), Water Resources Department, Sinchan Bhavan, Pune-11.

Contractor Executive Engineer

25

3.0 WORK AND SITE CONDITIONS :

3.1 Location 25 Km. from District Place Sangli

18 Km. from Taluka Place Miraj

5 Km. from nearest village Arag

3.2 Nearest railway Station. 10 Km. at Arag

3.3 Nearest Airport. 75 Km. at Kolhapur.

3.4 Roads. Approachable by all weather road.

3.5 Nearest Telephone and Telegraph

facility. At. Arag 5 Km. from work site.

3.6 Nearest Petrol and Diesel pump. At. Arag 6 Km. from work site.

3.7 Position of land acquisition. Land acquisition completed.

3.8 Position of funds. Funds are available with MKVDC

4.0 PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME 4.1 Period of completion : 24 Calendar months (Including monsoon) 4.2 Construction programme of major items to be executed.

Year Earthwork (Cum)

Embankment (Cum)

Concrete (Cum)

Steel MT

1st 3622 10100 2700 150

2nd 3621 5018 2688 230

Total 7243 15118 5388 380

Contractor Executive Engineer

26

5.0 OTHER DATE FOR FILLING STATEMENTS/PROFORMA-1 (a), 1(b), 1(c) 5.1 Date for calculating balance cost of the work

in hand of in proforma 1 (b)

:

31.03.2011

5.2 The period for calculation of value the work in the hand of the bidder which he has to complete vide proforma -1 (b)

:

5.3 Items for which information about quantities executed for use in proforma (1A, 1B & 1C)

: 1) Excavation 2) Concrete (all grade) 3) Steel

5.4 The five year period (for use in statement No. 1 & 2)

Present Year 2012-13

Next Year 2013-14

5.5 For proof of existence of firm contractor shall submit 1st registration in present

category of class with competent authority (Like registration with PWD/ the registration with registrar of firms/partnership deed etc.)

5.6 Contractor shall produce certificate from Chartered Accountant in support of present Debt equity ratio, Bank Guarantee, Overdrafts along with its calculation sheet.

6.0 MINIMUM ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION

The applicant shall meet the following minimum criteria. Only those applicants who satisfy the minimum criteria of eligibility as stated below will be qualified, and will be further evaluated.

Year No Year

V th 2007-2008

IV th 2008-2009

III rd 2009-2010

II nd 2010-2011

I st 2011-2012

Contractor Executive Engineer

27

6.1 EXPERIENCE OF WORK EXECUTION

a) GENERAL EXPERIENCE The contractor should have executed prescribed minimum quantity of following main items of work during last five years on all works taken together. I. Earthwork : 4.35 T cum II. Embankment 9.07 T cum III Concrete (all grade) : 3.23 T cum iv Steel. : 228 M.T.

6.2 BID CAPACITY a) The required bid capacity for this work is Rs. 567 Lakhs.

6.3 ANNUAL TURNOVER

The applicant bidder should have attained maximum annual turnover (excluding advance such as machinery/ mobilization advances etc.) in one year over a period last 5 years not less than Rs. 284 lakhs.

6.4 EXPERIENCE OF SIMILAR TYPE OF WORK

The contractor should have successfully completed at least one similar type of work on a single contract in last five years having similar nature & complexity having cost not less than Rs. 227 lakhs. The cost of work done should be without any updation to current value & having executed main items of work such as Excavation, C. C. and Steel etc.

7.0 COMPOSITION OF THE EVALUATION COMMITTEE

The Evaluation Committee for pre qualification shall be as below.

1. Chief Engineer (SP), Water Resources Dept., Pune.

Chairman.

2. Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle, Sangli

Member.

3. Superintending Engineer, Sangli, Irrigation Circle, Sangli.

Member.

4. Superintending Engineer, C.D.O. (M.D) Nasik

Member.

5. Executive Engineer, Mhaisal Pump House Division No.1, Sangli.

Member Secretary.

Contractor Executive Engineer

28

The committee shall have freedom to ask for clarifications and further related information form the applicants, check references and makes Inquiries in respect of works of prospective tenders.

8.0 LIST OF MACHINERY REQUIRED FOR THIS WORK Sr.No. Equipment Type Minimum Nos.

required. 1 Excavator (Poclain) 2 Nos. 2 JCB 1 No 3 Truck. 1 No 4 Tipper. 4 Nos. 5 Water Tanker. 1 No 6 Needle vibrator 10 Nos. 7 Mixer self weighting concrete mixer of capacity 1.75 cum/load 4 Nos 8. Generator set. 2 No 9. Welding Machine 2 No

10. Pump sets. 10 Nos 11. Vibratory Roller . 1 No

Total 38 Nos. Note –

1) Contractor shall have 50% own machinery by the firm, for balance 50% machinery contractor should submit planning of mobilization.

2) Proof of the machinery owned by the firm R.C. /T.C. Books will required to be produced. Invoice will not be considered for ownership of the equipment by the firm.

9.1 Information regarding work in hand in proforma 1 b.

Contractor has to furnish information of all incomplete works as work in hand. (till the date of submission of Pre-qualification)

9.2 If at any time (before issue of work order) if it is found that contractor has not included any incomplete work / works, whether knowingly or unknowingly in proforma 1 b, the contractor will summarily disqualified / his Pre-qualification document will not evaluated / tender will not evaluated / tender will be rejected.

9.3 Signing of Documents

When the documents are submitted online, it is not necessary to sign documents by individual. However in case of true copy it should be attested by Gazetted Officer.

Contractor Executive Engineer

29

SECTION-II

PRE-QUALIFICATION

INFORMATION

Contractor Executive Engineer

30

LETTER OF TRANSMITTAL. To, Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle, Warnali, Vishrambag, Sangli – 416 415. Subject :- Submission of Pre-qualification application for the work of –

Constructing of Trash Rack @ Mhaisal pupm house stage-II at Mhaisal & stage - III at Bedag and Construction of C. R Cum Escape @ Ch.5/530 m of Arag main Canal and @ Ch.8/320 m of Kavathemahankal Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Project Dist-Sangli

Sir, Having examined the details given in information and instruction to applicants for the work. (Enter the name of work mentioned at the para 1.1 to Annex-A)

I (We) hereby submit the pre-qualification information and relevant documents. I (We) hereby certify the truth and correctness of all statements made and information supplied in the enclosed statements 1,2,3 and proforma 1 to 15. I/We have furnished all information and details necessary for the pre-qualification as bidder(s) and that no further information remains to be supplied. I/We authorise the project authorities to verify the correctness therefore as well as to approach any Govt. department individuals, employees, firms and/or corporation to verify correctness of information submitted by me/us to prove my/our competence and general reputation. I/We submit the following certificate(s) in support of our eligibility; technically know how, capability and having successfully completed the works form the clients/owners of respective works. 1. 2. 3. 4. Enclosed. - Signature of Applicant/Contractor. Seal of applicant. Date of submission:

Contractor Executive Engineer

31

2.2 STATEMENT No.1 Details of information required for calculating the Bid capacity

Statement for determining value of "A" i.e. maximum value of Civil Engineering Works.

NOTE :- 1) For number of years please refer Para 5.4 of Annex. A to Section 1 2) Figures in Col 3 to 7 should be supported by certificates given by Executive Engineer, in

case of Govt. / Semi Govt.,/ Works and by project authorities in all other cases. 3) The maximum value of Civil Engineering works (A) executed in a year shall be minimum

of the following a) Ascertained from the Certificates mentioned above. b) Ascertained from the total contract amount received in a year as stated at Sr.No.5 (c)

in Income Tax Clearance Certificate . Contractor shall ensure that information’s is filled in by income Tax authorities in case this information is not filled in, the contractor shall submit balance sheets of last five years duly certified by the Chartered Accountant.

Sr.No

Name of work

Value of Civil Engineering works done during the year (Excluding advance such as mobilisation advance and machinery advance etc.) Rs. in lakhs.

Vth year 2007-08

IV th year 2008-09

IIIrd Year 2009-10

IInd.Year 2011-12

1st.Year. 2012-13

Balance Amount

Ref. page No. of Certificate

1 2 3 4 5 6 7 8

Factor for updating

1.5 1.4 1.3 1.2 1.1

Updated Value of

work

Contractor Executive Engineer

32

Work done as per –

Year I.T. Certificate Amount Or Balance Sheet Amount

Ref. to page No. Certificate

2007-08 2008-09 2009-10 2010-11

2011-2012

Signature of Contractor

Contractor Executive Engineer

33

2.3 STATEMENT NO 2

Statement for the value of "B" i.e. value of existing commitments and ongoing works to be completed in the period stipulated for completion of the work, Certificates regarding this will be required to be countersigned by the Engineer-in-charge. Amount Rs. in Lakhs. Sr.

No.

Name of

work

Month &

year of

commen

cement

of work

Amou

nt of

contr

act

Revis

ed

Tend

er

cost

Perio

d of

compl

etion

Sched

ule

date of

comple

tion

Balance

cost as

on date

given in

Annex-A

Value of works to

be completed

between period

given in Annex-A

Para 5-2

Ref. page

No. of

Certificate

1 2 3 4 5 6 7 8 9 10

Total

Note : Figures in Col. 3 to 9 should i.e. supported by the certificate issued by Executive Engineer in case of Govt./Semi Govt. works and head of offices in case of other organisations by project authorities in all other cases. Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor

Contractor Executive Engineer

34

2.3 (a) STATEMENT NO. 3

Statement showing the similar type of work carried out by the contractor in last 5 years.

Sr.No.

Name of similar type

of work

Agreement No.

Amount of work

done

Date of completion of work

Concerned Ex.Er’s office

Name & Address & Tel

No.

Proforma 1(a) of similar type of work

attached

Remarks

Signature of Contractor

Contractor Executive Engineer

35

2.4 (a) Proforma – 1 (Separate information for each work)

CERTIFICATE

For the work completed / under progress As on ............................

1 Name of work

2 Estimate cost

3 Agreement No.

4 Name of Contractor

5 Tendered Cost

6 Date of work order

7 Stipulated period of completion

8 Scheduled date of completion

9 Extension granted 1st 2nd 3rd 4th

10 Final date of completion

11 Revised cost of work

12 Cost of work executed

13 Balance cost of work

14 Reasons for non-completion of work in scheduled period of completion

15 Whether any penalties / fine / stop notice / compensation / liquidate damage imposed

Contractor Executive Engineer

36

16 Details of work done : Excavation

(Tcum) Embankment

(Tcum) Concrete all grade (Tcum)

Steel (MT)

Cost of Work Rs. in Lakh

Tendered Quantity

Revised Quantity

Executed Quantity

Year wise Break-up Vth

IVth

IIIrd

IInd

Ist

17. Remarks about performance of contractor about physical progress and quality of work: _______________________________________________________________________ _______________________________________________________________________ _______________________________________________________________________

Outward No.: Seal Date: (E.E. Stamp with name)

(Stamp with name)

Contractor Executive Engineer

37

2.4 PROFORMA– 1(a) Details of the works completed ( Separate information for each works ).

1. Name of work 2. Agreement No. and year 3. Place and country 4. Total tendered cost of work (Rs. in lakhs) 5. Brief description of works including principal feature and quantities of main items of the work 6. Annual Turnover

Items Unit Quantities executed (Certificate of concerned authorities is essential)

6.1 Physical Vth year IVth year IIIrd year IInd year Ist year

Items as stated in Annex A Para 5.3

1 2 3 4 6.2 Financial Rs. in Lakhs

Financial. turnover Defined as billing for works.(excluding advance payments received duly certified by Concerned authorities)

Rs. inLakhs

7 Period of completion a) Date of Commencement b) Originally stipulated period of completion c) Scheduled date of completion d).Extended date of completion e).Actual time taken for completion f).Certificate of concerned authority regarding completion of work if completed in time (Y/N) g).Reasons for non completion of work in stipulated time limit, if so

Contractor Executive Engineer

38

8 Where there any penalties/fines/stop

notices/compensation /liquidated damaged imposed (Yes or No. if yes, give amount and explanation)

9 Name , Designation, and complete address with whom the contents of the preceding Para 1 to 8 could be verified.

10 Name of applicant’s Engineer-in-charge of the work and educational qualification

11 Give details of your experience in monthly placement of important items such as listed in Annex-A

12 Give details of your experience in mobilising large value contracts with modern technology on the deployment of latest heavy construction equipment

13 Details of quality control arrangements made by the contractor of his own on these works

14 Whether bidder penalised under clause 2 slow progress of work

15 Whether work abandoned by the bidder clause 3. Whether rescind contracts as incomplete work.

16 Whether recorded bad quality of works by Quality control authority

17 Whether valid bad, poor performance published in media.

18 Whether evidence of rude behavior of contractors with offer bears.

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

Signature of Contractor

Contractor Executive Engineer

39

2.5 PROFORMA -1 (b)

Details of works in hand ( Separate information for each work .)

1. Name of work 2. Agreement No. and Year 3. Place and country 4. Tendered cost of work ( Rs. in lakhs.) 5 Name of applicant’s Engineer-in-charge with educational qualification 6. Annual turnover Sr.No. Item Unit Quantities executed (Certificate of Quantities

executed of concerned authorities is essential )

6.1 Physical Vth year IVth Year

IIIrd year

IInd year

Ist year

Items 5 as per stated in Annex –A Para 5.3 1 2 3 4

6.2 Financial turnover :

Rs. in lakhs

Contractor Executive Engineer

40

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

Signature of Contractor

7) i) Percentage of physical completion ii) Cost of work completed(Rs. in lakhs) iii) Revised tendered cost (Lakhs) iv) Balance cost on the date stipulated (Refer Para 5.1 in Annex –A) v) Stipulated date of completion vi) Anticipated date of completion

8) Whether work progress is as per tender programme (Yes or No) If not explain the reasons.

9) Expected year wise programme of completion (for year ref.para5.4 of Annex A) i) Present year ii) Next year

10) Were there any fines, claims or stop notices filed by the Employer (Yes or No.)

11) Details of quality control arrangements made by the contractor of his own on these works

12) Name, Designation, Department and complete address with whom the contents can be verified.

Contractor Executive Engineer

41

2.6 PROFORMA -1 (C) Details of quantities executed and amount of works (Completed and ongoing) for the last five years

Sr.No. Year Items as per 6.1 a Total financial turnover

amount Rs. in lakhs

Ref. Page No. of

documents submitted

Excavation (Tcum)

Embankment (Tcum)

Concrete all grade (Tcum)

Steel (MT)

1 Fifth Year Completed

Ongoing

Total 2 Fourth

Year Completed

Ongoing Total 3 Third Year

Completed

Ongoing Total 4 Second

Year Completed

Ongoing Total 5 First Year

Completed

Ongoing Total Grand

Total

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

Contractor Executive Engineer

42

2.7 PROFORMA–2

FINANCIAL STATEMENT (To be given separately for each partner in case of joint venture) 1. Capital

a) Authorised b) Issue and paid up

2 a) Date of incorporation of the Firm b) Duration of existence of the firm 3. Furnish Balance sheet and profit & loss

statement with Auditor’s report for the last five years, it should interlaid with the following information i. Your Working capital ii. Your Turnover on civil Engineering works .

Year as stated in Annex.-A

Amount of Turnover during the year (Rs. in lakhs)

Multiplying Factor

Amount of Turnover brought to current price level (by multiplying amounts in col.2 by factors give in Col.3 (Rs. in lakhs)

Vth Year 1.50 IVth Year 1.40 IIIrd Year 1.30 IInd Year 1.20 Ist Year 1.10 iii. Your gross income (Rs. in Lakhs) Year Gross income (Rs. in

Lakhs) Year Gross income (Rs. in

Lakhs) Vth IInd IVth Ist IIIrd

4.Total liabilities a. Current Ratio

1. Current assets. (Rs. in Lakhs) 2. Current liabilities ( Rs. in lakhs )

b. Total liabilities to net worth. 5. Debit equity ratio (Defined as Debt/Equity) 6. What is the maximum value of the

Contractor Executive Engineer

43

project that you can handle ? ( Rs. in lakhs ) 7. Have you ever denied tendering facilities by

the Govt. Dept./public Sector undertaking ? (Give details).

8. What are your sources in finance? (Please give complete details. Bank reference also)

9. Certificate of financial soundness

from Bankers of applicant. 10. Furnish the following information

for last five years (duly certified by the respective Banks)

a. Bank guarantee over draft limit enjoyed by the firm during each of the last five years with Bank wise breakup (Rs.in lakhs) b. Portion of Bank guarantee already

utilised as on date of application (Rs. in lakhs)

11. Overdraft limits enjoyed during each of the last five years with Bank wise breakup ( Rs.in Lakhs)

12. Name and address of Bankers from

whom reference can be made. 13. Have you been declared bankrupt ?

(If yes, please give details) Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor

Contractor Executive Engineer

44

2.8 PROFORMA – 3 RESOURCES PERSONNEL

(Please give details of Key technical and Administrative Personnel in the following proforma.)

1. Details of the Board of Directors a. Name of the Director (s) b. Organisation c. Address d. Remarks

2. .Details of key / technical and administrative personnel and consultants and supervisory technical staff which the applicant will employ on the proposed work. a. Individual Name b. Educational Qualification c. Details of training given for such type of work. d. Present position of office e. Professional experience and number of

years of experience on similar work. f. Years with applicant. g. Languages known h. Distribution of above personnel on works in hand and on this work for which applied for Pre Qualification

3 Contractor shall submit a valid and current license

issued in his favour under the provisions of contract Labour (Regulation & Abolition) Act 1970 and the Maharashtra Contract Labour ( R and A ) Rules 1971.

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

Signature of Contractor

Contractor Executive Engineer

45

PROFORMA - 3 A EXPERIENCE CERTIFICATE OF PROJECT MANAGER / PROJECT ENGINEER Name of Manager :- Qualification :- Year of passing:- Period of Experience

Name of firm Postal address of firm

Phone No. E-mail Address

Certificate :- I will produce proof of above experience at any time when asked to do so.

Signature of Manager / Project Engineer

Contractor Executive Engineer

46

2.9 PROFORMA - 4 RESOURCES : PLANT AND EQUIPMENT Sr. No

Item of execution as stated in Annex-A

Machinery with contractor

Machinery to be deployed for other works

Machinery to be used for this work

Machinery Owned Hire

Type No. Type No Type No. Type No

1

2

3

4

5

Legal Agreement for hiring machinery is essential. Certified that the above information is true and correct to the best of my knowledge and belief.

Contractor Executive Engineer

47

2.10 PROFORMA - 4 (a)

Details of Plant and Equipment owned by the contractor which shall be used for

constructions of said work in the following proforma.

(Separate information for each type of equipment is required.) 1) Name of Equipment : 2) No. of Units : 3) Make and year of Manufacture : 4) Source from where procured : 5) Production Capacity : 6) Type of Prime-mover : 7) Horse Power/K.V.of Prime-mover : 8) Normal life plant hours specified :

by the Manufacture

9) Number of actual working hours : put in by the machine. 10) Present location : 11) Availability of equipment for this : work 12) Note :-1) The Contractor shall have to : Produce original documentary proof as and when required.

i) R.T.O. Registration. ii) Certificate of Taxation

Contractor Executive Engineer

48

iii) Goods Carriage Permit in Form P-Gd C (See Rule 58 (i)7) iv) Certificate of fitness in form 38 (see Rule 62 (i)7)

Note: 2) In case of un registered-RTO machinery if the machinery is new the manufactures sale certificate shall be produced. In case of second hand machinery, the purchase document with proof of payment and balance sheet certified by the Chartered Accountant shall be produced in lieu of certificate of Chartered Accountant a certificate from a Scheduled Bank of having financed the machinery will be acceptable. 13. Remarks :

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

Signature of Contractor.

Contractor Executive Engineer

49

2.11 PROFORMA FOR - 4 (b)

Details of additional plants and Equipments which shall be procured by the applicant for this work in the following proforma.

(Separate information for each type of equipment )

1. Name of Equipment 2. No. of units. 3. Kind of make 4. Country of origin 5. Capacity 6. Approximate cost in Rupees 7. How the equipment is proposed to be procured and give details of source/ manufacturer. 8. Remarks. Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor.

Contractor Executive Engineer

50

2.12 PROFORMA – 5

STRUCTURE AND ORGANISATION 1. Name of applicant. 2. Nationality of Applicant. 3. Office Address,

Telegraphic Address, Telephone Number

Telex Number, Fax Number.

4. a. Year Established(when and where) and legal name as formed individual/ firm/Company.

b. Class of registration with Government of Maharashtra / (P.W.D.). 5. Whether the Applicant is

a. An individual. b. A proprietary firm.

c. A Limited company of corporation.

d. A member of a group of companies( If yes

Give name, address, connections and Description of other companies.)

e. A subsidiary of a large organisation ( If yes, Give name and address of the organisation). If the company is subsidiary what involvement If any will be present company have in the project.

f. Joint Venture consortia

( If yes, give name and address of each partner)

Contractor Executive Engineer

51

6. Attach the organisation chart showing the structure of the organisation including the positions of the directors and key personnel.

7. What best describes you.

a. Engineers and contractors. b. Consulting Engineers and contractors.

c. If, other, please specify.

8. Number of year of experience.

a. As a prime contractor

i. In own country (Specify)

ii. Internationally (Specify country) b. As a joint venture

i. In own country (Specify) ii. Internationally (Specify country) c. As a sub contractor i. In own country (Specify) ii. Internationally (Specify country) 9. How many years have your organisation

been in business under your present name ? And what were your fields when you established your organisation ? When did you add new fields ( If any) ?

10. Were you required to suspend construction for a period of more than six months continuously after you started ? If so reasons thereof.

Contractor Executive Engineer

52

11. Have you ever failed to complete any work awarded to you (If so, which, where and why)?

12. In how many projects have you asked arbitration

after notification (if so, when, where, and why) and how many cases settled in your favour ?

13. In how many projects you were imposed penalties

for delay ?

14. Have any key personnel or partner of your organisation ever been an officer or partner of some other organisation that failed to complete the contract ( if so state name of individual /other organisation)

15. Have any key personnel or partner of your organisation

ever failed to complete the contract handed in his name. 16. In what fields do you claim specialisation

and are interested to work ? 17. Give details of your experience in modern

concrete technology and work for manufacturing and quality control.

18. Give details of your material testing

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

Signature of contractor

Contractor Executive Engineer

53

2.13 PROFORMA - 6

ADDITIONAL INFORMATION

1. Please add any further information which

the applicant considers relevant in regard to his capabilities.

2. Please give a brief note indicating how the

applicant considers himself eligible for pre-qualification for the work.

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

Signature of Contractor

Contractor Executive Engineer

54

2.14 PERFORMA - 7

Details of works tendered for as on the date of submission of pre-qualification document

Particulars (1) (2) (3) (4) (5) (6) etc. 1 Name of work

2 Estimated cost (Rs. in Lakhs)

3 Tendered cost (Rs. in lakhs)

4 Date when decision is expected

5 Stipulated date and period of completion

6 Name, designation and address with whom the Contents of the above information can be Verified.

7 Remarks.

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

Signature of Contractor

Contractor Executive Engineer

55

2.15 PROFORMA – 8

CERTIFICATE (Note: All the details must be filled in Strike out the item which is not applicable to the tenderer) Certified that 1. I/ (We) have not been awarded any contract for the work of Dams/ Canals or any other

type of work in the Maharashtra Krishna Valley Development Corporation on (Enter date of opening of tender)

2. I/ (We) have been awarded following contractor(s) for the work of Dams/Canals other works on (Enter date of opening tender) in MKVDC Area.( The works awarded prior to formation of MKVDC Are also to be included)

Sr. No Particulars 1 2 3 4 5&so on

1 Name of work

2 Estimated cost put to tender

3 Contract No. and date of work order

4 Contract Amount

5 Amount of work executed to date.

6 Period of completion

7 Scheduled date of completion

8 Name of Division

9 Name of Circle

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

tender) and my offer is lowest responsive offer

Sr. No

Particulars 1 2 3 4 5&so on

1 Name of work

2 Estimated cost put to tender

3 Tender Amount

4 Date when decision is expected

5 Scheduled date of completion

6 Name of Division

7 Name of Circle

4. Following works awarded to us are suspended by M.K.V.D.C.

1) 2) 3) 4)

Contractor Executive Engineer

56

2.16 PROFORMA - 9

JOINT VENTURE

If the applicant intends to enter into joint venture for the project, please give the following information otherwise state “ Not Applicable ”.

1. Name and address of Joint Venture. 2. Name and address of all Partners of Joint venture. 3. Name of firm leading the Joint Venture. 4. Indicate the responsibility of the firm leading the joint venture and responsibility of other Joint Venture partners. 5. Names and address of bankers of the Joint Venture. 6. Details regarding financial participation of each firm in the Joint Venture. Certified copy of the agreement of Joint Venture shall be attached. . Certified that the above information is true and correct to the best of my knowledge and belief.

Contractor Executive Engineer

57

2.17 PROFORMA - 10 (To be typed on 100 Rs. Stamp Paper)

Responsibilities of lead contractor in case of joint venture

I,......................................................................partner. of...................................firm as. lead. contractor .of .the tender contract and Shri ........................................................ other partner .................................. of the firm in the Joint Venture for the tender contract. We have registered a partnership firm known as ................................ bearing registration No................ for the year 2010, dated .................................. registered in the office of the Registrar of Partnership firm at ....................................... for the purpose of tender. We hereby certify that, in case of any dispute, breach of contract or liability (Physical or financial) on the part of any partner of the Joint Venture firm, we as the lead firm of the joint venture shall be liable and responsible to fulfill all the terms and conditions of the tendered contract and for all the liabilities including recoveries if any of financial liabilities including recoveries if any or financial liabilities arising out of the contract or physical completion of work, till the expiration of the defect liability period under the contract.

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

Contractor Executive Engineer

58

2.18 Proforma - 11

Undertaking of contractor regarding poor performance

To, Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle,

Sangli. Sir,

I........................................................................................ Contractor declare that during last 2 years of the date of this undertaking,

1. As a contractor, I have never been penalized for any work carried out by me nor I have been blacklisted by any Govt. Deptt. previously.

2. I have not abandoned any work for reasons attributed to me. 3. I have not delayed completion of any work for reason attributed to me.

I undertake that the above information is true to the best of my knowledge & belief. I fully aware that my prequalification bid or tender will be treated as non responsive & will be summarily rejected at any time if above information is found to be false & misleading by the concerned authority. Signature of Contractor

Contractor Executive Engineer

59

2.19 Proforma - 12 Quality Control Equipment with Contractor and Quality assurance plan of

contractor

1) Quality Control Equipment with Contractor

Sr.No. Name Make Capacity

2) Quality Assurance Plan of Contractor a) Details of personal for looking quality of work b) Methodology proposed for quality assurance of work c) Method of reporting of quality assurance of work

Contractor Executive Engineer

60

2.20 Proforma – 13 Check list of documents submitted along with pre-

Qualification documents. ( to be filled by contractor )

Sr.No Name of Document Page No.of Contractor submitted document

1 Name of Contractor 2 Valid P.W.D Registration 3 Bid capacity 4 Turn over 5 VAT Registration 6 Machinery Proof 7 P.T. Certificate & Clearance 8 Balance Sheet of last 5 Years 9 EPF Registration & Clearance 10 Letter of Transmittal 11 Statement No.1 Value - A 12 Statement No.2 Value - B 13 Statement No.3 Similar Work 14 Proforma-1 For Completed / Under 15 Proforma – I ( a ) For Completed work. 16 Proforma – I ( b ) Work in hand. 17 Proforma – I ( c ) For Quantities executed 18 Proforma – 2 Financial Statement. 19 Proforma – 3 Personel. 20 Proforma – 3 ( a ) Experience certificate of 21 Proforma – 4 Plants & Equipments. 22 Proforma – 4 ( a ) Owned Plants and 23 Proforma – 4 ( b ) Additional Plants and 24 Proforma – 5 Structurel organisation. 25 Proforma – 6 Additional information. 26 Proforma – 7 Details of work tendered. 27 Proforma – 8 Certificate Awarded Works in 28 Proforma – 9 Information of J.V. 29 Proforma – 10 30 Proforma – 11 Poor performance. 31 Proforma – 12 Q.C.Equipment with 32 Proforma – 14 M.O.U. for J.V. 33 Proforma – 15

If Page Nos are not given or improperly given or stated documents are not available on mentioned Page No. then bid will not be evaluated or committee will not be responsible for incorrect evaluation.

Signature of Contractor.

Contractor Executive Engineer

61

2.21 PROFORMA - 14

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT FOR CONSTRUCTING

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

.................................................................................................................................................... DEED OF PARTNERSHIP (JOINT VENTURE OF .......................................................................................................................................... This Memorandum of Understanding for Joint Venture Agreement made and entered into at “.......................................” this day of ...................... year by and between 1................................................................................................................with its registered office at ..............................Party No.1 hereinafter referred to as ..................................... AND 2................................................................................................................................. with its ......................................................................................................................................................................................................................................................................................................................................................................................... Party No.2 hereinafter referred to as “...............................” DEFINITIONS: In this deed the following words and expressions shall have the meanings set out Below :- “The Joint Venture (“JV” for short) shall mean .................................. and................................ Joint Venture collectively acting in collaboration for the purpose of this agreement. “Appex Co-ordination Body (ACB”) shall mean the body comprising Managing Directors of the parties to Joint Venture.” “The owner” shall mean – Chief Engineer, (S.P.), Water Resources Department, Pune-11 “ The Works” shall mean the Construction of ........................................... .. ............................. ........................................................................................................................................................................................................................................................................................................ “The contract” shall mean the Contract entered into or to be entered into between the Joint Venture and the owner for the works.

Contractor Executive Engineer

62

JOINT VENTURE (JV) Where as the Parties hereto declare that they agree and undertake to form a Joint Venture for the purposes of execution of the works, as an integrated Joint Venture. The JV shall be called as “...............................................JOINT VENTURE” for short. Provided that the Parties are not, under this agreement, entering into any permanent partnership or Joint Venture to Tender or undertake any contract other than the subject works. Nothing herein contained shall be considered construe the Parties or Partners to constitute either Party the agent of the other. WITNESSES Whereas the Executive Engineer.................................................... ................................................. Maharashtra krishna Valley Development Corporation (MKVDC) (A Govt. of Maharashtra Undertaking) hereinafter referred as the Executive Engineer, have agreed to award the work of Construction of ...................................................... ...............................................................................hereinafter referred as “the works, to the Joint Venture.” in case the offer of J.V. is accepted. Where as ................... and ..................wish to execute the Contract if awarded as per the terms of this indenture. Now therefore this Deed of partnership Witnesses is as follows: 1. That these recitals are and shall be deemed to have been part and parcel of the present

MOU for JV 2. That this MOU shall come into force from the date of this MOU i.e................

2009........................ 3. That the operation of this MOU for J.V. firm concerns and is confined to the work only,

shall be come into force from the date of this MOU i.e..........2010............. 4. That the name of the Joint Venture firm shall be ............................................JOINT

VENTURE (J.V.) in short. 5. That.......................... and .................. shall jointly execute the works according to all terms

and conditions as stated in the relevant instructions contained in the Bid documents/Contract as an integrated JV styled as “...................................JOINT VENTURE” in short

Contractor Executive Engineer

63

6. That this agreement for Joint Venture firm (hereinafter referred to as J.V.) shall regulate the relations between the parties and shall include, without being limited to them, the following conditions.

A) ...................................... shall be lead Company in charge of the Joint Venture for all intents and purposes.

B) The parties hereto shall be jointly and severally liable to MKVDC for all acts, deeds

and things pertaining to the contract. The contract for the works shall be signed by Shri ........................................................................................................................ to whom necessary General Power of Attorney signed by all signatory/ies, suitably as described above shall be issued by the JV and delivered to the owner.

C) That the Director of one of the parties to the J.V.M/S ............................................ ................................................................. shall be lead Manager of the JV firm and shall have the power to control and manage the affairs of the J.V. M/s

D) That on behalf of the Joint Venture Shri (..................................) shall have the authority to incure liabilities, receive instructions and payments, sign and execute the contract for and on behalf of the joint Venture. All payments made under the contract shall be made into Joint Venture’s Bank Account.

E) One or Two Bank accounts shall be opened in the name of J.V. to be operated by the

individual signatories as mutually decided by representatives of the Joint Venture Partners.

F) That each of the parties to the JV agrees and undertake to place at the disposal of

the JV benefits of its individual experience, technical knowledge and skill and shall in all respects bear its share of the responsibility including the provision of information, advice and other assistance required in connection with the works. The share and the participation of the .......... partners in the JV shall broadly be as follows.

Name of the Contractor Share percentage

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

G) And all the rights, interests, liabilities, obligations, work experienced and risks (and all net profits or net losses) arising out of the Contractor shall be shared or borne by the Parties in proportion to these shares. Each of the parties shall furnish it’s proportionate share in any bonds, guarantees, securities required for the works as well as its proportionate share in working capital and other financial requirements, all in accordance with the decisions of the Apex Coordinating Body. “ACB”

Contractor Executive Engineer

64

H) Any loan/advances shall be shared by the .......................... and .................. at the ratio of ......................... & ............................. respectively.

I) All funds, finance or working capital required for carrying out and executing the works or contract shall be procedure and utilised by the parties as mutually agreed by the then and they shall be liable and responsible for the same.

J) Site Management: The execution of the work on the site will be managed by a Project Manager reporting to the ACB. The Project Manager shall be authorised

to represent the JV on the site in respect of matters arising out of or under the contract.

K) That “......................” and “......................” shall be jointly and severally liable towards

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

L) The JV deed shall be registered with the Registrar of firms, Maharashtra State prior written approval of MKVDC shall be obtained before any changes are proposed to be made in this Joint Venture Agreement once it is registered with the Register of firms, Maharashtra State, after the initial approval to the JV deed by the Corporation.

M) This Joint Venture Agreement shall not be dissolved till the completion of the defects

liability period as stipulated in the Tender Document conditions of the works and till all the liabilities thereof are liquidated.

N) That question relating to validity and interpretation of this Deed shall be governed by

the Laws of India. O) That No Party to the JV has the right to assign any benefit, obligation or liability under

the agreement to any third party without first obtaining the written consent of the other partner and the MKVDC.

P) Bank account(s) in the name of the Joint Venture firm may be opened with any

Scheduled or Nationalised Bank and the representative of JV partners are authorised to operate upon such accounts individually.

Q) That both the parties to the JV shall be responsible to maintain or cause to maintain

proper books of Accounts in respect of the business of the JV firm and the same shall be closed as at the end of the every financial year.

Contractor Executive Engineer

65

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

S) That upon closure of the books of account, balance sheet and profit and Loss

Account as to the state of affairs of the firm as the end of the financial year and as to the profit or loss made or incurred by the firm for the year ended on that date, respectively shall be prepared and the same shall be subject to audit by a Chartered Accountant.

T) The firm holding the power of attorney shall be responsible for fulfilling the condition

during the defect liability period after completion of work. LEGAL JURISDICTION :

All matter pertaining to or emancing from this JV agreement involving the

owner shall be subject or jurisdiction High Court of Judicature at Mumbai. NOTICES AND CORRESPONDANCE. :

U) All correspondence and notices to the J.V. shall be sent to any one of the following address. (1) ................... (2) ...........................

Will be intimated in due course within a week from date of “Work Order” IN WITNESS WHEREOF the parties have caused their duly authorized

representatives to sign below: Signed for the behalf of ...................................... ................................................... Signed for the behalf of ...................................... ................................................... WITNESS 1) 2)

Contractor Executive Engineer

66

2.22 Proforma - 15

Undertaking about inclusion of all works in hand in statement No 1 (b) and correctness of the data.

To, Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle,

Sangli. Sir,

1) I undertake that the given information in prequalification documents are true and correct.

2) I have not ommitted any work in hand i,e information provided in proforma (1b) includes all the work in hand.

3) I know that if at any time, it is noticed that I have not submitted, information regarding all the work in hand (works in hand means, the works for which final bill is not passed and work is physically incomplete), that I will be disqualified from tender process at any stage of the bidding by the department.

Signature of Contractor