bid capacity document - e...
TRANSCRIPT
1
Contractor Executive Engineer
VIDARBHA IRRIGATION DEVELOPMENT CORPORATION , NAGPUR.
(A Govt. of Maharashtra undertaking)
CHIEF ENGINEER, GOSIKHURD PROJECT,
WATER RESOURCES DEPARTMENT, NAGPUR
Gosikhurd Lift Irrigation Circle, Ambadi (Bhandara)
Gosikhurd Lift Irrigation Division, Ambadi (Bhandara)
NAME OF WORK :-
ESTIMATED COST :- PUT TO TENDER
“Construction of Balance Earth Work & Structures of
Right Bank Canal KM. 7 Under Karajkheda Lift
Irrigation Scheme, Tah. Bhandara, Dist. Bhandara
Rs. 1,14,51,675/-
BID CAPACITY DOCUMENT
[ For Authorised Use Only ]
2
Contractor Executive Engineer
Vidarbha Irrigation Development Corporation, Nagpur
Command Area Development Authority, Nagpur
BID CAPACITY DOCUMENTS
NAME OF WORK : “Construction of Balance Earth Work & Structures of Right Bank
Canal KM. 7 Under Karajkheda Lift Irrigation Scheme, Tah. Bhandara, Dist.
Bhandara
Tender Cost : Rs. . 1,14,51,675/-
This general description of work does not, in any way, limit the performance of the whole work
and supply of plants, labourers, materials etc. necessary for complying with plans and
specifications as per various conditions of contract.
Prepared & recommended for Approval
Sectional Engineer Sub Divisional Engineer
……………………………
Verified
&
Recommended for approval
Executive Engineer,
Gosikhurd Lift Irrigation, Ambadi (Bhandara)
Recommended for approval
SUPERINTENDING ENGINEER
GOSIKHURD LIFT IRRIGATION CIRCLE, AMBADI (BHANDARA)
Approved
CHIEF ENGINEER, GOSIKHURD PROJECT,
WATER RESOURCES DEPARTMENT, NAGPUR
3
Contractor Executive Engineer
NAME OF WORK :-
“Construction of Balance Earth Work & Structures of Right
Bank Canal KM. 7 Under Karajkheda Lift Irrigation Scheme,
Tah. Bhandara, Dist. Bhandara.”
INDEX Sr. No.
Particulars Page No. From To
1 E-TENDER NOTICE NO. 2 FOR 2014-15
4 4
2. SECTION-I-DETAILED TENDER NOTICE .
5 7
3. KEY DATES
8 8
4 SECTION-II – DEFINITIONS
5 13
5 SECTION-III - INSTRUCTIONS TO BIDDER
14 23
6 SECTION-IV- WORK SPECIFIC INFORMATION
24 26
8 LETTER TO THE PROJECT AUTHORITY
27 27
9 CHECK LIST OF DOCUMENTS TO BE UPLOADED
28 29
10 SECTION-V- PROFORMAE & FORMATS
30 45
BID CAPACITY DOCUMENTS
4
Contractor Executive Engineer
Vidarbha Irrigation Development Corporation.
(Government of Maharashtra Undertaking)
E-TENDER NOTICE NO. 2 FOR 2014-15
(System Generated No. *** )
Main Portal: http://maharashtra.etenders.in SUB- Portal : http://vidc.maharashtra.etenders.in
Online digitally signed Tenders (e –tender) in B-1 form for the following work are invited by the Executive
Engineer, Gosikhurd Lift Irrigation Division, Ambadi), Dist BHANDARA Phone No. 07184-
252801 on Government of Maharashtra Electronic Tender Management System
(http://maharashtra.etenders.in) through Sub Portal of http://vidc.maharashtra.etenders.in from only contractors who have been short-listed (selected) as qualified in Bid-capacity assessment and registered with the Public Works Department, Government of Maharashtra, in appropriate class of contractors as mentioned below.
In first phase Bid-capacity of the intended Contractors will be assessed. Contractors who will be short-listed
as having adequate Bid-capacity will be allowed to participate in Main Bidding Process. Bid-capacity documents and Estimates, Rate Analysis, Drawings documents etc. are available on above mentioned web
site as per programme under Key-Dates.
Further Main Tender Document in B-1- form, Estimates, Rate Analysis, Drawings documents will be made
available (only to short listed bidders) on above mentioned web site as per programme under Key-Dates.
Sr. No
Name of Work Cost of work Earnest Money
Time Limit for
completion (Months)
Cost of Bid-
capacity _________
e- Main tender form
(Rs.)
Class of Registration
1 2 3 4 5 6 7
1
“Construction of
Balance Earth
Work &
Structures of
Right Bank
Canal KM. 7
Under
Karajkheda Lift
Irrigation
Scheme, Tah.
Bhandara, Dist.
Bhandara.”
Rs. 114.52 Lakhs.
Rs 1.14 Lakhs.
12 (Twelve) Months
(Including Monsoon)
Rs. 2000/-_______ Rs. 5000/- By NEFT or RTGS
Class IV and above,
under Public Works
Division, Government
Of Maharashtra
Additional details regarding ‘e’ tendering process are available on the above website in Bid-capacity
Document.
Executive Engineer,
Gosikhurd Lift Irrigation Division,
Ambadi (Bhandara)
5
Contractor Executive Engineer
SECTION NO. I
DETAILED TENDER NOTICE
VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR
DETAILED TENDER NOTICE NO. 2 FOR 2013-14
(System Generated No.*** )
CIRCLE :-
SUPERINTENDING ENGINEER, GOSIKHURD PROJECT
CIRCLE, NAGPUR
DIVISION :- Gosikhurd Lift Irrigation Division, Ambadi Dist. Bhandara
1.1 Main Portal: http://maharashtra.etenders.in SUB- Portal :
http://vidc.maharashtra.etenders.in
Online digitally signed Tenders (e –tender) in B-1 form for the following work are invited by the Executive
Engineer, Gosikhurd Lift Irrigation Division, Ambadi), Dist BHANDARA Phone No. 07184-
2528 on Government of Maharashtra Electronic Tender Management System
(http://maharashtra.etenders.in) through Sub Portal of http://vidc.maharashtra.etenders.in from only contractors who have been short-listed (selected) as qualified in Bid-capacity assessment and registered with the Public Works Department, Government of Maharashtra, in appropriate class of contractors as mentioned below.
In first phase Bid-capacity of the intended Contractors will be assessed. Contractors who will be short-
listed as having adequate Bid-capacity will be allowed to participate in Main Bidding Process. Bid-capacity documents and Estimates, Rate Analysis, Drawings documents etc. are available on above
mentioned web site as per programme under Key-Dates.
Further Main Tender Document in B-1- form, Estimates, Rate Analysis, Drawings documents will be
made available (only to short listed bidders) on above mentioned web site as per programme under Key-
Dates. .
Name of work Cost of
work Processing fee for
Evaluation / Cost of
(Rs.)
Earnest
Money
Deposit
(Rs.
Lakh)
Time limit for
completion
Class of
Registration
Cost of Bid-capacity Document
e-Main Tender
Document
“Construction of Balance Earth
Work & Structures of Right Bank Canal KM. 7 Under
Karajkheda Lift Irrigation Scheme, Tah. Bhandara, Dist.
Bhandara Project.”
Rs. 114.52
Lakhs.
2000/-
By NEFT or RTGS
5000/-
By NEFT or
RTGS
1.14
12
(Twelve) Months
(Including Monsoon)
IV & above under Public
Works Division,
Government Of
Maharashtra
1.11 Bid-capacity of intended Bidders shall be assessed in first phase on the basis of
information submitted on-line, by the bidder along with Online digitally signed and duly
filled in Bid-capacity document. Only Pre-qualified Bidders shall be allowed to
6
Contractor Executive Engineer
participate for further bidding for Main e-Tender documents in B-1 form.
1.12. Bid-capacity & further, Main e-Tender documents is / will be made available on web
sites. http://maharashtra.etenders.in through Sub Portal of http://vidc.maharashtra.etenders.in
1.13 Duly Completed/filled in Bid-capacity documents along with requisite supporting documents & proof of payment of processing fee / cost of Bid-capacity documents
shall be uploaded, online as required in the online respective templates.
Bidders shall deposit cost of Bid-capacity documents in Bank Account of Executive Engineer
bearing No. 0000020134801169 in Bank Of Maharashtra, Ganeshpur Branch, Bhandara,
(Maharashtra), MAHB0000782. Bidders shall upload the scanned copy of proof of payment of processing fee / cost of Bid-capacity documents along with Bid-capacity document. The documents submitted by bidders, whose Bid-capacity processing fee / cost of Bid-capacity documents is not reflected in the said bank account of Executive Engineer, at the time of actual on-line opening, shall not be evaluated and treated as non-responsive.
1.13 The contractor should upload the documents in readable form. The unreadable documents shall not be considered for evaluation and treated as non-responsive. The decision of opening Authority or/and Committee regarding the evaluation of Bid-capacity documents shall be final and binding.
1.14 All rights are reserved to reject any or all Bid-capacity documents without assigning any reason by the competent authority or/and Committee .
1.15 The main tender document in B-1 form shall have to be downloaded from the said website, only by short-listed (selected) bidders as qualified (bidders) in Bid-capacity. Short-listed (selected) bidders shall be informed on-line, accordingly.
1.16 Short-listed (selected) qualified Bidders shall deposit the Bid processing fee / cost
of Main Tender Document in B-1 Form and amount of Earnest Money Deposit in
Bank Account of the Executive Engineer bearing No. 0000020134801169 in
Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra), -
MAHB0000782. along with Main e-Tender Document in B-1 Form to be submitted on-line. The Bid documents submitted (on-line) by bidders, whose Bid processing fee / cost of main tender document in B-1 Form and/or amount of Earnest Money Deposit are not reflected in the said bank account of Executive Engineer, at the time of actual on-line opening, shall not be evaluated and treated as non-responsive.
Pre-Tender Conference of short-listed (selected) qualified bidders shall be held in the office of the Superintending Engineer, Gosikhurd Lift Irrigation Circle, Ambadi (Bhandara).
1.17 as stated in “Key Dates” i.e. Schedule of Bid processing.
1.18 The Bidder shall upload the duly completed Main Tender Document in B-1 Form along with requisite supporting documents (duly filled in and digitally signed ) in
readable form. The unreadable Main Tender Document in B-1 Form &/or requisite supporting documents, shall not be considered for evaluation and treated as non-responsive. The decision of Bid Opening Authority regarding this shall be final and binding.
1.21 To take part in the process involving Electronics Tender Management system (ETMS)
7
Contractor Executive Engineer
contractors will have to get themselves registered in the portal. http://maharashtra.etenders.in and should also get empanelled in the concerned sub
portal http://vidc.maharashtra.etenders.in
To obtain Digital certificate contractors may contact ETMS Help desk at the
following numbers Pune Help desk No. 020-25315555 / 56, 9167969601 / 04 /14
2.0.0. e tendering Instructions to Applicants
1. Detail tender notice can be seen on the notice board in the Executive Engineer’s
office. (Copy can be obtained free of cost from Executive Engineer on request).
2. Bid-capacity and further Main e-Tender Document in B-1 form, Estimates,
Rate Analysis, Drawings shall be made available on the Government of
Maharashtra website (http://maharashtra.etenders.in) through Sub Portal of
http://vidc.maharashtra.etenders.in . The competent authority reserves all rights of rejecting any or all tender without assigning any reason.
It is necessary to give the undertaking as:-
3. "Contractors are not allowed to make any changes in Bid-capacity, Main e-
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.
4. "I (the bidder) have seen detailed drawings of works on website / made available in the office of the Executive Engineer. 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 is accepted.”
5. 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://mahrashtra.etenders.in)
The bids i.e. Bid-capacity, Main e-tender documents submitted online, in the
online respective templates, should be signed electronically with a Digital
Certificate to establish the identity of the bidder bidding online. The registered
contractors have to obtain the Digital Certificate for the information required to
issuance of Digital Certificate he may contact ETMS Help Desk. Phone no.
020-30187500
ADD : Office of the Superintending Engineer, Gosikhurd Lift Irrigation Circle, Ambadi (Bhandara).
8
Contractor Executive Engineer
For submitting the bids i.e. Bid-capacity, and further Main e-tender documents in B-1 Form online, in the online respective templates, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs 1038/- at each time. 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).
6. The activities of Bid-capacity, and further Main e-tender documents in B-1 Form, i.e. purchase/Download, Preparation of Bid (Submit Bid Hash online), Submission of Bids, Submission of Documents (in the online respective templates in relevant envelopes) and other activities shall be governed by the time schedules given under “Key Dates”.
The Bidders have to submit (Upload Scan Copies / fill in) his offer/credentials online as required in the tender in the online respective templates in relevant envelopes. The Scan copy showing details/proof of payments of Bid processing fee / cost of Main e-Tender Document in B-1 Form as well as payment of Earnest Money Deposit amount in the Bank Account of Executive Engineer, Gosikhurd Lift Irrigation Division, (Ambadi), Dist Bhandara, are to
be submitted online. Bank Account No. bearing No. 0000020134801169 in Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra), -MAHB0000782
7. The Bidders may refer e-Tendering Tool Kit available online to perform their
online activities http://maharashtra.etenders.in Pre Tender Conference of short-listed (selected) qualified tenderers will be held in the office of the Superintending Engineer, Gosikhurd Lift Irrigation Circle, (Ambadi), Dist Bhandara on the date shown in schedules given under “Key Dates”
9
Contractor Executive Engineer
Schedule of Bid : Time schedule for the bidding process shall be as under.
Sr.
No
WRD Stage Contractor Stage Start Date
& Time Expiry Date
& Time View
Forms Envelops
1 Release
Tender --
17/08/2014
10.00
19/08/2014 09.59
-- --
2 -- Bid Capacity Document
Purchase
19/08/2014
10.00
04/09/2014 18.00
a Bid Capacity
Document
3 --
Bid Capacity Document
Download & Online
Preparation
19/08/2014
10.00
04/09/2014 18.00
a Bid Capacity
Document
4
Close for
Bidding of
Bid Capacity
- 04/09/2014 18.01
05/09/2014 18.00
- Bid Capacity
Document
5 - Re-encryption (submission)
of Bid Capacity 05/09/2014 18.01
8/09/2014 18.00
a Bid Capacity
Document
6
Bid Capacity
Document
Opening and
Short listing
- 08/09/2014
18.01
17/09/2014
18.00 -
Bid Capacity
Document
7 Main Tender
Preparation
- 17/09/2014
18.01
18/09/2014
18.00 -
Commercial
Envelope
C1,Technical
Envelope T1
8 -
Main Tender Document
Purchase 18/09/2014
18.01
25/09/2014
18.00 a
Commercial
Envelope
C1,Technical
Envelope T1
9 Per-tender
Conference
Per-tender Conference will
be conducted, the details of
which are as alongside.
On 20/09/2014 At 11.00 AM, In the office of Gosikhurd Lift Irrigation Circle, Ambadi (Bhandara)
details of which are given at sr. No. 5.12 of section V
10 - Online preparation of
Technical bid 18/09/2014
18.01
25/09/2014
18.00 a
Technical
Envelope T1
11 - Online preparation of
Commercial bid 18/09/2014
18.01
25/09/2014
18.00 a
Commercial
Envelope C1
12
Close for
Bidding of
Main Tender
-
25/09/2014
18.01
26/09/2014
18.00 -
Commercial
Envelope
C1,Technical
Envelope T1
13 -
Re-encryption
( submission) of Main Tender
26/09/2014
18.01
28/09/2014
18.00 a
Commercial
Envelope C1,Technical
Envelope T1
14 Technical
Bid opening
- 28/09/2014
18.01
04/10/2014
18.00 -
Technical
Envelope T1
15 Commercial Bid Opening
- 28/09/2014
18.01
04/10/2014
18.00 -
Commercial Envelope C1
10
Contractor Executive Engineer
3.0.0 Special Guidelines to Contractors Regarding Government of
Maharashtra e-tendering system 1. These conditions will overrule the conditions stated in the Tender Documents,
wherever relevant and applicable. However, in case of dispute on any contradictory meaning of two or more clauses, the decision of competent authority will be final and binding.
2. Registration of the Contractors:
The Contractors registered with Public Works Division, Government Of Maharashtra in relevant Categories and Classes are eligible to participate in Open Tenders processe and Contractors are required to get enrolled on the Portal http://maharashtra.etenders.in. and get empanelled in relevant sub portal. After submitting their enrollment request online, the enrollment shall be required to be approved by the Representative of the Service Provider. After the approval of enrollment, the Contractors shall have to apply for empanelment online which shall be required to be approved by the Nominated Authority of the Department. Only after the approval in the relevant Category / Class, the Contractor shall be able to participate in the Open Tenders online. The approval of enrollment 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 Bid-capacity, and further Main e-tender documents in B-1 Form along with required documents/information, 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 Controller of Certifying Authorities, Government of India. A Digital Signature Certificate may be used in the name of Authorized Representative of the Organization. A Digital Certificate is issued upon receipt of mandatory identity proofs. Only upon the receipt of the required documents, a Digital Signature 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 Authorized User loses his / her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to
11
Contractor Executive Engineer
submit the Bid-capacity, Main e-tender documents online. Hence, the Authorized 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 Authorized 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 be obtained by the Authorized 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 the 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 Authorized User.
• The same procedure holds true for the Authorized Users in a Private / Public Limited Company. In this case, the Authorization 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 Bid-capacity, Main e-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 Bid-capacity, Main e-Tender documents can be (on-line) 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:
12
Contractor Executive Engineer
Submission (on-line) of Bids i.e. Bid-capacity, Main e-Tender documents will be preceded by submission of the digitally signed Bid Seals (Hashes) as stated in the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender.
8. Generation of Super Hash:
After the expiry of the time of submission of digitally signed Bid Seals (Hashes) by the Contractors has lapsed, the Bid round will be closed and a digitally signed Super Hash will be generated by the Authorized Officers Government Of Maharashtra. This is equivalent to sealing of the Tender Box.
9. Key Dates:
The Contractors are strictly advised to follow the Dates and Times as indicated in the Time Schedule in the Detailed Notice Inviting Tender for each Tender. All the online activities are time tracked and the e-Government Procurement System enforces time-locks to 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.
10. Decryption and Re-encryption Online Bids:
Contractors have to decrypt their Bids Bid-capacity, Main e-tender documents and immediately re-encrypt their Bids online and upload the relevant Documents for which they generated the respective Hashes during the Bid Preparation and Hash Submission stage after the generation of Super Hash within the date and time as stated in the Detailed Notice Inviting Tenders (Key Dates). The Bids Bid-capacity, Main e-tender documents 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 submitted 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 Fees Rs 1038/-.The different modes of
electronic payments accepted on the e-tendering portal.
11. The expenditure incurred by bidder/applicant in preparing this offer, in providing clarifications, on attending discussions, conferences, in connection with this tender process shall not be reimbursed/refunded by the V.I.D.C./ Department.
12. The Bid-capacity, Main e-tender is also liable to be rejected outright and no evaluation
will be done if, i) The tenderer proposes any alteration in the work / conditions etc. specified in the
Bid-capacity, Main e-tender or in the time allowed for carrying out the work / in any other conditions.
Cost of Bid-capacity, main e-tender form / processing fees and/or earnest money are/is not received in the Bank Account (of the Executive Engineer) No. 0000020134801169 in Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra), -MAHB0000782 till the time of on-line opening of the Bid-capacity, Main e-tenders. ii) Each & every page of documents, informations, Bid-capacity document, Main e-
tender documents and common set of conditions, (uploaded/submitted on-line) are not digitally signed by the authorized signatory of the Tenderer.
13
Contractor Executive Engineer
iv). In case of firm, each partner or the person holding power of attorney authorizing him to do so thereof, does not digitally sign all pages and documents.
v) Tenderer has not signed declaration at Appendix ‘F’.of main e-tender documents.
vi) All the guidelines mentioned in the e-tendering instructions to tenderers are not adhered to.
vii) Uploaded information is not readable,(and/or) correct, true, updated till date of on- line submission as per records and information found hidden/ concealed, false or misleading.. viii) Procedure laid down for e-tender is not followed. ix) The original Demand Draft / Bank Guarantee from nationalized bank whose branch
is situated in state of Mharashtra, valid for two years, for additional Earnest Money Deposit (which is scanned and uploaded on-line) is not kept ready at the time of opening of main e-tender.
x) The bidder fails to submit online any of the Bid-capacity document, Main e-tender documents, common set of conditions, valid statutory documents/certificates, Proformae, Formats, etc.
xi) The bidder fails to submit / produce, in time, any/all original documents, additional information mentioned in Bid-Capacity document when asked to do so by evaluation committee / competent authority. . xii) In case of Joint Venture Partnership, the information shall be necessary in respect of each and every partner. If information of any one partner is not submitted, then the evaluation pertains to Joint Venture Partnership will not be carried out.
14
Contractor Executive Engineer
SECTION – II
INSTRUCTIONS TO BIDDERS
1.1.0 Bidder shall ensure that all the information & scanned copies of documents
mentioned in the check list are uploaded. If any document is not applicable it should
be clearly indicated in the check list by writing “N.A”.
1.1.1 Original Documents/Certificates issued by competent authorities shall be scanned
and uploaded as it is.
1.1.2 Information & declarations wherever necessary shall be made by bidder on his letter head in prescribed formats only. It should be duly stamped and signed by the authorized signatory of the bidder.
1.1.3 Any overwriting, erasing or correction shall be attested by the bidder through
authorized signatory to the extent of number of corrections made.
1.1.4 All the information must be filled in English language only
1.1.5 Mannual submission of Bid-capacity documents shall not be accepted.
1.1.6 Additional documents/information shall not be accepted after submission of Bid-capacity documents, unless it is required by the evaluating committee / competent authority.
1.1.7 The documents submitted in connection with the Bid-capacity, assessment shall be treated as confidential and will not be returned.
1.1.8 In case of successful bidder all the documents submitted for and Bid-capacity documents, Main e-Tender documents itself shall form the part of contract, which shall be signed in ink at later stage.
2 METHOD OF APPLYING :
2.1 Application should be with check list in prescribed format duly digitally signed by the authorized person.
2.2 If the application is made by an individual, it and every on-line submission shall be digitally signed by the authorized individual above his full name and current address.
2.3 If the application is made by a proprietary firm, it and every on-line submission shall be digitally signed by the proprietor above his full name and the full name of his firm with its current address.
2.4 If the application is made by a firm in partnership, it and every on-line submission shall be digitally signed by all the partners of the firm above their full 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 the power of attorney shall accompany / be uploaded along with the application. The partnership deed shall also accompany the application.
2.5 If the application is made by a Limited Company or a Corporation it and every on-
line submission shall be digitally signed by a duly authorized person holding the power of attorney signing the application, in which case the power of attorney shall,
15
Contractor Executive Engineer
accompany/ be uploaded along with the application. Such limited company or corporation may’ be required to furnish satisfactory evidence of its existence before the Bid-capacity is awarded.
2.6 If the application is made by a Joint venture Consortium of two or more firms as partners valid till expiry of defect liability period of the contract.
a) Every entity associating in J.V. should necessarily be currently registered with
P.W.D. Government of Maharashtra (valid/irrevocable till expiry of defect liability period of one year after completion of the work, here till Oct-2016 ) before applying
for Bid-capacity evaluation. A joint venture between indiv idual contractors, Partnership Firm, Joint Stock Limited Company, Private / Public Limited Company may be permitted subject to the following conditions.
b) Firms intending to participate in bidding process as J.V. shall sign Memo of Understanding in prescribed format on judicial stamp paper of appropriate value. The scanned of MoU shall be uploaded along with Bid-capacity evaluation document.
c) J.V. firm shall have to be registered as the J.V. firm with Registrar of Firms/Companies, under Partnership Act. This partnership deed shall be valid/irrevocable till expiry of defect liability period of the contract. The scanned of the same shall be uploaded along with Bid-capacity evaluation document.
d) The share of the contractor registered in higher category (who must be registered with P.W.D. Government of Maharashtra in required class of registration mentioned in the Tender Inviting Notice ) shall not be less than 60%. The percentage share(s) of all other bidder(s) of the lower category(ies) in such partnership/combination, shall not be more than his/their limit(s) of eligibility to quote for works,( divided by the estimated cost of work put to tender) i.e. when such a percentage of share is applied to the cost of the said work, the amount so calculated shall not exceed his own eligibility limit of tendering for works, individually.
f) One of the partners shall be nominated, as being in-charge and this authorization shall be evidenced by submitting a power of attorney duly registered and signed by a legally authorized signatory of all the partners.
g) 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 Consortium and entire execution of the contract including payment shall be done exclusively with the partner-in-charge.
h) All partners of Joint Venture Consortium shall be liable jointly and separately for execution of the contract till expiry of defect liability period of the contract, in accordance with contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under ( f ) above.
i) Complete information pertaining to each partner in the respective firms duly signed by each such partner shall be uploaded along with Bid-capacity evaluation document. Separate information in respect of each firm (entered into Joint Venture Consortium) shall be submitted in prescribed formats / proforma.
j) In case of joint Venture of foreign and Indian partners the Indian partners shall be the registered civil works contractors in appropriate class with Public Works Division, Government Of Maharashtra.
k) It would be necessary for the Joint Venture Consortium to establish to the satisfaction of the committee that the Venture has been made practical, workable and legally enforceable agreements amongst the parties, The responsibilities regarding the execution and financial arrangements, till expiry of defect liability period of the contract, in accordance with contract terms, have been clearly laid down and assigned, that the individual parties to whom such responsibilities etc. have been 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
16
Contractor Executive Engineer
role in control and direction on the resources of the entire Joint Venture Consortium. l) In case of any dispute or any breach of contract, the lead firm shall be held solely
responsible for any recoveries due to the C o r p o r a t i o n / G ovt. or any fulfillment of works mentioned in the contract.
m) Duly registered Joint Venture Consortium has to get registered with various necessary departments.
n) Bidder(s) who also is/are partner(s) in duly registered Joint Venture Consortium (Bidder) may be pre-qualified independently as well as jointly as Joint Venture Consortium, but they shall be allowed to bid for Main Tender Documents in B-1 Form, either independently or as a duly registered Joint Venture Consortium, and not both. In case of any dispute Joint Venture Consortium shall be allowed to bid for
Main Tender Documents in B-1 Form. o) While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked
out as : Values of (completed and ongoing) Civil Engineering works executed (Excluding
value of Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil Engineering work) in each year during the period of last five years ( updated to the price level) by each partner of Joint venture Consortium shall be, first, added year-wise, and maximum value among those shall be considered as “A” value.
Similarly, Values of existing commitments and ongoing works (updated to price level
of the year in which the tenders are opened) to be completed, by each partner of Joint venture Consortium, in the period stipulated for completion of work of the present tender
shall be added together. This total value shall be considered as “B” value.
IMP- Date for calculating balance cost of the work in the hand of the bidder : 30/07/2014
The period for calculating value of works in the hand of the bidder to be executed: 1Year
from 15/10/2014
2.7 While filling in and uploading each & every information, Formats, Proformae, calculations of Bid Capacities, etc, the bidders, without fail, shall put/note references page numbers, etc of the certificates he has uploaded in support there-of, to facilitate the evaluation committee in checking, assessing the same in short time.
3. DOCUMENTS TO BE UPLOADED BY THE BIDDER :-
a. Bid-capacity documents duly filled in and all pages digitally signed by authorized
person(s).
i. Information of Bidder in Format-I
ii. P.W.D. Registration Certificate in appropriate class of contractor under Public Works
Division, Government Of Maharashtra & valid at the time of on-line opening of Bid-capacity
and Main Tender.
iii) Audited balance sheet and profit loss A/c duly certified from Chartered Accountant as per Income Tax rule -1961 clause 44AB. Along with copy of acknowledgement of Income Tax return filed ( for contractor whose annual turnover is above Rs.40 lakhs)
OR Statement of total income contract receipt in the format acceptable to the income tax department duly certified by the Chartered Accountant along with copy of acknowledgement of Income Tax return filed (for contractor whose annual turnover is below 40 lakhs)
17
Contractor Executive Engineer
iv. Maharashtra Value Added Tax Registration certificate under provision of Rule 58 under clause 8 & 9 of Maharashtra VAT Act 2005. And latest Value Added Tax Clearance Certificate from appropriate authority.
v. Attested copy of registration under Employee’s Provident Fund Act and chalans for updated payments for class I & II contractors. (Contractors should be duly registered with Commissioner Of EPF)
vi. Deed of Partnership or Article of Association and Memorandum of Association for limited Company duly registered with head office in Maharashtra. & for J.V. if applicable.
vii. Power of Attorney (duly registered), if applicable
viii. Declarations in Format-II
ix. Bid Capacity: Declaration of Bidder in Format-III
x. Bid Capacity: Declaration of Bidder in Format-IV
xi. Bid Capacity: Declaration of Bidder in Format-V
xii. Detail work of similar type & magnitude carried out by the contractor duly certified by the head of the Office under whom the works were works carried out &
completed. in FORMAT VI
xiii. J.V. PROFORMA Nos. 1 And 2, if applicable
xiv. Details of Technical personnels & supervisory personnels with Tenderer FORMAT –VII
xv. List of machinery and plants immediately available with the Tenderer for use on this
work and list of machineries proposed to be utilized on this work but not immediately available and the manner in which it is proposed to be procured. (both in FORMAT –VIII).The Contractor shall have to attach the documentary proof in respect of machinery owned by him as below.
I) RTO Registration. ii) Certificate of Taxation. iii) Goods carriage Permit in Form P-Gd C (See Rule 72(I) v) iv) Certificate of fitness in Form 38 (See Rule 62(I)7) xvi. In case of Non-RTO machinery, if the machinery is new, the manufacturer’s 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 the certificate of the Chartered Accountant, a certificate from a Scheduled Bank of having financed the machinery will be
acceptable. `
xvii. Proforma-3, Personnel Resources in Proforma-3 xviii. Details of plant and Equipment owned by and to be hired by the bidder for this work
in Proforma-4
xix. –Bid Capacity Document duly digitally signed
xx. Agreement of sublet and Letter of approval if applicable
xxi. Professional Tax Certificate valid at the time of on-line opening of Bid-capacity
and Main Tender and Professional Tax clearance certificate in the format shown in this document.
Scanned copy of proof of payment of amount equivalent to cost of uploaded Bid Capacity Document & Bid-capacity processing fees paid in the Bank Account No. 0000020134801169 in Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra), -MAHB0000782
18
Contractor Executive Engineer
iv. Undertaking “when there is shortage of funds in VIDC, Nagpur, I / we shall not be
entitle to any compensation from the Corporation. This Condition will be treated as part and parcel of contact documents.” duly stamped and signed.
v. Undertaking “I shall not tamper with or make changes in Bid-capacity and Main
Tender documents made available by the department, on the web-site. Otherwise, I understand that, my tender shall be liable for rejection” duly stamped and signed.
vi. Undertaking “I have studied each and every drawing & design related to the work
made available on-line as well as in the office of Executive Engineer, GosiKhurd Dam Division, Wahi, Pauni and shall sign the before issuance of work order, if my tender is accepted”, duly stamped and signed..
vii. Undertaking that “I / We have gone through each and every contents, clause, condition of the whole Bid-capacity documents & have accepted the same fully, unconditionally” duly stamped and signed. viii. Undertaking that “ During last five years, no compensation has been imposed on
our Firm / Company on account of slow progress of any work or any other cause. Also neither any work is left abandoned, in-complete by our Firm / Company ” duly stamped and signed.
xxviii. Undertaking that “All/whole information submitted by our Firm / Company on-line, is true, correct, updated till date of on-line submission, wholly complete to the best of my knowledge and belief and as per records and nothing is hidden/ concealed, disclosed, false or misleading.” duly stamped and signed.
(All above undertakings should be uploaded to the relevant template. )
xxix Registered Joint Venture if applicable, valid till expiry of Defect Liability Period. xxx Details of other works tendered for and in hand with the tenderer, the value of work unfinished. (in FORMAT –IX )The certificates from the head of offices under whom the works are in progress should be enclosed. The performance of contractor should be satisfactory.
The respective required original copies of all scanned documents submitted online with e- tender, shall be kept ready at the time of opening of Bid-capacity and Main Tender documents
3.1 In the absence of any of the documents given in section 3.3.0, the decision of
evaluation committee regarding Bid-capacity of the bidder will be final and binding to
the bidder.
3.2 The Bid-capacity documents along with supporting information prepared by the bidder should
be indexed and paged before uploading. The bidder shall provide the cross references of the
documents /statements/certificates in the respective formats, proformae, certificates etc.
3.3 The various Proformae & Formats for giving information are given in Section-IV. Bidders are expected to go through these formats carefully and submit the information properly.
19
Contractor Executive Engineer
4 FINAL DECISION MAKING AUTHORITY:-
The evaluation committee appointed for, shall approve the Bid-capacity of Bidders. The
decision of the evaluation committee regarding Bid-capacity shall be final and binding
on bidder. No correspondence will be entertained in this regard. Only the firms
/bidders who become successfully capable to Bid will be informed on-line accordingly,
by Executive Engineer, Gosikhurd lift irrigation Division, Ambadi, (Bhandara) and
bidders judged as capable to bid shall be eligible for further bid process for main e-
tender in B-1 form.
The Corporation / evaluation committee reserves right to accept or reject any or all
the applications / bidders for Bid-capacity without assigning any reasons thereof and
decision of Corporation / evaluation committee will be final and binding.
5 CLARIFICATIONS :-
The clarification(s), if any, may be sought by the Executive Engineer.
6 SITE VISIT :
The bidder may inspect the work site before bidding.
7 WORK EXECUTION EXPERIENCE OF THE BIDDER :
Experience of the prime contractor approved by the owner as per sublet agreement
shall be considered for Bid-capacity. Sublet agreement shall be approved by the
competent authority. Unapproved sublet agreement shall not be considered. In case of
subletting share of experience of prime and sub contractor shall be counted in
proportion as stated in the approved agreement of subletting. In the absence of
stipulation of the sharing of experience in the agreement the experience shall be taken
in proportion of 80:20 for prime and sub contractor respectively.
8 MINIMUM ELIGIBILITY CRITERIA FOR EVALUATION OF PRE BID DOCUMENT :
In order to assess the experience and capability of bidder for execution of the work under consideration, minimum eligibility criteria have been specified. The applicant bidder, as a prime contractor / sub contractor shall satisfy the minimum eligibility criteria for getting shortlisted as qualified bidder.
9 CALCULATION OF BID CAPACITY :
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 (Excluding value of Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil Engineering work) in any one year during the period of last five years ( updated to the
20
Contractor Executive Engineer
price level, of the year in which the tenders are opened) which will take into account the completed and ongoing works.
NOTE : While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked out as :
Values of (completed and ongoing) Civil Engineering works executed (Excluding value of Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil Engineering work) in each year during the period of last five years ( updated to the price level) by each partner of Joint venture Consortium shall be, first, added year-wise, and maximum value among those shall be considered as “A” value..
The five year period
Year No. Year Price Level Multiplying Factor
Vth 2009-2010 1.61
IVth 2010-2011 1.46
IIIrd 2011-2012 1.33
IInd 2012-2013 1.21
Ist 2013-2014 1.1
The maximum value of Civil Engineering works (A) executed in a year shall be
minimum of following :
1) “A” shall be ascertained from the certificates (bearing official outward No. and date of
issue) from Executive Engineer in case of Government and Semi-Government and from
the head offices in case of limited companies & registered Co-Op. Societies or
organizations as given in FORMAT-IV.
In case of limited companies & registered Co-Op. Societies or organizations the value of ‘A’ shall be the half of the amount of actual work done shown in the certificates.
B = Value of existing commitments and ongoing works (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 shall be signed by the Engineer-in-charge not below the
rank of Executive Engineer of the concerned Department under Government and Semi-
Government, and by heads of the offices in case of limited companies & registered Co-Op.
Societies or organizations).
NOTE : While calculating the Bid Capacity of Joint venture Consortium “B” shall be worked out as :
Values of existing commitments and ongoing works (updated to price level of the year
21
Contractor Executive Engineer
in which the tenders are opened) to be completed, by each partner of Joint venture Consortium, in the period stipulated for completion of work of the present tender shall be
added together. This total value shall be considered as “B” value.
The Value of B shall be ascertained from the certificates as prescribed in Format-VI
Date for calculating balance cost of the work in the hand of the bidder : 31/07/2014
The period for calculating value of works in the hand of the bidder to be executed: 1 Year from
15/10/2014
N= Number of years prescribed for completion of the work for which the bids are invited.
Only those applicants who satisfy the minimum eligibility criteria as stated in
Annex –A will be evaluated for pre-qualification.
10 EVALUATION PROCEDURE FOR THE PRE QUALIFICATION :
A) The evaluation for Bid-Capacity of the bidders shall be approved by evaluation committee. If necessary, the evaluation committee may ask for clarifications and further additional information relating to documents submitted (on-line) by the bidder and may check references and make inquiries in respect of works of prospective bidders for confirmation. Necessary information will be collected from the details furnished in proformae and additional information related to information already submitted (on-line) may be called for at the discretion of the committee. The information existing as on date of (on-line) submission of Bid-Capacity documents shall only be considered for this purpose.
B) If a member(s) of the evaluation committee could not be present on the scheduled date of meeting for assessment of / deciding Bid-Capacity, he/they will be made aware of the whole information collected to assess / decide Bid-Capacity and his/ their consents are deemed in assessment of / deciding Bid-Capacity.
11 COMPOSITION OF THE EVALUATION COMMITTEE
The evaluation committee for Bid-Capacity of applicants shall be as below:
1) Superintending Engineer, , Chairman
Gosikhurd Lift Irrigation Circle,
Ambadi Dist:- Bhandara
2) Superintending Engineer, Member
Nagpur Irrigation Circle,
Nagpur
22
Contractor Executive Engineer
3) Executive Engineer, Member Secretary
Gosikhurd Lift Irrigation Division,
Ambadi Dist:- Bhandara
(ù ½ þÒ ºÉʨÉiÉÒ ¨ÉÖJªÉ +ʦɪÉxiÉÉ, MÉÉäºÉÒJÉÖnÇ |ÉEò±{É, VÉ.ºÉ.Ê´É. xÉÉMÉ{ÉÚ®ú ªÉÉÆSÉä {ÉjÉ Gò. 165 ÊxɱÉÒ /20 06 Ênù. 18/01/2006 xÉÖºÉÉ®ú MÉ`öÒiÉ Eò®úhªÉÉiÉ +ɱÉÒ. )
The committee shall have freedom to ask for clarification and further related information from
applicants, check references and make inquiries in respect of works of prospective tenderer /
bidders.
12 SHORTLISTING OF BIDDERS FOR FINANCIAL BIDDING PROCESS:-
The Tendering Authority will first open on-line the Bid Capacity documents uploaded (duly
digitally signed) by the bidders on the date scheduled as per “Key Dates”. After scrutinizing these
documents, evaluation committee for Bid-Capacity will shortlist the Bidders as qualified for
further bidding. Only shortlisted bidders are eligible for Main e-Bidding Process in B-1 form.
The bidders may remain present in the Office of the Bid Capacity documents opening authority,
viz Superintending Engineer, Lift Irrigation Circle, Ambadi Dist:- Bhandara, at the time of
online opening. The shortlisted bidders will be intimated accordingly.
13 TENDER SCHEDULE (KEY DATES) :
The bidders are strictly advised to follow the Dates and Times allocated to each stage
under the column “Contractor Stage” as indicated in the Time Schedule (Key Dates).
All the online activities are time tracked and the Electronic Tendering System enforces
time-locks that ensure that no activity or transaction can take place outside the Start
and End Dates and Time scheduled as per “Key Dates”.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages
may be extended.
23
Contractor Executive Engineer
SECTION – III
WORK SPECIFIC INFORMATION
ANNEXTURE – A
A) DESCRIPTION OF THE PROJECT:- Karajkheda Lift Irrigation Scheme Tah. & Dist. Bhandara is
located near village Karajkheda. The scheme envisages lifting of water from Wainganga river to irrigate 5000
Ha. Of land in 22 villages of Bhandara Tahsil. The scheme involves a Pump House of (650 Hp 5 Nos. pump
& double row of rising main of length 2140 m. and main canals having a length of L.B.C. 13.17 Km & RBC
8.82 Km.
B) STATUS OF THE PROJECT:- The construction of Head work i.e. pump house &
Rising main is nearly completed Construction of main canal R.B.C. is completed
excepting K.m. 5.0 & 7.0 The construction of LBC in K.m. 4.0, 8.0 & 11.0 is in progress. The distribution network of LBC & RBC is also in construction process. The project is
likely proposed to be completed by year 2015.
C) CLIMATIC CONDITION :- The climate of the region is dry of extreme great variation
in winter Temperature drop down as low as 100 c, where as in summer the same shoot up to
480c . The precipitation of monsoon from June to October with same post monsoon
shower in November & December. A few spells of week or fortnight are generally
experienced in August & September the overage annual rainfall is 1320 mm.
D) SCOPE OF WORK :- The work under this contract includes Construction of Balance Earth Work & Structures of Right Bank Canal KM. 7.0 Under Karajkheda Lift Irrigation
Scheme, Tah. Bhandara Dist. Bhandara
The quantities of main items of work to be executed are as below.
Sr.
No.
Item Unit Quantity
1 Excavation Cum 20994
2 Embankment Cum 2295
3 Cement Concrete (All grades)
Cum 1588
4 Reinforcement Qtl. 45
24
Contractor Executive Engineer
E. WORK SITE DETAILS :-
1 Location :- Construction of Balance Earth Work and Structure of
Right Bank Canal KM-7 under Karajkheda L.I.S.
Tah.& Dist. Bhandara.
2 Nearest railway Station. :- Koka Rly. Station Tah. Bhandara Dist. Bhandara
3 Nearest Airport. :- Nagpur.
4 Roads. :- Bhandara-Nagpur, N.H. No.6
5 Nearest Telephone and
Telegraph facility. :- Local Telephone Booth at Kardha on N.H. No.6
6 Nearest Petrol and Diesel
pump. :- Bhandara
7 Position of land acquisition. :- All ready Acquired.
8 Position of funds. :- Funds are available with VIDC.
Period of completion and construction programme
1 Period of completion :- 12 Calander Months (Twelve month including
mansoon)
5. TENDER DATA :-
5.1 Name of work “Construction of Balance Earth Work and
Structure of Right Bank Canal KM-7 under
Karajkheda L.I.S..”
.”
5.2 Estimated Cost. Rs. . 114.52 lakh
Period of Completion 12 (TWELVE) Calendar Months ( including monsoon )
25
Contractor Executive Engineer
5.3
Processing Fees & cost for Bid
Capacity Document and
Evaluation
Rs. 2,000/- (Rs. Two Thousand only) to be paid
by NEFT or RTGS directly in the Bank
Account of Executive Engineer, Gosikhurd
Gosikhurd Lift Irrigation Division Ambadi
(Bhandara),and scanned copy (showing detailed of payment) of the same should be uploaded on-
line in relevant templates, along-with Bid Capacity Document.
5.4 Cost of Main Tender in B-1 Form Rs. 5,000/-(Rs. Five Thousand only) to be paid
by NEFT or RTGS directly in the Bank
Account of Executive Engineer, Gosikhurd
Gosikhurd Lift Irrigation Division Ambadi
(Bhandara), and scanned copy (showing detailed
of payment) of the same shall be uploaded on-
line in relevant templates, in proper envelope
along-with Main e-Tender Document in B-1 Form.
5.5 Class of Contractor Class – IV & above
5.6 Pre – Bid Conference of pre-
qualified bidders
As per Schedule in “Key Dates”
5.7
Contact Details of
Executive Engineer
Name Of Division
Address
Phone:
Executive Engineer ,
Gosikhurd Lift Irrigation Division,
Ambadi (Bhandara)
07184252801
5.8 Contact Details of
Chief Engineer
Name Of Region
Address
Phone:
Chief Engineer,
Gosikhurd Project , Water Resources Department
Sinchan Sewa Bhavan, Civil Lines, Nagpur-440 001.
0712-2561485
5.9 Bank Account Details of
Executive Engineer
Name of Account Holder
Name of Bank
Name of Branch
Address , Account No.
IFS Code.
The Executive Engineer,
Gosikhurd Lift Irrigation Division,
Ambadi (Bhandara)
Bank Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra).
Bank Account No.is -0000020134801169 -MAHB0000782
6.0 CRITERIA FOR MINIMUM WORK EXECUTION EXPERIENCE AND FINANCIAL CAPABILITIES
6.1 PLANTS & MACHINERY OWNED & PROPOSED TO BE USED FOR WORK :
The bidder should have at least minimum required quantities of plants & machineries owned & ready
to be used for work as mentioned in FORMAT – VIII
26
Contractor Executive Engineer
6.2 TECHNICAL PERSONALS WITH THE CONTRACTOR
The bidder should have at least minimum required numbers of technical personals with the contractor
& ready to be used for work as mentioned in FORMAT – VII
6.3 BID CAPACITY :
The required bid capacity for this work is Rs. 114.52 Lakhs.
6.4 LETTER TO THE PROJECT AUTHORITIES
To, Superintending Engineer,
Gosikhurd Lift Irrigation Circle,
Ambadi (Bhandara)
Subject :- “Construction of Balance Earth Work & Structures of Right Bank Canal KM. 7.0 Under
Karajkheda Lift Irrigation Scheme, Tah. Bhandara, Dist. Bhandara”
Dear Sir,
� Having examined the detailed information and instruction given in the Bid Capacity, I/
(We) hereby submit on-line whole information and relevant documents as mentioned
in Bid Capacity
� I/ (We) hereby certify that each and every information and relevant documents are
based on updated data & records till date of on-line submission and we certify its
truthness and nothing is hidden, concealed, false or misleading..
� I/ (We) have furnished all information and details necessary for Bid Capacity as
bidder(s) and that no further information remains to be supplied.
� I/ (We) authorize the project authorities to verify the correctness thereof as well as to
approach any Govt. department individuals, employees, firms and/ or corporation or
any other deem fit to verify correctness & updateness of information & relevant
documents submitted by me/ us to prove my/our competence and general reputation.
D. A. :- Check-list for Documents to be uploaded
Signature of Bidder
Seal of bidder : Date of Submission :
27
Contractor Executive Engineer
CHECK LIST OF DOCUMENTS TO BE UPLOADED ALONG WITH BID CAPACITY DOCUMENTS VALID AT TIME OF ON-LINE SUBMISSION
( To be filled in by Bidder ) Sr.
No.
Name of Document Nos. Of
Pages
Attached
Yes/No
1. Bid Capacity Document duly digitally signed
2. Scan copy of proof of payment of Processing Fees & cost for Bid Capacity /Document
and Evaluation, in Bank Account No.is 0000020134801169 -MAHB0000782 in Bank
Of Maharashtra,
3. P.W.D. Registration Certificate
4. Audited balance sheet and profit loss A/c duly certified from Chartered Accountant as per
Income Tax rule -1961 clause 44AB. Along with copy of acknowledgement of Income
Tax return filed OR Statement of total income contract receipt in the format acceptable to
the income tax department duly certified by the Chartered Accountant along with copy of
acknowledgement of Income Tax return filed.
5. Details of Technical personnel with Tenderer
6. M- VAT Certificate valid and clearance certificate
7. Professional Tax Registration Certificate & Clearance Certificate valid on date of receipt
of the tender
8. Registration under Employee’s Provident Fund Act and challans for updated payments
for class I & II contractors.
9. Deed of partnership/ Article of Association/ MOU for limited Company & J.V. (if
applicable) duly registered with head office in Maharashtra
10. Power of Attorney if applicable
11. List of machinery and plants immediately available & not immediately available with the
Tenderer for use on this work I) RTO Registration. ii) Certificate of Taxation. iii)
Goods carriage Permit in Form P-Gd C (See Rule 72(I) v) iv) Certificate of fitness in
Form 38 (See Rule 62(I)7) and Non-RTO machinery,
12. Agreement of sublet and Letter of approval ( if applicable)
13. Registered Joint Venture if applicable, with registrar of companies, valid till expiry of
Defect Liability Period.
14. Undertaking “when there is shortage of funds in VIDC, Nagpur, I / we shall not be
entitled to any compensation from the Corporation. This Condition will be treated as part
and parcel of contact documents.” duly stamped and digitally signed.
15. Undertaking “I shall not tamper with or make changes in the tender documents made
available by the department, on the web-site. Otherwise I understand that my tender shall
be liable for rejection” duly stamped and digitally signed.
16. Undertaking “I have studied each and every drawing & design related to the work made
available in the office of Executive Engineer, Gosikhurd Lift Irrigation Division,
Ambadi (Bhandara) and shall sign the before issuance of work order, if my tender is
accepted duly stamped and digitally signed
17. Undertaking that “I / We have gone through each and every contents, clause, condition of
the whole tender documents & have accepted the same fully, unconditionally” duly
stamped and digitally signed.
(All above undertakings should be uploaded to the relevent template. )
18. Undertaking that “ During last five years, no compensation has been imposed on our Firm
/ Company on account of slow progress of any work or any other cause. Also neither any
work is left abandoned, in-complete by our Firm / Company ”
19. Undertaking that “All/whole information submitted by our Firm / Company on-line, is
true, correct, updated till date of on-line submission, wholly complete to the best of my
knowledge and belief and as per records and nothing is hidden/ concealed, disclosed,
false or misleading.”
20. Detail work of similar type & magnitude carried out by the contractor duly certified by
the head of the Office under whom the works were completed.
28
Contractor Executive Engineer
21. Details of other works tendered for and in hand with the Tenderer the value of work
unfinished on the last date of submission of the tender. The certificates from the head of
offices under whom the works are in progress should be enclosed. The performance of
contractor should be satisfactory.
22. Scanned copy of original Letter to Project Authority
22 PROFORMA-1
23 PROFORMA-2
24 PROFORMA-3
25 PROFORMA-4
26 FORMAT-I
27 FORMAT-II
28 FORMAT-III
29 FORMAT-IV
30 FORMAT-V
31 FORMAT-VI
32 FORMAT-VII
33 FORMAT-VIII
34 FORMAT-IX
Total Pages
Signature of the Bidder
29
Contractor Executive Engineer
SECTION – IV
PROFORMAE & FORMATS
30
Contractor Executive Engineer
PROFORMA-1
JOINT VENTURE If the bidder 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. Names and addresses 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 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, correct, updated till date of on-line
submission to the best of my knowledge and belief and as per records, contents in
Registered Joint Venture and nothing is hidden/ concealed, false or misleading...
Signature of bidder
Authorized signatory
31
Contractor Executive Engineer
PROFORMA-2 ( To be typed on Rs. 100/- stamp paper )
Responsibilities of lead contractor/ firm in case of Joint Venture
I, ............................................................................................................................
Partner of ...............................................................................................firm as lead contractor
of the tender contractor 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 200 , dated................................registered in the office of the Registrar of
Partnership Firm at ...................................... for the purpose of tender.
We hereby certify that, in case of my 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, a) fulfill all the terms and conditions of the tendered contract, b) all
the liabilities including recoveries if any, c) financial liabilities arising out of the contract, d) physical
completion of work, and e) any other liabilities attributed to the Joint Venture firm, till the expiration of
the (defect) liability period under the contract.
Certified that the above information is true, correct, updated till date of on-line submission to
the best of my knowledge and belief and as per records, contents in Registered Joint Venture
and nothing is hidden/ concealed, false or misleading
Place :
Date : Signature & stamp of lead firm
Witness:
1)............................................................................................
2) ............................................................................................
32
Contractor Executive Engineer
PROFORMA-3
RESOURCES : PERSONNEL ( Please give details of information of individual Personals in the following proforma )
1 Details of Technical & supervisory staff which the applicant will employ on the proposed work
Page No. of Certificate concerned
a) Individual’s Name b) Educational Qualification c) Details of training given for each
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) Language known h) Distribution of above personnel on
works in hand and on this work for which applied for pre-qualification
2 Contractor shall submit a valid and current license issued in his favour under the provision of Contract Labour ( Regulation and Abolition) Act, 1970 and the Maharashtra Contract Labour (R&A) Rules 1971
Certified that the above information is true, correct, updated till date of on-line
submission to the best of my knowledge and belief and as per records, contents in
Registered Joint Venture and nothing is hidden/ concealed, false or misleading...
Signature of bidder
Authorized signatory
33
Contractor Executive Engineer
PROFORMA-4 Details of plant and Equipment owned by the bidder which shall be used for
construction of said wok in the following Proforma ( Separate information for each type of equipment is required.)
1 Name of Equipment Page No. of Certificates concerned
2 Number of Units 3 Make & 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 lift plant hours specified by the
Manufacturer
9 Number of actual working hours put in by the machine
10 Present Location 11 Availability of equipment for this work 12 The Bidder shall have to attach the
documentary proof in respect of machinery owned by him as below.
13 i) R.T.O. Registration ii) Certificate of taxation iii) Goods carriage Permit in From P –Gd C (see
Rule 72(i)7)
iv) Certificate of fitness in Form No. 38 ( see Rule 62(i)7) Note:-In case of Non R.T.O. Machinery if the machinery is new the manufacturer’s 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 the Scheduled Bank of having financed the machinery will be acceptable.
14 Remarks.
Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and
belief and as per records, contents in Registered Joint Venture and nothing is hidden / concealed, false or misleading...
Signature of bidder
Authorized signatory
34
Contractor Executive Engineer
FORMAT – I
Information of Bidder
1. Name of Bidder
2. Whether the Applicant is
Individual / proprietary firm /
Limited company /subsidiary
of a large organisation /
Joint Venture consortia
3. Date & Class of Reg . with PWD.
4. Office Address,
e-mail address,
Telephone Number
Fax Number.
5. Name of Power of Attorney holder,
6. Details of Registration with Public Works Department of Maharashtra. 6.1 Class of Registration : 6.2 Date of Registration : 6.3 Date of Expiry : 7. PAN No. issued by Income Tax department : 8. Sale Tax (VAT) No. issued by Sale Tax Department : 9. EPF Registration No.
10. VAT
. concealed
Certified that the above information is true, correct, updated till date of on-line
submission to the best of my knowledge and belief and as per records and nothing is
hidden/ concealed, false or misleading...
( Note : In case of JV the information of all partners shall be given in this proforma.)
Signature of bidder
Authorized signatory
35
Contractor Executive Engineer
FORMAT – II
( Declaration of bidder regarding poor performance ) To, Superintending Engineer,
Gosikhurd Lift Irrigation Circle, Ambadi (Bhandara) Sir, I/We, ...................................................................................................(bidder) declare that during the last five years from the date of this undertaking,
1. as a contractor, I/We have never been penalized for any work carried out by me nor, I/We have been blacklisted by any Govt. Deptt .
2. I/We have not abandoned any work for reasons attributable to me.
3. I/We have not delayed completion of any work for reasons attributable to me.
4. I/We undertake that the above information is true, correct, updated till date of on-line
submission to the best of my knowledge and belief and as per records and nothing is hidden/ concealed, false or misleading. I/We am/are fully aware that my/our 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.
5. I/We have read the whole Bid-capacity assessment Document and I/We accept each and every contents of the same. Signature of bidder
Authorized signatory
36
Contractor Executive Engineer
FORMAT - III (Bidders Self declaration regarding Bid Capacity)
NOTE : While calculating the Bid Capacity of Joint venture Consortium “B” shall be
worked out as : Values of existing commitments and ongoing works (updated to price level of the year in
which the tenders are opened) to be completed, by each partner of Joint venture Consortium, in the period stipulated for completion of work of the present tender shall be
added together. This total value shall be considered as “B” value.
The Value of B shall be ascertained from the certificates as prescribed in Format-VI NOW P-70
Date for calculating balance cost of the work in the hand of the bidder : 31/07/2014
The period for calculating value of works in the hand of the bidder to be executed: 1 Year from 15/09/2014
Bid Capacity = ( ----- X ------x 2 ) - ------ = Rs. Lakhs. Signature of bidder
Authorized signatory
Bid Capacity shall be computed by using following formula
Bid Capacity = ( AxNx2) – B
A= Maximum value of Civil Engineering works executed (Excluding value of Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil Engineering work) in any one year during the period of last five years ( updated to the price level) which will take into account the completed and ongoing works.
NOTE : While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked out as :
Values of (completed and ongoing) Civil Engineering works executed (Excluding value of Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil Engineering work) in each year during the period of last five years ( updated to the price level) by each partner of Joint venture Consortium shall be, first, added year-wise, and maximum value among those shall be considered as “A” value..
= Value as declared in Format IV. = Rs. ------------- Lakhs
N = Stipulated Time of tender in years = 1 Year(One Year)
B = Value as declared in Format VI. = Rs. ------------- Lakhs
37
Contractor Executive Engineer
FORMAT - IV
(Declaration of bidder regarding value of Civil Engineering Works executed in last 5 years based on Work done certificates in Proforma 1)
( Format for computation of "A")
I) A1 =Maximum value of Civil Engineering work executed during any of the last five years in following format.
Sr. No.
Name of work &
Agreement No
Page No. of
Certificate concerned
Ref. of work done certificate issued by
Ex. Engr.
Value of Civil Engineering work done during year.(Excluding value of Secured
Adv; Mobilization, Mechinery Adv. & any other advances not pertains to or for actual
execution of Civil Engineering work) (Rs. Lakhs)
Name of Division
Outward No. & Date
Vth
year IV
th
year III
rd
year II
nd
year Ist
year
1 2 3 4 5 6 7 8 9 10
1
2
3
4
5
Total
Factor for updating 1.61 1.46 1.33 1.21 1.1
Updated value
Value A1 = Maximum of updated value from column 6
to10 Note :-
1) Information in column 2 to 10 shall be supported by valid work done certificates (ref. of page Nos. are mandatory to facilitate in viewing a particular certificate) issued by an officer not below the rank of Executive Engineer in case of Govt./Semi Govt. works other in proforma 1. 2) The bidder shall be declared disqualified and his offer will be rejected if,
a) bidder fails to upload valid & original work done certificates in Proforma 1, in support of information in column 2 to 10 above. a) the information declared by the bidder in formats do not tally with the information in supporting
certificates. b) the information in original certificates is found tampered or certificates are found fake in future ,
then Bidder shall be black listed, his EMD/Security Deposit shall be forfeited, and appropriate action shall be taken.
Certified that the above information is true, correct, updated till date of on-line submission to
the best of my knowledge and belief and as per records and nothing is hidden/ concealed, false
or misleading.
Signature of bidder
Authorized signatory
38
Contractor Executive Engineer
FORMAT - V Declaration of bidder regarding value of Existing Commitments (B) in the period stipulated for completion of work.
( Read instructions in Section- III before filling this format.)
Sr. No.
Name of works in
hand &
Agreement No.
Page No. of
Certificate concerned
Name of Division / office issuing
certificate in proforma 1
Balance cost of
works on date
given in proforma
Rs. Lakhs.
Value (B) of
works to be
executed in
stipulated Time of work
tendered for. Rs.
Lakhs.
Multi- plying
factor on the basis of date of
work order
Updated value of B
Rs. Lakhs.
Name of Division /
office
Ref. & Date of
certificate
1 2 3 4 5 6 7 8 9
1
2
3
4
5
6
--
--
n
Total
value of B
=
Total value of B to be considered for Bid Capacity = Rs. Lakhs.
I undertake that details of all the works in hand are given in above format.
Certified that the above information is true, correct, updated till date of on-line submission to the best of
my knowledge and belief and as per records and nothing is hidden/ concealed, false or misleading.
Signature of bidder
Authorized signatory
39
Contractor Executive Engineer
BLANK
PAGE
40
Contractor Executive Engineer
FORMAT - VI
(Statement showing the similar type of works carried out by the bidder)
Sr. No.
Name of similar type
of work
Agreement No.
Page No. of
Certificate concerned
Amount of work done
Date of comple- tion of work
Concerned Executive Engineer’s
office Name and address
& Tel No.
Certificates of similar type of work attached.
Yes/No
Quantities Executed of Item .
Excavation Embankment Cement
Concrete of all grade
Reinforcement
1 2 3 4 5 6 7 8 9 10 11
(Note: For each work mentioned in above statement, original certificate of work done, with outward number, and date issued by Executive Engineer in proforma-I shall be scanned and up-loaded by bidder, otherwise similar type of work shall not be considered. Only works mentioned in FORMAT VII shall be considered for evaluation, provided these are supported by valid Work Done Certificates.)
Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records and nothing is hidden/ concealed, false or misleading... Signature of bidder
Authorized signatory
41
Contractor Executive Engineer
PROFESSIONAL TAX CLEARANCE CERTIFICATE This is to certify that M/s.............................................................................. ................ of (address of registered dealer under the
Maharashtra Government Tax on professions. Trades, Callings and Employments Act No. XVI of 1975) holding Registration Certificate No...................................... and w.e.f. …………............... ...................................................... and under section 5 (1)& 5 (2) respectively. The said dealer has paid all tax dues up to 31st March................................ (Previous year) under the act. The dealer has paid the professional tax dues for the employees mentioned below.
No Name of the Employee Designation
NO Name of owner carrying on profession
status Designation
There are no Professional Tax dues outstanding against the dealer under the Act. This Certificate is valid for ONE year from the date of issue Place: Signature....................... Date: Professional Tax Officer District:-
42
Contractor Executive Engineer
FORMAT – VII DETAILS OF TECHNICAL PERSONNEL WITH THE CONTRACTOR
Sr.
No
.
Description
Minimum
required for
this work in
Nos.
Names
Length of
Service in
the firm
Qualifi-
cations
Professional Experience nd
details of works
carried out
Remark
s
1 2 3 4 5 6 7 8
1 Resident Engineers
(Senior Civil Engineer)
1 (One)
2 Supervisors
(Civil Supervisors)
2 (Two)
Note: 1. If there is no technical personnel with your firm please give details (in remark column) as to how your firm can manage the construction work? 2. Required certificates shall be scanned and uploaded by the contractor in support of the information. 3. Contractor shall submit details of each & every technical personnel with the contractor other than the Minimum required.
Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief
and as per records and nothing is hidden/ concealed, false or misleading.
Signature of bidder
Authorized signatory
43
Contractor Executive Engineer
FORMAT –VIII
DETAILS OF PLANTS & MACHINERY OWNED & PROPOSED TO BE USED FOR WORK
Sr. No.
Name / Type of equipment
Minimum No. of Units
Kind or make
Capacity If already owned If to be purchased (When? month and year)
Remarks
Age And
condition
Location Probable date of
availability
1 2 3 4 5 6 7 8 9 10
1 Water Pumps 2 (two)
2 Trucks/Tippers 4 (four)
3 Hyd. Excavators
Poclains 2 (two)
4 Water Tankers 2 (two)
5 Rollers 2 (two)
1. Required certificates shall be scanned and uploaded by the contractor in support of the information. 2. Contractor shall submit details of each & every plants & machinery owned & with the contractor other than the Minimum required.
Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records
and nothing is hidden/ concealed, false or misleading.
Signature of bidder
Authorized signatory
44
Contractor Executive Engineer
FORMAT –IX
Certified that the below-cited information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per
records and nothing is hidden/ concealed, false or misleading.
DETAILS OF OTHER WORKS TENDERED FOR AND IN HAND ON THE DATE OF SUBMISSION OF TENDER
Sr.
No Name
of work
Place Works in hand Works tendered for Remarks
Tendered cost Rs. in lakhs
Cost of remaining work Rs. in lakhs
Anticipated date of
completion
Estimated cost Rs. in lakhs
Date by which decision is expected
Stipulated date or period of completion
1 2 3 4 5 6 7 8 9 10