Post on 10-Nov-2018
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
1
For Authorised Use Only Tender No. For 2011-2012
GODAVARI MARATHWADA IRRIGATION
DEVELOPMENT CORPORATION
AURANGABAD.
( A GOVT. OF MAHARASHTRA UNDERTAKING)
WATER RESOURCES DEPARTMENT
OSMANABAD IRRIGATION CIRCLE,OSMANABAD
NAME OF DIVISION :- KRUSHANA MARATHAWADA CONSTRUCTION DIVISION, No.1 OSMANABAD
PREQUALIFICATION DOCUMENT Name of work :- KRISHNA MARATHWADA IRRIGATION PROJECT
LIFT IRRIGATION SCHEM NO. II Construction of Naldurg Barrage including providing and fixing vertical Lift type gates across the Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
2
TENDER NOTICE
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
System E - TENDER NOTICE NO. 2 FOR 2011-12.
Sealed Online Tenders (e -tender) in B-1 form for the following work are invited by the Executive Engineer, Krishna Marathwada Const. Division No. 1, Osmanabad. Phone No.02472-228745 on Government of Maharashtra Electronic Tender Management System (http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in from the contractors enrolled with the Godawari Marathwada Irrigation Development Corporation, Aurangabad in appropriate class mentioned.
Sr. No
Name of Work
Estimated Cost in
(Rs. Lakhs)
Time Limit for
completion (Months)
Earnest Money in
(Rs.)
Cost of Blank tender
form (Rs.)
Class of Registrat
ion
1
2
3
4
5
6
7 1
Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad
5752.25 36 Months including Monsoon
57.53 Lakhs ( Rs. 15 Lakhs D.D. & Rs. 42.53 Lakhs
B.G.)
10000/- I A & Above
1. Detail tender notice can be seen on the notice board in the Executive Engineers office.
(Copy can be obtained free of cost from Executive Engineer on request). Blank tender
booklets are available on the Government of Maharashtra website
(http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in.
The competent authority reserves all rights of rejecting tender without assigning any reason.
2. Pre-qualification documents will be available on Government of Maharashtra website
(http://maharashtra.etenders in) through Sub Portal of http://wrd.maharashtra.etenders.in
from dt. 23/11/2011 to dt. 29/11/2011. The bidder has to submit the prequalification documents
online as per key dates mentioned below.
3. The cost of Pre-qualification is Rs. 3000/- only. It is necessary to draw the Demand Draft of Rs.
3000/- in favor of "The Executive Engineer, Krishna Marathwada Const. Division No. 1.
Osmanabad " And submit to the office of Executive Engineer, Krishna Marathwada Const.
Division No. 1, Osmanabad before submission date, otherwise the documents loaded on site can
not be considered for evaluation, mention of DR number in payment stage of purchase
document is must.
4. Only those contractors who are short listed in pre-qualification stage are eligible for
participating in main tender . the cost of main tender is Rs. 10000/- only. It is necessary to draw
the Demand Draft of Rs 10000/- in favor of "The Executive Engineer, Krishna Marathwada
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
3
Const. Division No. 1, Osmanabad and submit it to above office on or before the date of
submission.
5. It is necessary to give the undertaking as follows " Contractors are not allowed to make any
changes in tender documents downloaded from website. If it so the tender of such contractors
will be rejected and the contractors who made such changes are liable for action as per Rules."
Tender documents published on Government website are considered as an authentic and legal
documents in case of any complaint about the tender.
6. It is necessary to give undertaking as follows " I have seen detailed drawings of works on
website. It is part of tender documents. I have filled tender by considering all these things. I am
ready to sign on the drawings before depositing security deposit and taking work order if my
tender will be accepted.
7. 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
(hftp:mahrashtra.etenders. in)
8. The bids submitted online should be signed electronically with a Digital Certificate to establish
the identity of the bidder bidding online. The registered contractors has to obtain the Digital
Certificate, the information required to issuance of Digital Certificate he may contact ETMS Help
Desk,
9. The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online),
Submission of Bids, Submission of EMD and other Documents will be governed by the time
schedules given under "Key Dates".
10. The Bidders has to submit (Upload Scan Copies/fill) his offer/credentials online as required in
the tender/prequalification in the online templates in relevant envelopes The Scan copy of
Earnest Money details to be submitted online and original EMD need to be submitted in
Physical f at above mentioned office.
11. The Bidders may refer E-Tendering Tool Kit available online to perform their online activities.
12. Pre tender conference of qualified in pre-qualification, tenderer who have downloaded the blank
tenders form will be held on Dt. 12/12/2011 at 12.00 hours in the office of the Chief Engineer
(Water Resource) W.R. Division, Aurangabad.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
4
NAME OF WORK :- Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad
INDEX Sr.No.
Particulars
Page No.
SECTION -1
Press Tender Notice & Notice for invitation for Prequalification and tendering & Corrigendum No.1
1-4
a,b,c,d
2.0.0
SECTION –II INFORMATION & INSTRUCTIONS TO APPLICANTS
7
2.1.0
General
7
2.2.0
Method of applying
8
2.3.0
Definition
10
2.4.0
Final decision making Authority
10
2.5.0
Clarification
10
2.6.0
Particulars provisional
10
2.7.0
Site Visit
10
2.8.0
Minimum eligibility criteria for prequalification
10
2.9.0
Eligibility Criteria
11
2.10.0
Evaluation criteria for prequalification
12
ANNEX-A
15
A) Description of the project
15
B) Status of the Project
15
C) Climatic conditions
15
D) Scope of the work
15
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
5
Sr.No.
Particulars
Page No.
1. Details of the work
16
2. Information for obtaining documents
17
3. Work and site conditions.
18
4. Period of completion and programme of work
19
5. Other date for Statement and Proforma
19
6. Minimum Criteria for Prequalification
20
7. Composition of Evaluation committee
21
8. Evaluation procedure and allocation of Points
21
9. List of Equipments
24
ANNEXURE-B Method of applying for Joint Venture Consortia
25
3.0
SECTION – III PREQUALIFICATION INFORMATION
3.1
Letter of transmittal
27
3.2
Statement – 1 Bid Capacity
28
3.3
Statement – 2 Bid Capacity
29
3.4
Proforma – 1
30
3.5
Proforma – 1(a)
32
3.6
Proforma – 1(b)
34
3.7
Proforma – 1(c)
36
3.8
Proforma – 2
37
3.9
Proforma – 3
39
3.10
Proforma – 4
40
3.11
Proforma – 4(a)
41
3.12
Proforma – 4(b)
42
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
6
3.13
Proforma – 5
43
3.14
Proforma – 6
46
3.15
Proforma – 7
47
3.16
Proforma – 8
48
3.17
Proforma – 9
49
Certificate
50
NAME OF WORK :- Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad.
Class of Registration of Bidder :- Class ...................................... Limit of Tendering :- Rs. ......................................... Validity Period of Registration :- From ...................To................. Issued to :- _____________________________________________________
_____________________________________________________
_____________________________________________________
D.R. No. Date :-
Sr. No. Date :-
Divisional Accounts Officer Krishna Marathwada Construction Div. No. 1 Osmanabad.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
7
,
( )
. 2 सन 2011-12
ब-1 ई- व
, ,
. 1, . ( . 02472 - 228745) .
र ई- . ई-
. 23/11/2011 29/11/2011 , . 1,
. . ,
, 29/12/2011 14.00
. .
अ. .
.
.
1
.
.
5752.25
36
57.53 ( 15.00
व
42.53
10000
1 -अ
व
1) .
2) WWW.Maharashtra.gov.in .
3) ई- म ,
www.godavarimahamandal.com .
4) न ( )
, .(ल. . )
. 1,
. (02472) 228745
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
8
PRESS NOTICE
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION AURANGABAD.
PRESS NOTICE
System E - Tender Notice No.2 For 2011-12
Sealed Online e-Tenders ( e-tender) in B-1 form for the following work is invited
by the Executive Engineer, Krishna Martathwada Construction Division No.1,
Osmanabad, Phone No. 02472- 228745, on Government of Maharashtra Electronic
Tender Management System ( http://maharashtra.etenders.in) through Sub Portal of
http://wrd.maharashtra.etenders.in from the contractors enrolled with the Godavari
Marathwada Irrigation Development Corporation, Aurangabad in appropriate class
mentioned. Sale period of Tender documents is from 23/11/2011 to 29/11/2011.
The last date of submission of sealed tender documents is on or before Dt. 29/12/2011
in the office of the Superintending Engineer, 'Osmanabad Irrigation Circle, Osmanabad
upto 14.00 hours and will be opened on the same day if possible.
Sr.
No.
Name of work
Estimated
cost in
Crore
Time limit
for
completion
of work
[months]
Earnest
money in
(Rs. in
Lakhs)
Cost of
blank
tender
from
[in Rs.]
Class of
registration
1
2
3
4
5
6
7
1 Krishna Marathwada Irrigation
Project Construction of
Naldurg Barrage including
Providing & Fixing vertical lift
type gate across Bori River
Near Village Naldurg, Tal.
Tuljapur Dist. Osmanabad.
5752.25
36 Months
57.53
( 15.00 in
form of D.D.
& 42.53
Bank
Guarantee)
10000
Class-
1 A &
above.
1) Detailed Tender notice can be seen on notice board in the office of the Executive Engineer, Krishna
Marathwada Construction Division No. 1, Osmanabad
2) The e-tender notice is available on the Government of Maharashtra Website
(http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in.
3) The e-tender notice is available on the website www.godavarimahamandal.com of Godavari
Marathwada Irrigation Development Corporation, Aurangabad.
4) The competent authority reserves all rights of rejecting tender without assigning any reason.
(L.G. Patil)
Executive Engineer
Krishna Marathwada Construction
Division No. 1,Osmanabad
Telephone No. (02472)228745
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
9
KEY DATES
Seq. No.
Stages
Start Expiry Date Time Date Time
1 Pre-qualification Sale period 23/11/2011 19.01 29/11/2011 17.00
2 Pre-qualification Preparation period. 23/11/2011 19.01 05/12/2011 17.00
3 Close for Bidding 05/12/2011 17.01 06/12/2011 14.00
4 Pre-qualification Submission Period 06/12/2011 14.01 08/12/2011 14.00
5
Pre-qualification Opening And Evaluation Period
08/12/2011 14.01 13/12/2011 17.00
6 Tender Preparation 13/12/2011 17.01 15/12/2011 11.00
7 Tender document Download Period 15/12/2011 11.01 17/12/2011 17.00
8 Bid Preparation 17/12/2011 17.01 20/12/2011 17.00
9 Close For Bidding 20/12/2011 17.01 20/12/2011 17.30
10 Bid-document Submission Period 20/12/2011 17.31 29/12/2011 14.00
11
Technical And Commercial opening date
29/12/2011 14.01 06/01/2012 17.00
15. The Contractor shall study the guidelines regarding e-tendering to get clarify e-tendering
procedure.
Executive Engineer
K.M.C Division No. 1, Osmanabad
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
10
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.
2. Registration of the Contractors:
The Contractors registered with Maharashtra in relevant Categories and Classes are eligible to
participate in Open Tenders processed by Maharashtra. Contractors are required to get Enrolled
on the Portal http://maharashtra.etenders.in. and get and 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 Maharashtra/Department. Only after the approval in the
relevant Category / Class, the Contractor shall be able to participate in the Open Tenders online.
Maharashtra may process OPEN Tenders in which eligible Contractors may enroll on the Portal
in OPEN category to participate in such Tenders. The online Enrollment of such Contractors
shall be required to be approved by the Representative of the Service Provider.
The approval of 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 Bids required to be submitted online should be signed electronically with a Class II -Digital
Signature Certificate to establish the identity of the Bidder bidding online. These Digital
Certificates are issued by an approved Certifying Authority, authorized by the Controller of
Certifying Authorities, Government of India.
A Digital Signature Certificate may be used in the name of Authorised Representative of the
Organisation. A Digital Certificate is issued upon receipt of mandatory identity proofs. Only
upon the receipt of the required documents, a Digital 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 Authorised 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 submit the Bid online. Hence, the Authorised User is
advised to back up his / her Digital Signature Certificate and keep the copies at safe place under
proper security to be used in case of emergencies.
In case of online tendering, if the Digital Signature Certificate issued to the Authorised User of a
Firm is used for signing and submitting a Bid, it will be considered equivalent to a no objection
certificate / power of attorney to that User. The Digital Signature Certificate should be obtained
by the Authorised User enrolling on the behalf of the Firm on the e-Tendering System for
Government of Maharashtra.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
11
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 Authorised User.
* The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorisation Certificate will have to be signed by the Directors
of the Company. (process of procuring Digital Certificate will take minimum 4/5 days)
4. Set up of Computer System:
In order to operate on the e-Tendering System for Government of Maharashtra. the User's
Computer System is required to be set up. A Help File on setting up of the Computer System
can be obtained from the Service Provider or downloaded from the Home Page of the Portal
http://maharashtra.etenders.in. The Bidders may refer E-Tendering Tool Kit available online to
perform their online activities as mentioned below. In case of any query he may contact Help
Desk for the Same.
5. Online Viewing of Detailed Notice Inviting Tenders:
The Contractors can view the detailed Notice Inviting Tenders and the detailed Time Schedule
(Key Dates) for all the Tenders processed by Maharashtra using the e- Tendering System for
Government of Maharashtra on http://maharashtra.etenders.in.
6. Online Purchase / Download of Tender Documents:
The Tender documents can be purchased / downloaded by registered and eligible Contractors
from the e-Tendering System for Government of Maharashtra available on
http://maharashtra.etenders.in.
7. Submission of Bid Seal (Hash) of Online Bids:
Submission of Bids will be preceded by submission of the digitally signed Bid Seals (Hashes) as
stated in the Tender Time Schedule (Key Dates) published in the Notice Inviting Tender.
8. Generation of Super Hash:
After the expiry of the time of submission of digitally signed 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 Authorised Officers of Maharashtra. This is equivalent to sealing of the
Tender Box.
9. Decryption and Re-encryption Online Bids:
Contractors have to decrypt their Bids and immediately re-encrypt their Bids online and
upload the relevant Documents for which they generated the respective Hashes during the Bid
Preparation and Hash Submission stage after the generation of Super Hash within the date and
time as stated in the Notice Inviting Tenders (Key Dates). The Bids of only the Contractors who
have submitted their Bid Seals (Hashes) within the stipulated time, as per the Tender Time
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
12
Schedule (Key Dates), will be accepted by the e-Tendering System for Government of
Maharashtra. A Contractor who has not submit his Bid Seals (Hashes) within the stipulated
time will not be allowed to submit his Bid. For submitting the Bids online, the
contractors/bidders are required to make online payment using the electronic payments
gateway service Bid Submission Fee Rs 1024 The different modes of electronic payments
accepted on the e-tendering portal
10. Submission of Earnest Money Deposit:
Contractors have to submit the Earnest Money Deposit in a Sealed Physical Envelope and the
same should reach the Office of the concerned Official before the last Date and Time as Stated in
Tender Documents. Contractors are required to keep their Earnest Money Deposit ready as the
details of the Earnest Money Deposit instrument are required to be entered during the Bid
Preparation and Hash Submission stage. The details of the Earnest Money Deposit shall be
verified during the Tender Opening event and only those Contractors whose online Earnest
Money Deposit details shall be found matching with the physical Earnest Money Deposit
instrument shall be short listed for opening of other envelopes.
11. Opening of Electronic Bids:
As per Tender / Prequalification Documents for details.
12. Key Dates:
The Contractors are strictly advised to follow the Dates and Times as indicated in the Time
Schedule in the Notice Inviting Tender for each Tender. All the online activities are time tracked
and the e-Government Procurement System enforces time-locks that ensure that no activity or
transaction can take place outside the Start and End Dates and Time of the stage as defined in
the Notice Inviting Tenders.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
13
SECTION –II
INFORMATION AND INSTRUCTIONS TO APPLICANTS 2.1.0 GENERAL (a) “Corporation” shall mean The Godavari Marathwada Irrigation Development
Corporation, Aurangabad acting through it’s Executive Director, as defined in Maharashtra Act XXIII of 1998.
Godavari Marathwada Irrigation Development Corporation, Aurangabad is a
body corporate constituted under the Maharashtra Act XXIII of 1998 and has been
established by the notification published in the Gazette Irrigation Department
dated 17/8/98. The head quarters of the Godavari Marathwada Irrigation
Development Corporation, Aurangabad (GMIDC, Aurangabad of GMIDC, for
short, and hereinafter referred to only as Corporation) is Aurangabad. The official
postal address for correspondence is.
The Office Of The Executive Director,
Godavari Marathwada Irrigation Development Corporation,
Sinchan Bhavan, Jalna Road,
AURANGABAD – 431 005.
Phone No. (0240) 2342096.
The functions and powers of the Corporation have been listed in the Maharashtra
Act XXIII of 1998. In general, it has been entrusted with the work of investigation , Planning, Designing of Projects, Maintenance of Completed Projects, Construction of Projects and irrigation Management of the Major, Medium and Lift projects in the Godavari River Basin. The projects comprise of Irrigation hydroelectric projects (Except Bhandardara (Phase-I and II) and Ghatghar Hydro Electric Power Projects) alongwith the command area development and multipurpose schemes.
2.1.1 Sealed tenders in “ B-1 ” form are invited by the Corporation, from The Contractor
registered in appropriate class in GMIDC/ P.W.D. approved Contractors for the work, details of which are given on Annex-A of this section.
2.1.2 The enclosed forms should be filled in completed and all questions should be
furnished 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 changes (s) made in the prescribed forms will render applications to be treated as non-qualified.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
14
2.1.3 The per-qualification documents shall be typed on applicant’s letter head. with complete and valid address of the registered office.
2.1.4 Any overwriting or correction shall be attested. All pages of pre- qualification document shall be numbered and should be submitted as a package with a signed letter of transmittal.
2.1.5 All information must be filled in English language only. 2.1.6 Information and certificate(s) furnished along with the application form (the
respective application who vouch to the suitability, technical know how and capability of the applicant) should be signed by the applicant.
2.1.7 The applicant is encouraged to attach any additional information, (photographs of
the works which were already carried out which he thinks necessary in regard to his capabilities). No further information will be entertained after submission of per questions document unless it is requested by the Godavari Marathwada Irrigation Development Corporation, Aurangabad(hereinafter referred to as GMIDC or Corporation)
2.1.8 The pre-qualification documents in prescribed forms as required in this booklet duly
completed and signed should be submitted along with all relevant documents. The documents must be submitted in sealed cover. The sealed cover must be subscribed a
“Pre-Qualification Document for the work of Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad and should be submitted to
the office as mentioned in Annex-A. The documents received late on account of any reason whatsoever shall not be entertained. The documents submitted in connection with the Pre-Qualification shall be treated as confidential and will not be returned. The document is submitted as photo copies should be duly attested.
2.1.9 a) The cost incurred by applicant in preparing this offer, in providing clarification or attending discussions, conferences in connection with this document, shall not be reimbursed by the GMIDC, Aurangabad under any circumstances.
b) In the event of any applicant wishing to withdraw from pre-qualification, the applicant must write an explanatory letter to the Chief Engineer (W.R.) Water Resources Department, Aurangabad to return the documents. However, the cost of pre-qualification documents already paid shall not be refunded, in any case or on account of any reason.
2.2.0 METHOD OF ONLINE APPLYING
• All the tender activities like tender download(tender seal),tender preparation , tender submission, and opening of tender will be will be conducted online only as per key dates mentioned in online time schedule.
• Pre-qualification documents will be available on Government of Maharashtra website (http://maharashtra.etenders.in) through Sub Portal of http://wrd.maharashtra.etenders.in from dt. 23/11/2011 to dt. 29/11/2011. The bidder has to download .prepare and submit the prequalification documents online as per key dates mentioned below.
• The cost of Pre-qualification is Rs. 3000/- only. It is necessary to draw the Demand Draft of Rs. 3000/- in favor of "The Executive Engineer, Krishna Marathwada Const.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
15
Division No. 1. Osmanabad " And submit to the office of Executive Engineer, Krishna Marathwada Const. Division No. 1 Osmanabad before submission date, otherwise the documents loaded on site can not be considered for evaluation mention of DR number in payment stage of purchase document is must.
• Only those contractors who are short listed in pre-qualification stage are eligible for participating in main tender . the cost of main tender is Rs. 10000/- only. It is necessary to draw the Demand Draft of Rs 10000/- in favor of "The Executive Engineer, Krishna Marathwada Const. Division No. 1 and submit it to above office on or before the date of submission.
• Contractors can work or modify there bid (i.e. on pre-qualification or main Bid) only during bid preparation stage. During submission stage system will allow only to submit the bid to those contractors who has completed the download and preparation stage successfully.
• It is necessary to give the undertaking as follows " Contractors are not allowed to make any changes in tender documents downloaded from website. If it so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per Rules." Tender documents published on Government website are considered as an authentic and legal documents ; in case of any complaint about the tender.
•It is necessary to give undertaking as follows "" I have seen detailed drawings of works on website. It is part of tender documents. I have filled tender by considering all these things. I am ready to sign on the drawings before depositing security deposit and taking work order if my tender will be accepted.
• In order to participate in the tenders floated using the Electronic Tender Management System (ETMS), all contractors/bidders are required to get enrolled on the ETMS portal (http:mahrashtra.etenders. in)
• The bids submitted online should be signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. The registered contractors has to obtain the Digital Certificate, the information required to issuance of Digital Certificate he may contact e-tendering Help Desk, (process of procuring Digital Certificate will take minimum 4/5 days)
• For submitting the bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs 1024 The different modes of electronic payments accepted on the ETMS is available and can be viewed online on the ETMS Website (httip://maharashtra.etenders.in).
• The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online), Submission of Bids, Submission of EMD and other Documents will be governed by the time schedules given under "Key Dates"..
• The Bidders has to submit (Upload Scan Copies/fill) his offer/credentials online as required in the tender/prequalification in the online templates in relevant envelopes. The Scan copy of Earnest Money is to be submitted online and original EMD need to be submitted in Physical format at above mentioned office.
• The Bidders may refer E-Tendering Tool Kit available online to perform their online activities.
• Pre tender conference of qualified in pre-qualification, tenderer who have downloaded the blank tenders form will be held on dt. 12/12/2011 at 12.00 hours in the office of the Chief Engineer (Water Resource) W.R.Division. Aurangabad
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
16
2.3.0 DEFINITIONS:- In the document (as hereinafter defined) the following words and expressions will
have the meaning hereby assigned to them. i) GMIDC:- GMIDC means Godavari Marathwada Irrigation Development Corporation,
Sichan Bhawan, Jalana Road, Aurangabad.431 005. ii) APPLICANT:-
Applicant means Individual, Proprietary firm in partnership. Limited Company, Corporation or group of firms forming a Joint Venture Consortia applying to become eligible to tender.
2.4.0 FINAL DECISION MAKING AUTHORITY:-
The committee headed by Chief Engineer (W.R.) Water Resources Department, Aurangabad reserves right to accept or reject any of the applications for Pre- qualification without assigning any reasons thereof and the decision of the committee shall be final.
2.5.0 CLARIFICATIONS:-
The clarification (s) any, may please be sought separately from either Executive Engineer, Krishna Marathwada Const. Division No. 1, Osmanabad mentioned in Annex- A Para 2.1, 2.5.
2.6.0 PARTICULARS PROVISIONAL:-
The particulars of the proposed work given in Annex-A to this section are provisional and must be considered only as advance information to assist applicants. The accuracy of the particulars is not guaranteed in any form and this pre-qualification documents or Model Tender provision shall not from part of any contract, which may subsequently be entered into tender document.
2.7.0 SITE VISIT:-
The work site can be inspected by the applicant, if he desires so, by prior appointment with Executive Engineer, Krishna Marathwada Const. Division No. 1, Osmanabad .
2.8.0 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 document. The applicant applying for pre-qualification must provide evidence of having adequate experience in
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
17
modern technology in carrying out works like excavation including hard rock, of all types, concrete mixes of all types, embankment, etc. with adequate quality control supported by uptodate testing laboratory.
Experience of the prime or sub contractors approved by the owner shall be only considered for prequalification. 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. 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 contractor respectively. In case the subletting is not approved by the owner, the experience of the work shall be considered that of prime contractor. In order to assess the experience and capability of contractor for execution of the 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 prime contractor should have adequate bid capacity, executed the quantities of main items (as stated in Annex-A) in any one year during a period of last five years. The other requirement such as that of turnover and that of execution of similar work is also stated in Para 6.3 & 6.4 of Annex-A.
2.9.0 ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION: The criteria for eligibility is as below : A) 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 issued by Executive Engineer in Prforma 1. Case of Government and Semi-Government and from the head of offices in case of limited companies and Registered Co-Operative Societies or organizations. The information is to be submitted in proforma, 1(a) and 1(b) as enclosed in Section III for completed and 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. Contractor shall ensure that this information is filled in. If it is not filled in, the contractor shall submit balance sheets of last five years duly certified by the Chartered Accountant or as per the certificate of turnover issued by the chartered Accountant to this effect.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
18
The submission of information in (1) and (2) above is obligatory. In case of non-submission of any one or both, is shall be concluded that contractor does not have adequate bid capacity and shall not be considered for pre-qualification.
B = Value of existing commitments and works (ongoing) updated to the price
level of the year in which the tenders are opened) to be completed in the period stipulated for completion of work of the present tender.
The value of B shall be ascertained from the certificates as prescribed in Proforma 1(b) and stated in Statement No. 2 enclosed in Section III.
N = Number of years prescribed for completion of the work for which this bid is
invited as stated in Annex “A” Para 4.1 Only those applicants Only those applicants who satisfy the minimum criteria as stated in Para 6
of Annex- 1 will be evaluated for Pre-qualification.
2.10.0 EVALUATION CRITERIA FOR PREQUALIFICATION
A) Pre-qualification of prospective tenderers 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 is within the stipulated time, will be able to get pre-qualified.
The Evaluation for Pre-qualification of the applications shall be done by a Committee as mentioned in Para 7.0 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.
B) The evaluation authority will evaluate the submitted pre qualification information
by scoring evaluation once the applicant gets through the Minimum Eligibility Criteria. In order than the applicant bidder gets pre qualified, the applicant must score at least 60% (sixty percent) points in first four categories given below and 70% (seventy percent) points in overall. The pre-qualification shall be decided on the basis of satisfying the minimum Eligibility criteria and other information submitted by the applicant.
Sr.No. Particulars Points
a) General Experience 60
b) Financial Strength 50
c) Equipment Adequacy 40
d) Adequacy of Personnel Capability 30
e) Other evaluation factors 20
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
19
Total 200
The other evaluation factors shall include : i) Record of completing the works in time ii) Quality control arrangements by the applicant. The evaluation will be done from the information submitted by the bidder.
The various formats for giving information are given in Section III. 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 note (Please refer Proforma 6 of Section III) explaining how he is eligible and fulfills the criteria by giving references of the information given in booklet.
c) The evaluation procedure, allocation of points is as stated in Para 8 of Annex-
A. The evaluation will be done with greatest care by allocating points under various heads to help to judge the overall capability and fitness of the applicant.
2.10.1 If an applicant is judged to be financially unsound, he would be disqualified. 2.10.2 In case the number of qualifying applicants are less than three, the committee may
use its discretion to relax the appropriate criteria with a view to qualify at least three applicants and thus ensure adequate competition in tendering.
2.10.3 Necessary information will be collected from the details furnished in proforma and
additional information may be called for at the discretion of the Committee. 2.10.4 In case Joint Venture partnership or a partnership the yearly turnover relating to the
year taken, bid capacity and quantities of main items executed shall be added together for determining the minimum criteria of prequalification. No addition is however permitted for working out the maximum cost of similar type of work executed.
2.10.5 RESTRICTIONS ON AWARDING NUMBER OF CONTRACTS :
a) The GMIDC has taken up a number of Irrigation Projects for construction. In order to complete the works in time bound programme, it has been considered necessary to restrict the number of works which may be awarded to a
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
20
contractor at a time, so that the contractor can concentrate fully on the progress of the contracts awarded to him.
b) Not withstanding the fact that the tenderer satisfying the prequalification
criteria, no individual contractor or the Joint Venture firm or any of the Joint Venture Partner(s) of the same Joint Venture as a separate entity shall be considered eligible for getting prequalified for tendering for this work; in case of maximum three works (in the group of (1) One Dam and Two Canal or any other works OR (2) Three Canal or any other works) have been awarded on contract/letter of acceptance of tender issued, in the area of operation of Godavari Marathwada Irrigation Development Corporation, unless the contract work awarded to him/them is found to be complete in all respect as certified by the Executive Engineer in the completion certificate. In any case individual contractor, or the Joint Venture firm or any of the Joint Venture Partner(s), of the same Joint Venture as separate entity shall not have more than three works in hand at a time. Even if any one of the partner of Joint Venture firm as a separate entity OR as a partner OR in another Joint Venture and/or the same Joint Venture firm, has been awarded, three works as specified above GroupWise in Godavari Marathwada Irrigation Development Corporation, prior to the date of opening of this prequalification document that Joint Venture firm with that individual entity as a partner shall not be considered eligible for getting any other contract for the work, and his/their prequalification document shall be ignored.
c) For the purpose of verification of the above stipulations, the contractor shall
submit the information in the enclosed format of Certificate enclosed as Proforma 8 in Section II. This Certificate is applicable to Joint Venture also. The names of the partner(s) in the Joint Venture shall also be given when information in the Certificate is submitted for the Joint Venture.
NO EVALUATION WILL BE DONE
i) If the information given in Section-III Proforma 1 to 9 & Statement 1 & 2 is incomplete/misleading, false, and such application will therefore be considered as non-responsive and will not be considered for evaluation.
ii) If the record of poor performance such as abandoning work, not properly
completing contract, inordinate delays in completion and financial failure, is noticed.
iii) If the applicant does not fulfill the criteria for eligibility laid down in Para 6 of
Annex-A.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
21
Annex – A
( Section – II )
A) Description of the project
The work is under control of Chief Engineer (WR), Water Resources Department,
Aurangabad.
Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad
1) Excavation in Soft Strata 15.00 TCM.
2) Excavation in Hard Strata with Ordinary & Controlled Blasting
50.00 TCM.
3) Embankment 112.00 TCM.
4) Manufacturing Supplying M.S. Gate hoist, Golith crane.
2000.00 M.T.
5) Steel 2000.00 M.T.
6) Concrete 70.00 TCM
B) Status of the Project :-
Total Land required for this project is 50 Ha. Land Acquisition is in Progress.
C) Climatic Condition :-
The site is situated in average rainfall zone rainy season normally commences from 15th June to 30th Oct. The site is situated in moderate climatic zone.
D) Scope of work
Construction of Donagri (Shindphal) Storage Tank Tq. Tuljapur Dist. Osmanabad.
1) Excavation in Soft Strata 15.00 TCM.
2) Excavation in Hard Strata with Ordinary & Controlled Blasting
50.00 TCM.
3) Embankment 112.00 TCM.
4) Manufacturing Supplying M.S. Gate hoist, Golith crane.
2000.00 M.T.
5) Steel 2000.00 M.T.
6) Concrete 70.00 TCM
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
22
1. DETAILS OF WORK :-
1.1
Name of work
:-
Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad
1.2 Estimated Cost :- Rs. : 5752.25 Lakhs
1.3
Earnest Money (EMD)
:-
Rs. : 57.53 lakhs in the form of D.D.
or Rs. 15.00 lakhs in the form of D.D of any nationalised Schedule Bank payble and Rs. 42.53 lakhs in the form of irrevocable Bank guarantee from nationalised / Schedule Bank.
1.4
Security Deposit (a) Initial (2.5%) (b) From R.A.Bills (2.5%)
:-
Rs. 287.61 Lakhs Rs. : 143.80 lakhs in the form of D.D. or Rs. 30.00 lakhs in the form of D.D of any nationalised Schedule Bank payble and Rs. 113.80 lakhs in the form of irrevocable Bank guarantee from nationalised / Schedule Bank.
Rs. 143.80 lakhs
1.5 Date, time and place of Pre-Tender Conference
:- 12/12/2011 @ 12.00 Hrs. in the office of the Chief Engineer (W.R.) Water Recourses Department. Aurangabad.
1.6 Class of Contractor :-
Class – I A & above
1.7 Period of completion of work
:- 36 Months ( including mansoon)
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
23
2. INFORMATION FOR OBTAINING PRE-QUALIFICATION DOCUMENTS, TENDER PAPERS AND ITS SUBMISSION.
2.1 Name and address of the Executive Engineer in-charge of work issuing tender papers / Pre Qualification documents and in whose name Earnest Money and Security deposit is to be Pledged.
Executive Engineer, Krishna Marathwada Const. Division No. 1, Osmanabad. Office Telephone No. (02472) 228745
2.2 Prequalification document sale period
23/11/2011 to 29/11/2011 Upto 19:01 hours.
2.3 Prequalification document preparation period
23/11/2011 @ 18.31 To 05/12/2011 @ 17.00 Hours
2.4 Cost of application form of Pre Qualification documents
Rs. 3000/-
2.5
Time and date of submission of Pre Qualification documents
05/12/2011 to 08/12/2011 Upto 14.00 hours.
2.6 Prequalification document opening & Evaluation Period
08/12/2011 @ 14.01 to 13/12/2011 @ 17.00
2.6.1 Name and address of the officer receiving the Pre Qualification document.
Superintending Engineer, Osmanabad Irrigation Circle Osmanabad. Office Telephone No. (02472) 227213.
2.6.2 Tender document download period 15/12/2011 to 17/12//2011.
2.6.3 Date Time and place of Pre tender conference
12/12/2011
2.6.4 Bid/Offer preparation period 17/12/2011 @ 17.01 to 20/12/2011 @ 17.00
2.7 Cost of Blank Tender Form
Rs. 10,000/-
2.8 Extra cost if tender papers/ prequalification documents required by post (for each)
Rs. Nil
2.9 Time and date of submission of tender
20/12/2011 to 29/12/2011 14.00 hours.
2.10 Name and address of the officer receiving and opening the tender document
Superintending Engineer, Osmanabad Irrigation Circle, Osmanabad.
2.11 Technical & Commercial opening of tenders
29/12/2011 to 06/01/2012. 14.00 hours if Possible
2.12 The Name of authority for accepting the tender.
Chief Engineer (W.R.) Water Recourses Department Aurangabad.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
24
3.00 WORK AND SITE CONDITIONS: -
3.1
Location
:-
Near village Naldurg Tq. Tuljapur, Dist. Osmanabad
3.2
Nearest Railway Station
:-
Solapur 50 Km
3.3
Nearest Airport
:-
Solapur 50 Km
3.4
Roads.
:-
NH-9 (Hydrabad-Pune)
3.5
Nearest Telephone and Telegraph Facility
:-
Naldurg 2 Km.
3.6
Nearest Petrol & Diesel Pump.
:-
Naldurg 2 Km.
3.7
Position of Land Acquisition
:-
Land acquisition process is in progress.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
25
4. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME :-
4.1 Period of Completion :- 36 Calendar Months.
4.2 Construction Programme of Major Items to be executed.
Year
Excavation in S.S. TCM
Ex in H.S. with ordinary & Controlled blasting TCM
Embankment TCM
M.S. Gate M.T.
Steel MT
Concrete TCM
1 15.00 50.00 10.00 800.00 800.00 25.00
2 0.00 0.00 50.00 600.00 600.00 25.00
3 0.00 0.00 52.00 600.00 600.00 20.00
Total 15.00 50.00 112.00 2000.00 2000.00 70.00
5. OTHER DATA FOR FILLING STATEMENT / PROFORMA 1
5.1
Date for Calculating Balance cost of the work in the hand of the bidder for Statement No.1 B
:-
31/01/2011
5.2 The period for calculating Value of the work in the hand of the bidder which he has to complete vide Statement – 1B
:-
31/01/2011
5.3
Items for which information about quantities executed for use in proforma - 1
:-
Excavation in soft strata, hard strata, M.S. Gate, Steel, Concrete, Embankment
5.4
The Five year Period for use in proforma 1 Statement 1-2 etc.
:-
Year No. Year Year No. Year
Vth 2006-2007 1 st 2010-2011
IVth 2007-2008 Present Year 2011-12
IIIrd 2008-2009 Next Year 2012-13
IInd 2009-2010
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
26
6. 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 evaluated further for prequalification.
6.1 General Experience As a prime contractor or sub contractor the applicant bidder should have executed
following quantities in any one year during last 5 (Five) years.
1) Excavation in Solft Strata 07.50 TCM.
2) Excavation in Hard Strata with Ordinary & Controlled Blasting
25.00 TCM.
3) Embankment 50.00 TCM.
4) Manufacturing Supplying M.S. Gate hoist, Golith crane.
1000.00 M.T.
5) Steel 1000.00 M.T.
6) Concrete 35.00 TCM
6.2 BID CAPACITY :- a) The required bid capacity for this work is Rs. 5752.25 Lakhs. 6.3 ANNUAL TURNOVER : As a prime or sub contractor the applicant bidder should have attained minimum
annual turnover (excluding advance such as machinery/mobilization advances etc.) in
one year over a period of last five year Rs. 2876.00 Lakhs.
6.4 SIMILAR WORK :
As a prime or sub contractor should have successfully completed at least one
similar type of work in a single contract having similar involving Excavation,
Embankment, Concrete Masonry & manufacturing, Supplying of Vertical lift type gate
hoist & Goliath Crane & its operation work of costing 50% in the period of last five
year.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
27
7.0 COMPOSITION OF THE EVALUATION COMMITTEE
The Evaluation Committee for prequalification of applicants shall be as below :
1. Chief Engineer (W.R.) Water Resources Department, Aurangabad
………… …………………......……………………………… … Chairman
2. Chief Engineer, Chief Administrator A.W. CADA ........ ..... Member
3. Superintending Engineer, Osmanabad Irrigation Circle Osmanabad
………….........................……………………………………… …. Member
4. Superintending Engineer, Quality Control Circle, Aurangabad. …. Member
5. Superintending Engineer, C.D.O. (E.D.) Nashik …. Member
6. Executive Engineer, Krishna Marathwada Const. Division No. 1, Osmanabad.
… Member secretary
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 tenderers.
8.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS 8.1 General Experience – Total points = 60 as below
Sr. No.
Particulars Max. Points
8.1.1 Successful experience in completing at least one contract of a nature and complexity comparable to the proposed contract
30
8.1.2
Execution of quantities of relevant main items in any one year in past (as prescribed in Annex-A)
30
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
28
8.2 Financial Capability – Total points = 50 as below
Sr. No.
Particulars Max. Points
8.2.1 Financial capability – Total Points = 50 as below i) Annual Turnover For firms having average annual turnover equal to or
greater than amount shown at Annex-A ( For firms having annual turnover less than amount
shown at Annex-A/6.3(a) points shall be given in linearly reduced proportion).
15
8.2.2
ii) Bid Capacity
a) If bid capacity is equal to the required value
b) In addition one point for every 10% above the required value (maximum upto 4 points)
05
04
8.2.3 iii) Duration of existence of firm : a) If more than 5 years b) If more than 3 years c) If more than 2 years
04
03
01
8.2.4 iv) Debt/Equity (defined as Debt/Equity) a) If ratio is upto 1:1 b) If ratio is more than 1:1
04
02
8.2.5 v) Bank Guarantee a) Without Bank Guarantee b) With Bank Guarantee limit between 60% to 100%
04
02
8.2.6
vi) Overdrafts a) If not enjoyed b) If enjoyed
04
02
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
29
8.3 Equipment Capability – Total points = 40 as below
Sr. No.
Particulars Max. Points
8.3.1
Machinery/ equipment availability with the contractor (the list of machinery required for this work is given in Para 9.0 of Annex –A
30
8.3.2 Equipment planning for this job 10
i) More weightage would be given if 75% of total required machinery is owned by
the contractor. (Documentary proof should be enclosed). ii) Less points would be given for improper distribution of machinery on other
works and on this work.
8.4 Adequacy of personnel capacity – Total points = 30 as below
Sr. No.
Particulars Max. Points
8.4.1 a) Project Manager - 01 b) Project Engineer - 01
10
8.4.2 b) Site staff i) Site Engineer - 02 ii) Draftsman - 01 iii) Accountant - 01 iv) Mukadam - 02 v) Skilled labour - 10 vi) Unskilled labour - 05 vii) Store Kipper - 01
10
8.4.3 Supervisors Tech. Staff i) Experienced Supervisor - 2 ii) Tech. Asstt. - 2
10
8.5 Other Evaluation factors – Total points = 20 as below.
Sr. No.
Particulars Max. Points
8.5.1 a) Record of completing works in time
10
8.5.2 b) Quality control arrangements used in previously executed works.
10
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
30
9.0 LIST OF MACHINERY REQUIRED FOR THIS WORK :
Sr. No.
Equipment Type Minimum Nos. required.
1 Poclain / Excavator. 04
2 Tippers 12
3 Truck/Trolley 02
4 Water Tankers (10000 Lit. Cap) 02
5 Water Pumps ( 10 HP) 04
6 Batching Plant-30cum/Hrs. 02
7 Generator. 03
8 Needle vibrater 10
9 Air Compressor with Jackhammer (260 Cu.feet) 04
10 Compactor / Roller 02
11 Automatic Welding Machine 05
12 Automatic Welding Machine
13 Crane Capacity 15.00 MT 01
14 Trailer Capacity 25.00 MT 01
15 Hydraulic Testing Machine Nil
16 Radiographic Testing Machine 01
17 Ultra Son Graphic Machine 01
18 Sand Balsing Machine 01
19 Guniting Machine Nil
9.0 (B) LIST OF EQUIPMENTS REQUIRED FOR THIS WORK :
Sr. No.
Equipment Type Minimum Nos. required.
1 Proctor Denisty Testing Machine 1 Unit
2 Total Station 1 No
3 Leveling Instrument (Automatic Level Make Presstax)
2 Nos
4 Digital Thodolite 1 No
5 Prismatic compass 2 Nos
6 Aluminimum Leveling Staves (4m. Long) 3 Nos
7 Laptop computer system of latest configuration (IBM/Compact Make with Laser Printer & U.P.S.)
1 No
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
31
ANNEXURE-B
Method of applying for joint Venture Consortia
a) Two or more contractors of any class may combine and tender for a work costing to the amounts upto which each individual contractor or the higher of the two limits if they are of different categories are empowered to tender per the original registration provided.
i) The combination is of the contractor as whole and not individual partners.
ii) The application shall be signed so as to be legally binding on all partners.
b) A Joint Venture between single contractors, Partnership Firm, joint Stock Limited Company, Private/Public Ltd. Co. may be permitted subject to the following Conditions :
i) The Joint Venture should be a partnership firm, duly registered with the Register of Firms, Maharashtra state. In such a case a signed Memorandum of Understanding (MOU) between the tenderer and associating firm/company/individual shall be considered as adequate proof for association subject tot he condition that on being considered eligible to tender for the work, the tenderer shall be informed accordingly, where upon the tenderrer shall be required to enter into a Joint Venture (JV) partnership by signing an instrument (MOU) incorporated in Annexure B. The Joint Venture deed shall be submitted by the contractor before submission of tender. If the Joint Venture Deed is not submitted by the contractor, then the tender of such Venture shall not be opened but the same will be recorded and considered as non responsive.
ii) The Joint Venture deed shall be got approved from the Godawari Marathwada Irrigation Development Corporation, 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 the Godavari Marathwada Irrigation Development Corporation, before any changes are proposed to be made in the Joint Venture deed, once it is registered with the Registrar of Firms, Maharashtra State.
iv) The Joint Venture partnership shall not be dissolved till the completion of
defects liability period as stipulated in tender conditions and till all the liabilities thereof are liquidated.
v) The shares of assets and liabilities of the lead firm shall not be less than 60% and the percentage share of the each other firm in Joint Venture partnership deed shall not be less than 20% . The lead firm All JV Partner should be enrolled in the list of selected contractors of GMIDC.
vi) One of the partners shall be nominated as being incharge and this authrisation shall be evidenced by submitting power of attorney signed by legally authorised signatories of all the partner’s.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
32
vii) The partner incharge 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 incharge.
viii) All partners of the joint ventures shall be liable jointly and severally for execution of the contract in accordance with contract items 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) Separate information in respect of each firm (entered into Joint Venture) should be submitted in Performa.
c) In case of Joint Venture the lead firm has to submit complete information about its and
associating firms/partners in J.V. It would be necessary for the Joint Venture to
establish to the satisfaction of the Corporation that the venture made is practical,
workable and that the legally enforceable arrangements amongst the parties have been
made and the responsibilities regarding the execution and financial arrangements have
been clearly laid down and assigned and 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 takes responsibility and
involvement for the entries period of execution as well as a leading role in control and
direction on the resources of the entire joint venture.
d) All above conditions in 2.2.6 from (a] to (l) shall incorporated in J.V. deed to be made
and registered with Registrar of Firms, Maharastra State.
e) Bidder may be pre-qualified independently or in a Joint Venture but they would be
allowed to submit only one bid.
f ) 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 themselves but should seek
approval of the Chief Engineer (W.R.) Water Resources Department, Aurangabad
prior to bid opening.
g) Bidders may be pre-qualified independently or in a Joint Venture but they would be
allowed to submit only one Bid.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
33
3.1
LETTER OF TRANSMITTAL
To, The Superintending Engineer, Osmanabad Irrigation Circle, Osmanabad.
SUBJECT : Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad
Sir, Having examined the details given in invitation and technical note for the work
Construction of Naldurg Barrage including Providing & Fixing vertical lift type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad
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 and proforma 1 to 9.
I/We have furnished all information and details necessary for pre-qualification as
bidder (s) and that no further information remains to be supplied. I/We authorise the project authorities to verify the correctness thereof as well as to
approach any Govt. department, individuals, employees, firms and / or corporation to verify correctness of information and certificate submitted by me / us to prove my/our competence and general reputation.
I/We submit the following certified certificate (s) in support of our eligibility, technical
know-how , capability and having successfully completed the works from the clients/owners of respective works.
1) 2) 3) Enclosed : Signature of Contractor Seal of Applicant Date of Submissio
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
34
3.2 STATEMENT No. 1 Statement Determining Value of “A” i.e. Value of Civil Engineering works.
Sr. No.
Name of work Value of Civil, Engineering works during the year (Excluding advance such as mobilization advance and machinery advance etc.) Rs. in Lakhs. 2006-2007
2007-2008
2008-2009
2009- 2010
2010-2011
Balance Amount
Ref. P. No. to
certificate
1 2 3 4 5 6 7 8 9
Factors for updating 1.46 1.33 1.21 1.10 1.00
Updated Value of work
Note :-
1) For number of Years please refer Para 5.4 of Annex- A Section I
2) Figures in Col. 3 to 8 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 as 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 Contactor shall ensure that the information is filled in by Income Tax authorities in case this information is not filled in the Contractor shall submit balance sheet or as per the certificate of Turnover issued by the chartered Accountant to this effect of Last 5 years duly certified by the chartered Accountant.
Work done as per
Year I.T. Certificate Amount
or Balance Sheet / Certificate
Amount
Ref. to Page No. Certificate.
2006-2007
2007-2008
2008-2009
2009-2010
2010-2011
Signature of Contractor.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
35
3.3 Statement No. 2
Statement for Value “B” i.e. Value of existing commitments and ongoing works to be completed in the period stipulated for completion of the work.
Sr. No.
Name of
work
Month & year of
commence ment of
work
Amount of
Contract
Revised Tender Cost.
Period of Completion
Scheduled date of
completion
Balance cost as on date given
in Annex-
A
Value of works to
be competed between period
given in Annex-A Para 5.2
Ref. Page No. of
Certificate.
1 2 3 4 5 6 7 8 9 10
Note :- Figure in Co. 3 to 9 should be supported by the Certificate issued by Executive Engineer in case of Govt. / Semi- Govt. work and head of offices in case of other organisations. Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
36
3.4 PROFORMA 1 (Separate information for each work )
CERTIFICATE For the works completed / Under progress. As on …………………………………………
01 Name of work :-
02 Estimated Cost :-
03 Agreement No.
:-
04 Name of Contractor :-
05 Tendered Cost. :-
06 Date of work Order :-
06 A
Actual Date of Starting :-
07 Stipulated period of Completion :-
08 Scheduled date of Completion :-
09 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 / liquidated damage imposed
:- Yes / No.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
37
16. Detail of work Done :-
Unit Excavation in S.S. TCM
Excavation in H.S. TCM
Embankment in TCM
Concrete TCM
MS Gate Steel M.T.
Cost of work Rs. In Lakhs.
Tendered Qty.
Revised Qty.
Executed Qty.
Year Wise Breakup
2006-2007
2007-2008
2008-2009
2009-2010
2010-2011
17. Remarks about performance of contractor about physical progress and Quality of
work. ……………………………………………………………………………………………………
………………………………………………………………………………………………………
……………………………………………………………………………………………………
……………………………………………………………………………………………………
Out ward No. Seal Date
( E.E. stamp with name)
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
38
3.5
PROFORMA 1(A) Details of the works completed
(separate information for each work)
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 features 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
III rd year
IInd year
I st year
Items as stated in 1) Ex. in Soft Strata 2) Ex. in Hard Strata 3) Concrete 4) Embankment 5) M.S. Gate 6) Steel
TCM TCM TCM TCM MT MT
6.2 Financial Rs. in Lakhs Financial turnover defined as billing for works (excluding advance payments received duly certified by concerned authorities )
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
39
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 period taken for completion :-
f) Certificate of concerned authority regarding completion of work if completed in time. (Y/N)
:-
g) Reasons for non completion of work in stipulated time limit , if so.
:-
8 Were there any penalties/ fines/ stop / notice/ compensation/ liquidated damages imposed. (yes or no) (if yes, give amount and explanation)
:-
9 Name, Designation and complete address with whom the contents of preceding paras 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 .
:-
Certified that the above information is true and correct to the best of my knowledge and belief Signature of Contractor
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
40
3.6 PROFORMA – 1 (b)
Details of works in hand
(separate information for each work.)
1 Name of work
:-
2 Agreement No. & year :-
3 Place and country :-
4 Tendered cost (Rs. in Lakhs ) :-
5 Name of Applicant’s Engineer incharge with educational qualification
:-
6 Annual turnover :-
Items unit
6.1 Physical Vth Year
IV th year
III rd year
IInd year
Ist year
items as stated in Annex-1) Ex. in Soft Strata 2) Ex. in Hard Strata 3) Concrete 4) Embankment 5) M.S. Gate 6) Steel
TCM
TCM
TCM
TCM
MT
MT
6.2 Financial turnover
Rs.in
Lakhs
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
41
7 i) Percentage of physical completion :-
ii) Cost of the work completed :-
iii) Revised Tendered cost :-
iv) Balance cost on the date stipulated (Refer Para 501 in Annex-A).
:-
v) Stipulated date of completion :-
vi) Anticipated date of completion. :-
8 Whether work progress is as per tender programme (Yes/No) . if not, explain the reasons
:-
9 Expected year wise programme of completion ( For year refer Para 5.4 of Annex-A)
:-
i) Present year :-
ii) Next year :-
iii) ---------- :-
10 Were there any fines, claims or stop notices filed by the Employer ( Yes/No)
:-
11 Details of Quality control arrangements made by the contractor of his own on these works
:-
12 Name, Designation and complete address with whom the contents can be verified.
:-
Certified that the above information is true and correct to the best of my knowledge and belief . Signature of Contractor
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
42
3.7 PROFORMA – 1(C)
Details of quantities executed and amounts of works (completed and ongoing)for last five years
Sr. No.
Year Items as per Annex – A Total financial turnover
Amount Rs.in lakhs
Ref. Page No. 1 2 3 4 etc.
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
6 Any time before 5 years completed
Certified that the above information is true and correct to the best of my knowledge and belief . Signature of Contractor
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
43
3.8 PROFORMA – 2
FINANCIAL STATEMENT
(To be given separately for each Partner in case of joint Venture).
1 Capital :-
a) Authorised :-
b) Issued and paid up :-
2 :-
a) Date of incorporation of the firm :-
b) Duration of existence of the firm :-
3 Furnish Balance Sheet and Profit and Loss statement with Auditor’s report for the last five years, it should interalia with the following information.
:-
I) Your working capital. :-
II)Your Turnover on Civil Engineering Works .
:-
Yars 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 facotrs given in
Col.3(Rsin Lakhs)
1 2 3 4
Vth year
IV th year
III rd year
II nd year
Ist year
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
44
III Your gross income (Rs.in Lakhs)
Year Gross income (Rs. in Lakhs )
Year Gross income (Rs. in Lakhs)
Vth II nd
IV th I st
III rd
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 Debt equity ratio (Defined as Debt /Equity)
:-
6 What is the maximum value of the project that you can handle ?(Rs. in Lakhs)
:-
7 Have you ever denied tendering facilities by any Govt. dept. / Public Sector undertaking (details ).
:-
8 What are your sources of finance? (Please give complete details, Bank reference also).
:-
9 Certificate of financial soundness from Bankers of applicant.
:-
10 Furnish the following information for last five years (duly certified by the respective Banks ).
:-
a) Bank guarantee limit enjoyed by the firm during each of the last five years with Bank wise breakup.
:-
b) Portion of Bank guarantee already utilised as on date of application.
:-
11 Overdraft limits enjoyed during each of the last five years with Bankwise breakup (Rs. in Lakhs)
:-
12 Name and address of Bankers to whom reference can be made.
:-
13 Have you ever 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
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
45
3.9 PROFORMA -3
RESOURCES : PERSONNEL
(Please give details of Key Technical & Administrative Personnel in the following proforma )
1 Details of the Board of Directors :-
a) Name of the Directors :-
b) Organization :-
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’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 works.
:-
f) Years with the applicant. :-
g) Languages know. :-
h) Distribution of above personnel on works in hand and on this work for which applied for prequalification.
:-
i) Remarks. :-
3 Contactor shall submit a valid and current license issued in his favour under the provisions of Contract Labour (Regulation and Abolition) Act. 1970 and the Maharashtra Contract Labour (R & A) Rules 1971
:-
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of contract.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
46
3.10 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
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of contract.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
47
3.11 PROFORMA – 4 (a)
Details of Plants and Equipment owned by the contractor which shall be used for construction of said work in the following proforma.
(Separate information for each type of equipment is required. Colour photograph of each machine which is costing more than Rs. 10 Lakhs shall be enclosed )
1 Name of equipment :-
2 Number of Units :-
3 Make and year of Manufacture :-
4 Source from where procured :-
5 Production capacity :-
6 Type of Primer-mover :-
7 Horse Power/K.V. of Prime-mover :-
8 Normal life plant hours specified by the Manufacturer
:-
9 Number of actual working hours put in by the machine
:-
10 Present Location :-
11 Availability of equipment for this work :-
12 If machine is costing more than Rs. 10 Lakhs attach coloured photograph.
:-
13 The Contractor shall have to attach the documentary proof in respect of machinery owned by him as below
:-
i) R.T.O. registration. :-
ii) Certificate of Taxation :-
iii) Goods Carriage Permit in Form P-Gd C (see Rule 72(i)7)
:-
iv) Certificate of fitness in Form 38 (see Rule 62(i) 7)
:-
Note : In case of Non RTO machinery if the machinery is new the manufacturers 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 by machinery will be acceptable.
:-
14 Remarks :-
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of contract.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
48
3.12 PROFORMA – 4 (b) Details of Additional Plants and Equipments which shall be procured by the applicant for this
work in the following proforma.
1 Name of equipment :-
2 Number of Units :-
3 Kind or Make :-
4 Country of Origin :-
5 Capacity :-
6 Approximate cost Rupees in Lakhs :-
7 How the equipment is proposed to be procured and give details of source/manufacturer
:-
8 Remarks :-
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of contract.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
49
3.13 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 and with GMIDC.
:-
5 Whether the Applicant is :-
a) An Individual :-
b) A Proprietary firm :-
c) A Limited Company or corporation :-
d) A member of a group of companies (if yes, give name, address connections and description of other companies.)
:-
e) A Subsidiary of large organisation (if yes, give name and address of the organisation) If the company is subsidiary what involvement, if any will the parent company have in the project.
:-
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
50
f) Joint Venture consortia (if yes, give name and address of each partner
:-
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 years of experience :-
a) As a prime contractor :-
i) In own country (Specify country) ii) Internationally (Specify country)
:-
b) In a Joint Venture :-
i) In own country i) Internationally
:-
c) As a Sub-contractor :-
i) In own country
ii) Internationally
:-
9 How many years has 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 Where you required to suspend construction for a period of more than six months continuously after you started ? If so, the reasons thereof..
:-
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 ratification (if so, when, where, and why) and how many cases settled in your favour?
:-
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
51
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 construction contract (if so, state name of individual/ other organisation)
:-
15 Have any key personnel or partner of your organisation ever failed to complete the contract awarded in his name.
:-
16 In what field do you claim specialization and are interested to work ?
:-
17 Give details of your experience in modern concrete technology and work for manufacturing and quality control.
:-
18 Give details of your material testing laboratory and mobile laboratories.
:-
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of contract.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
52
3.14 PROFORMA – 6
ADDTIONAL 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 contract.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
53
3.15 PROFORMA – 7
Details of work tendered for as on the date of submission of Bid capacity document
Particulars (1) (2) (3) (4) (5) (6) etc.
1 Name of work
2 Estimated Cost
3 Tendered Cost (Rs. In Lakhs)
4 Date when decisions expected.
5 Stipulated date and period of completion
6 Name designation and address with whom the contract 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.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
54
3.16 PROFORMA – 8 CERTIFICATE
(Note : All the details must be filled in. Strike out the item which is not applicable to the tenderer)
Certified that
1. I/(We) have not been awarded any contract for the work of Dams/Canals or any other type of work in the Godavari Marathwada Irrigation Development Corporation on .................................(Enter date of opening of tender)
2. I/(we) have been awarded following contract(s) for the work of Dam/Canal/ other works ..............................(enter date of opening of tender) in GMIDC Area. (The works warded prior to formation of GMIDC are also to be included)
Particulars 1 2 3 4 5 and so on
1 Name of work
2 Estimated cost put to tender
3 Contract No. and date of work order
4 Contract Amount
5 Amount of work executed to date
6 Period of completion
7 Scheduled date of completion
8 Name of Division
9 Name of Circle
3. I/We have tendered for the following work(s) in GMIDC as on ...............
..........................(Enter date of opening of tender) and my offer is lowest responsive offer.
Particulars 1 2 3 4 5 and so on
1 Name of work
2 Estimated cost put to tender
3 Tender Amount
4 Date when decision is expected
5 Scheduled date of completion
6 Name of Division
7 Name of Circle
Signature of the Contractor
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
55
3.17 PROFORMA – 9
JOINT VENTURE
If the applicant intends to enter into a Joint Venture for the project please give the following information otherwise state “Not Applicable”
1 Name and address of Joint Venture
2 Name and address of all partners of Joint Venture
3 Name of firm leading the Joint Venture
4 Indicate the responsibility of the firm leading the Joint Venture and responsibility of other Joint Venture Partners.
5 Names and address of Bankers of the Joint Venture
6 Details regarding financial participation of each firm in the Joint Venture. Certified copy of the agreement of Joint Venture shall be attached.
Certified that, the above information is true and correct to the best of my Knowledge
and belief.
Signature of contractor
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
56
CERTIFICATE
(To be signed on Rs 100 Bond paper by the Contractor' Authorized Representative of the
contractor, authorized to sign tender documents).
1) Certified that I have not been lour firm I Company has not been levied compensation on
account of slow progress of work under Clause 2 of B-1 contract or any other clause of the
contract on any work, within or out of jurisdiction of GMIDC, entrusted to me , our firm I
company during last Five years.
2) Certified that all the information given by me' us in this booklet for qualifying to tender for
the Krishna-Marathwada Irrigation Project Lift Irrigation Scheme No. II Construction of Naldurg Barrage including Providing & Fixing vertical lift
type gate across Bori River Near Village Naldurg, Tal. Tuljapur Dist. Osmanabad. work is true and correct.
We understand that if the Corporation authorities find that any of the information given by
me/us is found to be incorrect, untrue or misleading. I/We will be disqualified to tender for
the above work, and my/our name may be removed from the approved list of contractors in
GMIDC.
Signature of the Contractor/ Authorized representative.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
57
1.21 METHOD OF APPLYING:
1.21.1 If the application is mad by an individual, it shall be signed by the individual above his full
name in block letters and current address.
1.21.2 If the application is made by a proprietary firm, it shall be signed by the proprietor above
his full name in block letters and full name of his firm with it's current address.
1.21.3 If the application is made by a firm in partnership, it shall be signed by all the partners of
the firm above their full type written names and current addresses or by a partner holding
valid power of attorney for the power of attorney shall accompany with the application. A
certified copy of the partnership deed, and current address of all partners of the firm shall
also accompany with the application.
1.21.4 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 such
case, a certified copy of the power of attorney shall accompany with the application. Such
limited company or corporation may require to furnish satisfactory evidence of its
existence.
1.21.5 If the application is made by a Joint Venture Consortia of two or more firms as partners:
please refer Annexure-A. Also, the information shall be given in Annexure 8.
1.22 MANNER OF SUBMISSION OF PREQUALIFICATION AND ITS ACCOMPANIMENT
Prequalification documents are to be submitted in a sealed envelope. The contractor shall
submit the documents listed as below along with prequalification booklet.
i. Certificate in original or certified copy thereof as a registered contractor with the P.W.D. of
Government of Maharashtra in appropriate class, even though submitted earlier while
issuing prequalification booklet. Certificate should be valid on the date of submission.
ii. Certificate in original or certified copy thereof as a registered contractor with the GMIDC in
appropriate class and category, even though submitted earlier while issuing prequalification booklet. Certificate should be valid on the date of submission.
iii. Balance sheets duly certified by Chartered Accountant for last five years (or true copy thereof duly attested by a Gazette Officer)
iv. Registration certificate in prescribed form as provided by Govt. of Maharashtra for
Maharashtra Value added Tax 2005 and clearance thereof. v. Deed of partnership or Article of Association and Memorandum of Association for limited
company. vi. Details of Technical Personnel with tenderer.
vii. 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 Proforma-4, 4(a) and 4(b)). No hired machinery be considered for evaluation. The contractor shall have to attach the documentary proof in respect of machinery owned by him as below, (a) R.T.O. Registration (b) Certification of taxation (c) Goods carriage permit in Form P Gd C (See rule 72(i)(v) and (d) Certificate of fitness in Form 38 (See Rule 62(i)
In the 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 certificate by the Charted Accountant, a certificate from a Scheduled Bank of having financed the machinery will be acceptable.
viii. Details of works of similar type and magnitude carried out by the contractor duly certified by the head of offices under whom the works were completed.
ix. Details of the work completed by the contractor. Certificates from the head of offices under whom the works are completed should be enclosed in Proforma 1(a).
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
58
x. Details of other works tendered for in Proforrna-8 and works in hand with the contractor in
Proforma 1(b) along with 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. Also, the certificates should be in the prescribed format only. Otherwise the same will not be considered for evaluation and the prequalification documents will be summarily rejected. The performance of the contractor should be satisfactory.
xL Power of Attorney.
xii. Professional Tax Clearance.
xiii. Certificate of contractor regarding number of works in hand under G.M.I.D.C. in Proforma-8
xiv. Certificate of contractors as per Certificate page 50 on bond paper of Rs, 100/-
xv. Employee's Provident Fund Registration and its clearance.
All documents required to be submitted with prequalification document shall be attested by Gazetted officer with his full name, address and phone numbers and if required, original
copies shall be made available for verification.
Before download the blank tender form to the contractors, necessary documents i,e work done certificate, list of work, machinery ownership documents and all other concerned documents should be verified from original documents by the concerned Executive Engineer. It is the responsibility of the contractor to get verified the documents from the Executive Engineer, otherwise the tender should not be considered for Tendering. If the documents submitted for Bid capacity/ Prequalification are found false, the contractor will be disqualified for the tendering the if necessary legal action will be taken against contractor.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
59
ANNEXURE C MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT FOR
CONSTRUCTION OF _________________________________ TALUKA ________________
DISTRICT ____________________
DEED OF PARTNERSHIP(JOINT VENTURE OF M/S ____________________________ &
M/S____________________________________________)
This memorandum of Understanding for Joint Venture Agreement made and entered
into at __________________________ (Place) “this _______ the day of ________ 200 by and
between.
1) M/s. ______________________________________ with it’s registered office
at _____ _________________ hereinafter referred to as Party No. 1.
AND
2) M/s _______________________________________ with it’s registered office
at _____ _________________ hereinafter referred to as Party No. 2.
DEFINITAIONS.
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.
“Apex Co-ordination Body (ACB) shall mean the body comprising Managing Directors of the Parties to the Joint Venture”.
“The owner” shall mean
GODAVARI MARTHWADA IRRIGATION DEVELOPMENT CORPORATION
AURANGABAD.
“The works” shall mean the Construction of ________________________________
“The Contract” shall mean the Contract entered into or to be entered into between the Joint
Venture and the owner for the works.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
60
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 to construe the Parties or Partners to constitute
either Party the agent of the other.
WITNESSE
Whereas the Executive Engineer, _______________________________________________
hereinafter referred as the Executive Engineer, have agreed to award the work of Construction
of __________________________________________ hereinafter referred as “the works to the Joint
Venture”.
Whereas PARTY NO. 1 and PARTY NO. 2 wish to execute the Contract, if awarded as per the
terms of this indenture. Now therefore this Deed of Partnership Witnesses as follows.
1) That, these recitals are and shall be deemed to have been part and parcel of the present
MOU for JV.
2) That, this MOU shall come into force from the date of this MOU i.e. the day of
___________________________
3) That, the operation of this MOU for JV firm concerns and is confined to “the works” only.
4) That, the name of the Joint Venture firm shall be “ _____________________ JOINT
VENTURE”.
5) That, PARTY NO. 1 and PARTY NO. 2 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”.
That this MOU for JV shall regulate the relations between the parties and shall include, without
being limited to them, the following conditions.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
61
a) M/s. _____________________________ shall be the lead Company incharge of the Joint
Venture for all intents and purposes.
b) The parties thereto shall be jointly and severally liable to GMIDC for all acts, deeds and
things pertaining to the contract. The contract for the works shall be signed by M/s
__________________________________ To whom necessary General Power of Attorney
signed by all signatory/ies, suitably as described above shall be issued by the JV and
delivered to the owner.
c) That the Director of one of the parties to the JV M/s. _________________________ shall be
the lead Manager of the JV firm and shall have the power to control and manage the
affairs of the JV.
d) That on behalf of the Joint Venture M/s ____________________________ Authority to
incur liabilities, receive instructions and payments, sign and execute the contract for and
on behalf of the Joint Venture. All payment made under the contract shall be made into
the Joint Venture’s bank account.
e) One or two Bank accounts shall be opened in the name of JV to be operated by the
individual signatory as mutually decided by representatives of the Joint Venture
Partners.
f) That each of the parties to the JV agrees and undertake to place at the disposal of the JV
benefits of its individual experience, technical knowledge and skill and shall in all
respects bear it’s share of the responsibility including the provision of information,
advice and other assistance required in connection with the works. The share and the
participation of the partners in the JV shall broadly be as follows.
Name of Contractor Share percentage
________________________ _____________%
________________________ _____________%
and all rights, interests, liabilities, obligations, works experience and risks (and all net
profits or net losses) arising out of the contract shall be shared or borne by the Parties in
proportion to these shares. Each of the parties shall furnish it’s proportionate share in
any bonds, guarantees, sureties required for the works as well as it’s proportionate share
in working capital and other financial requirements, all in accordance with the decisions
of the Apex Coordinating Body.
g) Any loan/advances shall be shared by the PARTY NO. 1 and PARTY NO. 2 at the ratio
of _______________________ respectively.
h) All funds, finance or working capital required for carrying out and executing the works
or contract shall be procured and utilised by the parties as mutually agreed by them and
they shall be liable and responsible for the same.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
62
i) The execution of the work on the site will be managed by a Project Manager reporting tot
he ACB. The Project Manager shall be authorised to represent the JV on site in respect of
matters arising out or under the contract.
j) That PART NO. 1 and PART NO. 2 shall be jointly and severally liable towards the
owner for the execution of the contract commitment in accordance with contract
conditions.
k) The JV shall be registered with the Registrar firms, Maharashtra State, Prior written
approval of GMIDC shall be obtained before any changes are proposed to be made in
this Joint Venture Agreement, once it is registered with the Registrar of firms,
Maharashtra State, after the initial approval to the JV deed by the Corporation.
l) This Joint Venture Agreement shall not be dissolved till the completion of the defect
liability period as stipulated in the Tender Document conditions of the works and till all
the liabilities thereof are liquidated.
m) That, questions relating to validity and interpretation of this Deed shall be governed by
the laws of India. Any disputes in interpretation of any conditions mentioned herein
shall be referred to any Arbitrator by mutual consent of the parties to the JV and such
proceedings shall be governed by the Indian Arbitration and Conciliation Act, 1996. The
award of the Arbitrator shall be final and binding on the parties, hereto, Neither the
obligations of each party hereto to perform the contract nor the execution of works shall
stop during the course of these arbitration proceedings or as a result thereof.
n) That, no party to the JV has the right to assign any benefit, obligation or liability under
the agreement to any third party without first obtaining the written consent of the other
partner and GMIDC.
o) Bank account(s) in the name of the Joint Venture firm may be opened with any
Nationalised or Scheduled Bank and the representatives of JV partners are authorised to
operate upon such accounts individually.
p) That, both the parties to the JV shall be responsible to maintain or cause to maintain
proper Books of Accounts in respect of the business of the JV firm and the same shall be
closed at the end of the every financial year.
q) That the financial year of the firm shall be the year ended on the 31st day of Mach every
year.
r) That upon closure of the books of account, balance sheet and profit and loss account, as
to the state of affairs of the firm, as at the end of the financial year, 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.
GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
Contractor No of Corrections Executive Engineer
63
LEGAL JURISDICTION
All matters pertaining to or commencing from this JV agreement involving the owner
shall be subject to jurisdiction of High Court of Judicature, at Aurangabad
NOTICE AND CORRESPONDANCE :
All correspondence and notices to the JV shall be sent to any one of the following
addresses.
1) M/s ______________________________ 2) M/s ______________________________
IN WITNESSES WHERE TO the parties have caused their duly authorized representatives to
sign below.
Signed for and on behalf of Signed for and on behalf of
M/s __________________________ M/s _________________________