PQ TW FINAL - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/...2 PRE - QUALIFICATION...

63
1 For Authorized use only B -1 Tender Form VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR (A Govt. of Maharashtra Undertaking) CHIEF ENGINEER, WATER RESOURCES DEPARTMENT AMARAVATI BULDANA IRRIGATION PROJECT CIRCLE, BULDANA JIGAON PROJECT DAM & REHABILITAION DIVISION, SHEGAON, Dist : BULDANA PRE-QUALIFICATION DOCUMENT Name of Work :- :- Construction of Civic Amenities in Rehabilitated Village Takali Watpal Dist :Buldana. . 1. Estimated Cost : Rs. 766.192 Lakhs. 2. Time Limit for Completion : 24 Calendar Months. 3. Vendor Category : Class 1C and above

Transcript of PQ TW FINAL - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/...2 PRE - QUALIFICATION...

1

For Authorized use only B -1 Tender Form

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR

(A Govt. of Maharashtra Undertaking)

CHIEF ENGINEER, WATER RESOURCES DEPARTMENT AMARAVATI

BULDANA IRRIGATION PROJECT CIRCLE, BULDANA

JIGAON PROJECT DAM & REHABILITAION DIVISION, SHEGAON, Dist : BULDANA

PRE-QUALIFICATION DOCUMENT

Name of Work :- :- Construction of Civic Amenities in Rehabilitated Village Takali Watpal Dist :Buldana. .

1. Estimated Cost : Rs. 766.192 Lakhs.

2. Time Limit for Completion : 24 Calendar Months.

3. Vendor Category : Class 1C and above

2

PRE - QUALIFICATION DOCUMENTS

Name of Work :- Construction of Civic Amenities in Rehabilitated Village Takali Watpal Dist :Buldana

.I N D E X Clause No. Particulars Page No.

1.0 SECTION – I PREQUALIFICATION NOTICE (Detailed Tender Notice)

5-8

2.0 SECTION – II INFORMATION AND INSTRUCTION TO APPLICANT

2.0.0 .e tendering Instructions to Applicants 9-16

2.1.0 General 17-18

2.2.0 Methods of Applying 19-20

2.3.0 Definition 21

2.4.0 Final Decision Making Authority 21

2.5.0 Clarification 21

2.6.0 Particulars Provisional 21

2.7.0 Site Visit 22

2.8.0 Eligibility for Prequalification 22

2.9.0 Eligibility Criteria 22-24

2.10.0 Evaluation Criteria For Prequalification 24-25

2.11.0 Criteria For Relaxing The Minimum

Eligibility For Prequalification

25-26

2.12.0 No Evaluation Will Be Done 26-27

2.13.0 Composition of The Evaluation

Committee

28

2.14.0 Evaluation Procedure And Allocation of

Points

29-30

Vidarbha Irrigation Development Corporation, Nagpur 3

Contractor S.D.O. No. of Corrections Executive Engineer

3.0 SECTION – III PREQUALIFICATION INFORMATION

31

3.1.0 Issue Letter Of Prequalification Document 31

3.2.0 Letter Of Transmittal

Proforma for Annexure – Bid Capacity

Proforma for Annexure – I

Proforma for Annexure – I (A)

Proforma for Annexure – I (B)

Proforma for Annexure – I (C)

Proforma for Annexure – I (D)

Proforma for Annexure – II

Proforma for Annexure – III

Proforma for Annexure – IV

Proforma for Annexure – V

Proforma for Annexure – VI

Proforma for Annexure – VII

Proforma for Annexure – VIII

Proforma for Annexure – IX

Certificate

32-33

34-35

36-37 38-39

40

41-43 44

45-46

47-49 50

51 52

53-54

55 56

4.0 SECTION – IV BRIEF TECHNICAL NOTE :

57

4.1 Introduction : Status of Project 57

4.2 Khadakpurna River 57

4.3 Rain fall 57

4.4 Location And Description of Canal Site 58

4.5.1 Communication-Airways 58

4.5.2 Railways 58

4.5.3 Roads 58

4.5.4 Hotels / Guest House Facilities 58

Vidarbha Irrigation Development Corporation, Nagpur 4

Contractor S.D.O. No. of Corrections Executive Engineer

4.5.5 General Facilities 59

4.6.1 Labour Availability 59

4.6.2 Housing 59

4.6.3 Marketing Facilities 59

4.6.4 Water Supply 59

4.6.5 Medical Aids 59

4.6.6 Electric Power 59

4.6.7 Post & Telegraph 59

4.6.8 Supply of Petrol, Diesel & Lubricants 59

4.7 Climate at Site Vicinity 60

4.8 Brief Details of Work 60

4.9 Scope of Work, Quantum of Work 61

4.10 Estimated Cost 61

4.11 Construction Material 61

4.12 Construction Program 61

4.13 Salient Features of Project 62-63

Vidarbha Irrigation Development Corporation, Nagpur 5

Contractor S.D.O. No. of Corrections Executive Engineer

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION (A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

THE CHIEF ENGINEER, WATER RESOURCES DEPTT. AMRAVATI BULDANA IRRIGATION PROJECT CIRCLE, BULDANA

JIGAON PROJECT DAM & REHABILITAION DIVISION SHEGAON TAH : SHEGAON DIST :BULDANA

SECTION –I

E-TENDER NOTICE

1.1 Press Notice :- NOTICE INVITATION FOR PRE-QUALIFICATION E-TENDER NOTICE NO. 1/2014-15

Systems E - TENDER NOTICE NO 1 FOR 2014-15.

Public Work Department approved Contractors are hereby notified that the

Tender form for Pre-qualification for the following work in the District Buldana is

being invited Online on Government of Maharashtra Electronic Tender

Management System (https://maharashtra.etenders.in) through Sub Portal

https://vidc.maharashtra.etenders.in by the VIDC. Contractors registered under

Class IC and Above Category intending to tender for this work can view/ download

the prequalification document from above mentioned sub portal.

1. Name of work :- Construction of Civic Amenities in Rehabilitated

Village Takali Watpal Dist :Buldana 2. Estimated Cost :- 766.192 Lakhs. 3. Time Limit for Completion : - 24 Calendar Months. 4. Vendor Category :- Class Ic and above

Vidarbha Irrigation Development Corporation, Nagpur 6

Contractor S.D.O. No. of Corrections Executive Engineer

The details can be viewed and downloaded online directly from the

Government of Maharashtra Electronic Tender Management Portal

https://maharashtra.etenders.in on Sub Portal of VIDARBHA IRRIGATION

DEVELOPMENT CORPORATION https:/vidc.maharashtra.etenders.in from

Dt. 19 / 08/ 2014 at 10:00 Hours. to Dt.25/ 08 /2014 at 18:00 Hours. (IST)

For more details on the tender and bidding process you may please visit the

above mentioned portal. NOTE: - 1. All eligible/interested contractors shall get enrolled on E-tendering portal (https://maharashtra.etenders.in) and Empanelled on sub portal https://vidc.maharashtra.etenders.in 2. Contractors can contact Help Desk for any clarification for their doubts regarding the process of Electronic Tendering System. Help Desk at phone number:- 020 25315555

Executive Engineer Jigaon Project Dam & Rehabilitation Division

Shegaon

Vidarbha Irrigation Development Corporation, Nagpur 7

Contractor S.D.O. No. of Corrections Executive Engineer

Detailed Tender Notice

VIDARBHA IRRIGATION DEVELOPMENT CORPOTATION, NAGPUR

Name of Division: - Jigaon Project Dam & Rehabilitation Division, Shegaon,(Dist. Buldana)

Tender Notice No. 1 /2014-15

System E - TENDER NOTICE NO.(System Generated no.) 1 FOR 2014-15

Online tenders in B-1 forms (Percentage Rate Tenders) are invited by the

Executive Engineer, Jigaon Project Dam & Rehabilitation Division, Shegaon, in a

manner of the “Two Envelope system “online by e-tendering system from the

qualified contractors only.

The Blank tender forms will be available online only to the Pre-qualified

contractors on payment to Executive Engineer, Jigaon Project Dam &

Rehabilitation Division, Shegaon By Demand Draft of Rs. 15,000/-.

Contractors registered with Public Works Department, Government of

Maharashtra are hereby notified that the forms for Pre-qualification for the

following work, Contractors registered under class I C and Above category,

intending to tender for this work are hereby requested to apply, to the Executive

Engineer, Jigaon Project Dam & Rehabilitation Division, Shegaon, phone

no.07265-252088 for getting free copy of tender notice.

1 Name of work : Construction of Civic Amenities in

Rehabilitated Village Takali Watpal Dist

:Buldana

2 Estimated Cost : Rs. 766.192 Lakhs

3 Time Limit for Completion : 24 Calendar Month

4 Blank Pre-qualification forms shall be obtained directly online. However the requisite cost of the Pre Qualification document Rs. 5,000/- in the form of D.D. shall be paid to the office of the Executive Engineer, Jigaon Project Dam & Rehabilitation Division, Shegaon Taluka: Shegaon, District: Buldana & submit to The Superintending Engineer Buldana Irrgation Project Circle, Buldana on working day from Dt. 19/ 08/2014 to 25/08/2014 during office hours . It is mandatory to upload the scanned copy of the D.D. online to the portal of E-tendering system

Vidarbha Irrigation Development Corporation, Nagpur 8

Contractor S.D.O. No. of Corrections Executive Engineer

5 Place of receipt of

certified hard copies

(same as scanned

copies which are

uploaded on website)

: Office of the Superintending Engineer,

Buldana Irrigation Project Circle, Buldana

Dist. Buldana

6 Last Date of Receipt of

duly filled pre-

prequalification

document

Online Upload :- Submission of certified hard

copies (same as scanned copies which are

uploaded on website) along with D.D. of

Prequalification document cost & Online

submission (re-encryption) :-Dt. 02 /09/2014

up to 18.00 Hrs.

7 Cost of Blank Tender Form

Rs. 15,000/-

8 Issue of Blank Tender form

Online as per Key Dates

9 Pre tender Conference Dt. 22/09/2014 at 13:00 Hours 10 Last Date of receipt of

tender document Preparation Submission (Re-encryption)

Online as per Key Dates

11 Earnest Money Deposit

Rs 383100

12 Security Deposit (Initial)

Rs 15.33 Lakhs

13 Security Deposit (From Bill)

: Rs 15.33 Lakhs

15. Right to reject any tender or all tenders without assigning any reason thereof

is reserved by the competent authority.

16. A set of Attested Documents required for online tendering/pre-qualification

should also be submitted at the time of opening of Pre Qualification.

Vidarbha Irrigation Development Corporation, Nagpur 9

Contractor S.D.O. No. of Corrections Executive Engineer

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION (A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

THE CHIEF ENGINEER, WATER RESOURCES DEPARTMENT, AMRAVATI BULDANA IRRIGATION PROJECT CIRCLE,BULDANA

JIGAON PROJECT DAM & REHABILITAION DIVISION SHEGAON

TAH : SHEGAON DIST :BULDANA

System E - TENDER NOTICE NO. 1 FOR 2014-15.

Online Tenders (e –tender) in B-1 form for the following work are invited by the Executive Engineer, Jigaon Project Dam & rehabilitation Division Shegaon, Dist Buldana Phone No.(07265) 252088 on Government of Maharashtra Electronic Tender Management System (https://maharashtra.etenders.in) through Sub Portal of https://vidc.maharashtra.etenders.in from the contractors enrolled with the Public Work Department in appropriate class mentioned.

Sr. No

Name of Work Estimated Cost (Rs.in Lakhs)

Earnest Money (Rs.)

Time Limit for

completion (Months)

Cost of Blank tender

form(Rs.)

Class of Registration

1 2 3 4 5 6 7 1

Construction of Civic Amenities in Rehabilitated Village Takali Watpal Dist :Buldana

766.192 383100 24 Months Including Monsoon)

Rs.15,000/- Class Ic and above

2.0.0. e tendering Instructions to Applicants

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 (https://maharashtra.etenders.in) through Sub Portal of https://vidc.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 (https://maharashtra.etenders.in) through Sub Portal of https//vidc.maharashtra.etenders.in from 19.08.2014 to Dt 25.08.2014The bidder has to submit the prequalification documents online as per key dates mentioned below.

3. The cost of Pre-qualification is Rs. 5000/- only. It is necessary to draw

the Demand Draft of Rs. 5000/- in favour of "The Executive Engineer,

Vidarbha Irrigation Development Corporation, Nagpur 10

Contractor S.D.O. No. of Corrections Executive Engineer

Jigaon Project Dam & rehabilitation Division, Shegaon '' And submit to the office of The Superintending Engineer, Buldana Irrigation Project Circle, Buldana Dist. Buldana before submission date, otherwise the documents loaded on site can not be considered for evaluation. , mention of D.D.number and date in payment stage of purchase document is must.

4. Only those contractors who are shortlisted in pre-qualification

stage are eligible for participating in main tender. The cost of main tender is Rs.15,000/- only. It is necessary to draw the Demand Draft of Rs 15,000/- in favour of "The Executive Engineer, Jigaon Project Dam & rehabilitation Division, Shegaon Dist. Buldana '' and submit it to The Superintending Engineer, Buldana Irrigation Project Circle, Buldana Dist. Buldana 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 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 (https://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. Phone No. 020- 25315555

9. For submitting the bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs 1038/-. The different modes of electronic payments accepted on the ETMS are available and can be viewed online on the ETMS Website (https://maharashtra.etenders.in).

10. 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”.

Vidarbha Irrigation Development Corporation, Nagpur 11

Contractor S.D.O. No. of Corrections Executive Engineer

11. 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 at above mentioned office.

12. The Bidders may refer E-Tendering Tool Kit available online to perform

their online activities https://maharashtra.etenders.in

13 Pre tender conference of tenderers qualified in pre-qualification, and who have downloaded the blank tenders form will be held on Dt. 22/09/2014 at 13:00 hours in the office of the Chief Engineer, Water Resource Dept, 2nd floor, Sinchan Seva Bhawan, Near Panchvati Chowk , Amravati.

Vidarbha Irrigation Development Corporation, Nagpur 12

Contractor S.D.O. No. of Corrections Executive Engineer

14 KEY DATES Seq. No. VIDC Stages

Vendor Stage Start Expiry

Date Time Date Time

1 Tender preparation and Release of NIT .. 16/08/2014 10:00 19/08/2014 9.45

2 - Pre document Purchase 19/08/2014 10.00 25/08/2014 18.00

3

--- Pre-Qualification Document

Download & Online Bid-Preparation

19/08/2014 10.00 25/08/2014 18.00

4 Close for Bidding of PQ(Super –Hash Generation)

26/08/2014 10.00 26/08/2014 18.00

5 …. Online PQ

submission and (Re-encryption)

27/08/2014 10.00 02/09/2014 18.00

6 PQ opening and short listing … 03/09/2014 10.00 19/09/2014 18.00

7 Main Tender Preparation … 20/09/2014 10.00 20/09/2014 18.00

8 Main Tender Document purchase 21/09/2014 10.00 26/09/2014 18.00

9 Main tender

Download & Online Bid Preparation

21/09/2014 10.00 26/09/2014 18.00

10 Close for Bidding of Main Tender

…. 27/09/2014 10.00 27/09/2014 18.00

11 Online Main Tender

submission and (Re-encryption)

28/09/2014 10.00 04/10/2014 18.00

12

Main Tender opening Envelope T 1 07/10/2014 10.00 07/10/2014 18.00

13

Main Tender opening Envelope C 1 07/10/2014 10.00 07/10/2014 18.00

Note : Pretender Conference in CE office Amravati on Dt. 22/09/2014

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

Executive Engineer Jigaon Project Dam & Rehabilitation Division

Shegaon

Vidarbha Irrigation Development Corporation, Nagpur 13

Contractor S.D.O. No. of Corrections Executive Engineer

Special Guidelines to Contractors Regarding Government of Maharashtra e-tendering system 1. These conditions will overrule the conditions stated in the Tender

Documents, wherever relevant and applicable. 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. V.I.D.C. 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 Authorized Representative of the Organization. A Digital Certificate is issued upon receipt of mandatory identity proofs. Only upon the receipt of the required documents, a Digital Signature Certificate can be issued. Bid for a particular Tender may be submitted only using the Digital Signature Certificate, which is used to encrypt the data and sign the hash during the stage of Bid Preparation and Hash Submission. In case, during the process of a particular Tender, the Authorized User loses his / her Digital Signature

Vidarbha Irrigation Development Corporation, Nagpur 14

Contractor S.D.O. No. of Corrections Executive Engineer

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 Authorized User is advised to back up his / her Digital Signature Certificate and keep the copies at safe place under proper security to be used in case of emergencies. In case of online tendering, if the Digital Signature Certificate issued to the Authorized User of a Firm is used for signing and submitting a Bid, it will be considered equivalent to a no objection certificate / power of attorney to that User. The Digital Signature Certificate should be obtained by the Authorized User enrolling on the behalf of the Firm on the e-Tendering System for Government of Maharashtra. Unless the Digital Signature Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed by the Maharashtra as per Information Technology Act 2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorized User. The same procedure holds true for the Authorized Users in a Private /

Public Limited Company. In this case, the Authorization Certificate will have to be signed by the Directors of the Company. (process of procuring Digital Certificate will take minimum 4/5 days)

4. Set up of Computer System:

In order to operate on the e-Tendering System for Government of Maharashtra the User’s Computer System is required to be set up. A Help File on setting up of the Computer System can be obtained from the Service Provider or downloaded from the Home Page of the Portal http://maharashtra.etenders.in. The Bidders may refer E-Tendering Tool Kit available online to perform their online activities as mentioned below. In case of any query he may contact Help Desk for the same.

5. Online Viewing of Detailed Notice Inviting Tenders:

The Contractors can view the detailed Notice Inviting 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.

Vidarbha Irrigation Development Corporation, Nagpur 15

Contractor S.D.O. No. of Corrections Executive Engineer

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 https://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 Authorized 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 Schedule (Key Dates), will be accepted by the e-Tendering System for Government of Maharashtra. A Contractor who has not submitted his Bid Seals (Hashes) within the stipulated time will not be allowed to submit his Bid. For submitting the Bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service Bid Submission Fee Rs 1038/-. 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.

Vidarbha Irrigation Development Corporation, Nagpur 16

Contractor S.D.O. No. of Corrections Executive Engineer

11. Opening of Electronic Bids: As per schedule mentioned as Key Dates.

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.

13. The cost incurred by applicant in preparing this offer, in providing clarifications on attending discussions, conferences, in connection with this document shall not be reimbursed/refunded by the V.I.D.C.

Vidarbha Irrigation Development Corporation, Nagpur 17

Contractor S.D.O. No. of Corrections Executive Engineer

2.0 INFORMATION AND INSTRUCTIONS TO APPLICANTS :- 2.1.0 GENERAL :-

Forms for prequalification and letter of transmittal are available online.

However the offer will be considered valid only after payment of required

fees in the form of D.D. to the concerned Division office before the

prescribed date & time.

The enclosed forms should be filled in completely and all questions should

be answered. All information required for in the enclosed forms should be

furnished against the respective columns in the forms.. If any particular

querry is not relevant it should be stated as “Not applicable”. Only dash

marked reply will be treated as incomplete information. All applicants are

cautioned that incomplete information in the application or any change (s)

made in the prescribed forms will render application to be rejected as non-

responsive.

The Prequalification documents shall be typed by applicants on letterhead.

Any overwriting or correction shall be attested. All pages of the

Prequalification documents shall be numbered and should be submitted as

a package with a signed letter of transmittal along with the original

Prequalification documents issued.

All the information must be filled in English language only

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.

The applicant is encouraged to attach any additional information.

(Photograph of the works already carried out which he thinks necessary in

regard to his capabilities). No further information will be entertained after

Vidarbha Irrigation Development Corporation, Nagpur 18

Contractor S.D.O. No. of Corrections Executive Engineer

submission of Prequalification documents unless it is requested by the

Chief Engineer, Water Resources Department Amaravati.

The Prequalification documents in prescribed forms as required in this

document shall be duly completed and signed and upload the Scanned

copies. Letter of Transmittal, all the certificates, annexure as mentioned in

the the Prequalification documents shall be duly signed & submitted

physically in a sealed envelope must be super scribed as Prequalification

Document for the work of “Construction of Civic Amenities for Rehabilitated Village Takali Watpal Dist :Buldana.” to the office of

Superintending Engineer, Buldana Irrigation Project Circle, Buldana Dist.

Buldana for verification purpose, before due date of submission of

Prequalification Documents. All the documents or information uploaded

shall match with the attested/ original copies of documents otherwise the

offer shall be treated as invalid. The documents submitted in connection

with the Prequalification shall be treated as confidential and will not be

returned.

2.1.1 a) The cost incurred by applicant in preparing this offer, in providing

clarification, on attending discussion, conferences in connection with these

documents, shall not be reimbursed by the V.I.D.C. Nagpur under any

Circumstances.

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

the applicant must write an explanatory letter to the Chief Engineer, Water

Resources Deptt., Sinchan Seva Bhavan, Amravati to return the

documents. However, the cost of Prequalification documents already paid

shall not be refunded, in any case or on account of any reason.

2.1.2 All the required documents to be submitted shall be scanned and uploaded

on the website of e-tendering (http://vidc.maharashtra.etenders.in) in

required section of the document

Vidarbha Irrigation Development Corporation, Nagpur 19

Contractor S.D.O. No. of Corrections Executive Engineer

2.2.0 METHODS OF APPLYING :

2.2.1 If the application is made by an individual, it shall be signed by the

individual above his full name and current address.

2.2.2 If the application is made by a Proprietary Firm it shall be signed by the

Proprietor above his full name and full name of the firm with its current

address.

2.2.3 If the application is made by a Partnership firm, it shall be signed by all the

partners of the firm above their full typewritten names and current

addresses or by a Partner holding valid power of attorney for the firm

signing the application, in such case a certified copy of the partnership

deed, and power of attorney current address of all the partners of the firms

shall also accompany the application.

2.2.4 If the application is made by Limited Company it shall be signed by duly

authorized person in such case a certified copy of power of attorney shall

accompany with the application. Such Limited Company may be required to

furnish satisfactory evidence of its existence before the Prequalification is

awarded

2.2.5 If the application is made by Joint Venture Consortia of two or more firms

as partners :

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

Partners.

(b) The firms forming Joint Venture Consortia shall have drawn a registered partnership deed, with Registrar of Firms, a certified copy of which shall be submitted with the application. The partnership deed should be irrevocable till the completion of the work, for which Prequalification is being sought, and till all the liabilities there of are liquidated. Whereas the share of the firm/ contractor of the highest registration category (which is has to be Class – IC) shall not be less

Vidarbha Irrigation Development Corporation, Nagpur 20

Contractor S.D.O. No. of Corrections Executive Engineer

than 50% and the percentage share of all other firm/ contractor ( in the partnership deed ) of the lower categories shall not be more than their respective limits of eligibility to quote for works or percentage bear with the estimated cost of work put to tender.

(c) One of the Partners shall be nominated as being In-Charge, and this authorization shall be evidenced by submitting a power of attorney signed by legally authorised signatories of the Partners

(d) The Partner In-Charge shall be authorised to incur liabilities and receive instructions for and on behalf of any and all Partners of the Joint Venture Consortia and entire execution of the contract including payment shall be done exclusively with the partner In-Charge

(e) All partners of the Joint Venture Consortia shall be liable jointly and separately for execution of the contract in accordance with contract terms and a relevant statement to this effect shall be included in the authorisation mentioned under (c) above.

(f) Complete information pertaining to each partner in the respective forms duly signed by each Partner shall be submitted with the application

(g) In case of joint Venture Consortia of foreign and Indian partners the Indian partners should be the registered contractor in class – I of Government of Maharashtra.

(h) Separate information in respect of each firm (entered in to Joint Venture Consortia) should be submitted in a Proforma form Section III Annexure I to VII. Before issuing the black tender forms the Contractor / Firm will have to get themselves prequalified from competent authority of V.I.D.C.

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

2.2.7 Bidders may be prequalified independently or in a Joint Venture Consortia

but they would be allowed to submit only one bid.

Vidarbha Irrigation Development Corporation, Nagpur 21

Contractor S.D.O. No. of Corrections Executive Engineer

2.3.0 DEFINITION :-

In this document (as here in after defined) the following word and

expression will have the meaning hereby assigned to them.

2.3.1 APPLICANT :-

Means an individual, proprietary firm, firm in partnership, Ltd. company,

Corporation of group of firms forming a Joint Venture Consortia applying to

become eligible to tender.

2.4.0 FINAL DECISION MAKING AUTHORITY :-

The Competent Authority of VIDC, Nagpur reserves right to accept or reject

any of the application for Prequalification without assigning any reason

thereof and his decision will be final

2.5.0 CLARIFICATION :-

The clarification, if any may please be sought separately from either,

Executive Engineer, Jigaon Project Dam & Rehabilitation Division

Shegaon, Distt. Buldana, Telephone No. (07265) 252088 or The

Superintending Engineer, Buldana Irrigation Project Circle, Buldana ,

Telephone No. (07262)243462 (Fax 07264-244275).

2.6.0 PERTICULARS ARE PROVISIONAL :-

The particulars of the proposed works given herein as well as in the

technical note 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

Prequalification document or the technical note or the Model Tender

Provision shall not form part of any contract which may be subsequently be

entered into tender document.

Vidarbha Irrigation Development Corporation, Nagpur 22

Contractor S.D.O. No. of Corrections Executive Engineer

2.7.0 SITE VISIT :-

The tendered work can be inspected by the applicant, if he so desires, by

appointment with, Executive Engineer, Jigaon Project Dam & Rehabilitation

Division

Shegaon, Distt. Buldana or Sub Divisional Officer, Jigaon Project Rehabilitation

Sub Division No. 3, Shegaon , Tal: Shegaon, Dist. Buldana.

2.8.0 ELEGIBILITY AND MINIMUM CRITERIA FOR PREQUALIFICATION:-

The applicant must be well established contractor with experience and

capability in design, construction of Building, Road side Gutters, Road works.

The applicant applying for pre-qualification must provide evidence of

having adequate experience in modern technology in carrying out works like

excavation & Earth work & structures of Road Works, Road side Gutters in

RCC, concrete mixes of all grades & construction of Building works with

framed structures with adequate quality control aided by up-to-date testing

laboratory.

Prequalification will be based on meeting all the following minimum criteria as

demonstrated by the applicant response in the form attached to the Letter of

Application.

2.9.0 ELIGIBILITY CRITERIA :- The criteria for eligibility is as below :-

The applicant must be well established contractor with adequate

experience in modern technology in carrying out works like excavation & Earth

work & structures of Road Works, Road side Gutters in RCC, concrete mixes

of all grades & construction of Building works with framed structures.

I) BID CAPACITY :- Bid Capacity = [ A X N X 2] – B

Where,

A = Maximum value of Civil Engineering Works executed in any one year

during the last five years (updated to the current price level) which will take

into account the completed and ongoing works.

B = Value of existing commitments and works (ongoing) to be completed in the

period stipulated for completion of work of the present tender. (All certificates

Vidarbha Irrigation Development Corporation, Nagpur 23

Contractor S.D.O. No. of Corrections Executive Engineer

should be countersigned by the Engineer-In-Charge not below the rank of

Executive Engineer of Concerned Department).

N = No. of years prescribed for completion of work for which this bid is

invited i.e. Two Year.

Bid capacity so calculated should not be less than Rs:. 383.10 Lakhs.

(Note : Please mention the reference in enclosed Profarma/ Annexure from

where the values of A and B have been taken.)

Prequalification will be based on meeting all the following minimum

criteria as demonstrated by the applicant’s response in the form attached to

the letter of application.

II) EXPERIENCE SIMILAR WORK :

As a prime contractor or sub contractor applicant bidder should have

completed work of similar quantum and complexity comparable to this

work which should include construction of buildings, W.B.M.Roads &

Gutters. The evaluation committee has full rights to disqualify the

contractor if this criteria is not satisfied, irrespective of the contractor

fulfilling other evaluation criteria.

III) GENERAL EXPERIENCE :

1) EXCAVATION : (a) Excavation in Soft & hard Strata :

As a prime Contractor he should have executed quantity equal to or more

than 16000 cum of excavation in soft strata during at least one working

season on any one work site during the last five years. 2) EMBANKMENT :

As a prime Contractor, he should have executed quantity equal to or more

than 37000 cum of embankment of canal during at least one working

season on any work site during the last five years. 3) CONCRETE :

As a prime Contractor, he should have executed quantity equal to or more

than 3700 cum of concrete during at least one working season on any

work site during the last five years.

Vidarbha Irrigation Development Corporation, Nagpur 24

Contractor S.D.O. No. of Corrections Executive Engineer

4) TURNOVER :

As a prime Contractor, he should have average turnover of Rs. 383.10 Lakhs. (Excluding advances such as machinery/ mobilization etc.) over a period of last five years.

IV) TECHNICAL PERSONNEL :

Contractor should have qualified Engineers/ Technicians who should be available at site specially. Engineering Graduates / Diploma holders should be assigned controlling. Besides, trained Mistry and other technical personal should be available. Minimum requirement of technical personnel is specified in Annexure II. Details of Engineers and other Technical person who will reside at work site should be given in Proforma at Annexure II.

V) MACHINERY :

Contractor should own at least 50% of Machinery required for the work ( Enlisted in Proforma at Annexure III ).

Contractor should elaborate how remaining 50% of Machinery will be procured by him/ them. Necessary documents shall be submitted online with the application.

Only those contractors / applicants who satisfy the minimum eligibility criteria of 2.9 – I to V will be evaluated for pre qualification. Remaining contractors / applicants will be eliminated and not be considered for further evaluation

2.10.0 EVALUATION CRITERIA FOR PRE - QUALIFICATION

A) Prequalification of prospective tenders is to be done to ensure that the final bids for the work are received from well established contractors with experience and capability for executing this work. Any applicant, who is able to satisfactorily establish that he / they can undertake the work and complete it within the stipulated time, will be able to get prequalified. The evaluation for the Prequalification of the application shall be done by the Committee as mention in para 2.13. The Committee shall have freedom to ask for clarifications and further related information from the applicants, check, references and make inquires in respect of works of prospective tenderer.

B) The evaluation authority will evaluate the submitted Prequalification Information by scoring evaluation method. Once all the applicants get through the Minimum Eligibility Criteria. In order that the applicant/ bidder gets Prequalified, the applicants must score at least 60 % (sixty percent) points in each categories given below and 70 % (seventy percent) points

Vidarbha Irrigation Development Corporation, Nagpur 25

Contractor S.D.O. No. of Corrections Executive Engineer

in overall. The Prequalification shall be decided on the basis of satisfying the minimum eligibility criteria and other information submitted by the applicants. Sr. No. Particulars Points

a) General Experience 100 b) Financial Capability 40 c) Equipment Capability 40 d) Adequacy of Personnel Capability 10 e) Other Evaluation Factors 10 Total 200

The other evaluation factors shall include:

I) Record of completing the works in time without imparting penalty / fine.

II) Quality control arrangement by the Applicant

The evaluation will be done from the information submitted by the Bidder. The various formats giving information are given in Section III. Bidder is expected to go through these formats carefully and submit the information properly. The Prequalification information booklet should be indexed and paged. The evaluation for Prequalification is to done for the eligible applicants who satisfy minimum criteria. It will be therefore, advisable that applicant gives a short note (please refer Proforma for Annexure V section III) explaining how he is eligible and fulfill the criteria by giving references of the information given in booklet.

III) If the record of the poor performance such as abandoning works, not properly completing contract, inordinate delays in completion, financial failure, habits of making unnecessary claims is noticed, the tenderer is likely to be disqualified out – right.

C) The evaluation procedure allocation of points is as stated in para 2.14.0. 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 Necessary information will be collected from the details furnished in Proforma and additional information may be called at the discretion of the committee.

2.11.0 CRITERIA FOR RELAXING THE “MINIMUM ELIGIBILITY” FOR PREQUALIFICATION

If minimum three numbers of contractors are not qualified then the

“Minimum Eligibility Criteria” for Prequalification may be relaxed so as to

Vidarbha Irrigation Development Corporation, Nagpur 26

Contractor S.D.O. No. of Corrections Executive Engineer

get minimum three numbers of contractors qualified. However the final decision shall be taken by the evaluation committee.

The “Minimum Eligibility Criteria” for Prequalification will be relaxed in the

following prescribed priority.

1) The contractors will be arranged in descending order considering the quantities of excavation. The Minimum Criteria for excavation as mentioned in para 2.9 (III) (1) will be relaxed by 20 %. The contractors who do not satisfy this relaxed criteria will be eliminated and will not be considered for further evaluation.

2) Thereafter the contractors will be arranged in descending order considering the quantities of Embankment work.

The Minimum Criteria for Embankment work as mentioned in Para 2.9 (III) (2) will be relaxed by 20 % . The contractors who do not satisfy this relaxed criteria will be eliminated and will not be considered for further evaluation.

3) Thereafter remaining contractors will be arranged in descending order considering quantity of Concrete work.

The minimum criteria for Concrete work as mentioned in Para 2.9 (III)3 will be relaxed by 20 % .The Contractors who do not satisfy this relaxed criteria will be eliminated and not be considered for further evaluation.

4) Thereafter remaining Contractors will be arranged in descending order considering the Annual Turnover. The minimum criteria for Annual turnover

work as mentioned in Para 2.9 (II) will be relaxed by 20 % .The Contractors who do not satisfy this relaxed criteria will be eliminated and not be considered for further evaluation.

5) Thereafter remaining contractors will be arranged in descending order considering the experts, experienced & skilled staff. The Contractor should have qualified engineers (at least graduate or diploma holders), skilled and experienced supervisory staff alonwith skilled labours. Contractor should give undertaking that such staff will stay and be available at work site during construction.

6) There remaining contractors will be arranged in descending order considering the machinery. As furnished in proforma the machinery should be in the contractor’s name.

2.12.0 NO EVALUATION WILL BE DONE

I) If the information given in Section III Annexure I to IX is incomplete

and Application therefore be considered as “Non - responsive”

II) If the applicant dose not fulfill the criteria for eligibility laid down in

Vidarbha Irrigation Development Corporation, Nagpur 27

Contractor S.D.O. No. of Corrections Executive Engineer

Clause 2.9.0

III) Even through the applicants satisfy the above requirements they will Not

be evaluated for Prequalification if they have.

1) Made misleading of false representation in the form or statements and

attachments submitted as proof of qualification requirements and,

2) Record of poor performance such as abandoning work, not properly

completing contract, inordinate delays in completion or financial failure.

3) As a prime contractor he should have completed one work of a similar

nature and complexity comparable to this work within last five years. Only

those applicants who satisfy the minimum criteria of eligibility will be

evaluated for prequalification. The evaluation will be done by a committee

appointed for the purpose. The decision of the committee will be final and

binding on applicants. No correspondence will be entertained in this regard,

only the firms/ contractors who become successfully qualified will be

informed by registered post by the Executive Engineer, Jigaon Project Dam

& Rehabilitation Division Shegaon, District – Buldana.

4) Contractor should have submitted undertaking that they will not claim any

interest for delay in payment of bills (due to non availability of adequate

fund normally for period of one year and in exceptional circumstances for

Two years).

Vidarbha Irrigation Development Corporation, Nagpur 28

Contractor S.D.O. No. of Corrections Executive Engineer

2.13.0 COMMPOSITION OF THE EVALUATION COMMITTEE

There will be a committee consisting of following officers for evaluation of

the contractor for pre-qualification. The decision of the evaluation

committee for pre qualification of the applicants will be final and binding on

the applicants.

1) Chief Engineer, Chairman Water Resources Deptt. Sinchan Seva Bhavan, Amravati.

2) Superintending Engineer, Member Buldana Irrigation Project Circle, Buldana.

3) Superintending Engineer, Member Upper Wardha Project Circle, Amravati.

4) Superintending Engineer,(M.D.) Member Central Design Organisation, Nasik.

5) Executive Engineer, Member Secretary Jigaon Project Dam & Rehabilitation Division, Shegaon

The committee shall have freedom to ask for clarification and further

related information from the applicant, check references and make inquiries

in respect of works of prospective tenderer.

Vidarbha Irrigation Development Corporation, Nagpur 29

Contractor S.D.O. No. of Corrections Executive Engineer

2.14.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS

Sr. No. Particulars Max. Points

1.0

1.1

1.2

2.0

2.1

2.2

a)

b)

General Experience

Experience in successful completion of at

least one contract of similar complexity

comparable to the work in the proposed

contract.

Execution of quantities of relevant main

items in any one year in past 5 years as

per section 2, par 2.9

Financial Capability

1) Annual Turnover

For firms having average annual turnover

equal to or greater than amount shown at

para 2.9 section 2

(For firms having total turnover less than

amount shown at section 2, points shall be

given in linearly reduced proportion)

2) Bid Capacity

If bid capacity is equal to the required

value

In addition one point for every 100 lakhs.

above the required value (Maximum upto

7 points)

Total Points -100as below

30 points

70 points

Total Points -40as below

20 points

07 maximum

04

03

2.3

a)

b)

c)

3) Duration of existence of firm

If more than 5 years

If more than 3 years

If more than 2 years

04maximum

04

03

01

Vidarbha Irrigation Development Corporation, Nagpur 30

Contractor S.D.O. No. of Corrections Executive Engineer

2.4

a)

b)

2.5

a)

b)

2.6

a)

b)

3.0

3.1

3.2

a)

b)

4.0

5.0

a)

b)

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

If ratio is upto 1:1

If ratio is more than 1:1

5) Bank Guarantee

Without Bank Guarantee

With Bank Guarantee limit between 60 %

to 100 %

6) Overdrafts

If not enjoyed

If enjoyed

Equipment Capability

All Machinery equipment available with

the contractor (The list of Machinery

required for this work is given in Proforma

in Annexure III)

Equipment planning for this job :

More weightage would be given if 75 % of

total required Machinery is owned by

contractor. ( documentary proof should be

enclosed)

Less points would be given for improper

distribution of machinery on other works

and on this work.

Adequacy of Personnel Capacity

a) Project Manager / Project Engineer

b) Other site staff

c) Supervisory Technical staff

Other Evaluation factors

Record of completion works in time

Quality control arrangements used in

previously executed works

03 maximum

03

02

03 maximum

03

02

03 maximum

03

02 Total Points -40as below 30

10

05

05

03

02 Total Points -10as below 05

05

Vidarbha Irrigation Development Corporation, Nagpur 31

Contractor S.D.O. No. of Corrections Executive Engineer

SECTION – III

3.0 PRE QUALIFICATION INFORMATION

3.1.0 ISSUE LETTER OF PRE QUALIFICATION DOCUMENTS

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR

(A GOVERNMENT OF MAHATASHTRA UNDERTAKING)

Jigaon Project

Pre Qualification Documents For The Work of Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana

Class of Registration : Class IC & above

Of the Bidder

Limit of Tendering : Rs 766.192 Lakhs

Validity of Period of Registration : From

To

Issued

To,

……………………………………………………………………………………………

……………………………………………………………………………………………

D.M.R. No. Date : / / 2014

Divisional Accounts Officer, Jigaon Project Dam & Rehabilitation Division,

Shegaon.

Vidarbha Irrigation Development Corporation, Nagpur 32

Contractor S.D.O. No. of Corrections Executive Engineer

3.2.0 LETTER OF TRANSMITTAL :

To,

The Superintending Engineer, Buldana Irrigation Project Circle, Buldana.

Subject: Submission of Prequalification Documents for Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana.

Sir,

Having examined the details given in invitation and technical note for the works of Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana.

I/ We hereby submit the Prequalification information and relevant

documents.

1.0 I/ We hereby certify the truth and correctness of all the statements

made and information supplied in the enclosed Annexure I to VII.

2.0 I/ We hereby furnished information and details necessary for

Prequalification as bidder (s) and that no further information necessary

to be supplied.

3.0 I/ We submit the requisite certified solvency certificate and authorize

the project authorities to approach the bank issuing the solvency

certificate to verify the correctness there of as well as to approach

individuals, employees, firms and/ or Corporation to verify my / our

competence and general reputation.

4.0 I/ We hereby declare that I/ We have no other in hand except

mentioned in the statement no. 2 of section III of this booklet. If the

Vidarbha Irrigation Development Corporation, Nagpur 33

Contractor S.D.O. No. of Corrections Executive Engineer

information filled is proved to be false, my/ our bid and subsequent

tender is liable to be rejected.

5.0 I/ We submit the following certificate (s) in support of our suitability,

technical knowhow, capability and having successfully completed the

works from the clients/ owners of respective works.

6.0 I am fully aware that “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''.

7.0 I hereby 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.”

.

Enclosed :

Signature of Contractor

Seal of Applicant

Date of Submission

Vidarbha Irrigation Development Corporation, Nagpur 34

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – I Details of information required to calculate the Bid Capacity Bid Capacity = ( A X N X 2 ) – B

STATEMENT No. 1 FOR DETERMINING VALUE OF 'A' i.e. MAXIMUM VALUE OF CIVIL ENGINEERING WORKS

Sr.No.

Name of Work/Division/ Department

Value of Civil Engineering works done during the year (excluding advance such as mobilization advance and machinery advance etc. (Rs. in Lakhs)

Vth Year

IVth Year IIIrd Year IInd Year

Ist Year

1 2 3 4 5 6 7

Total

Multiplying Factor 1.464 1.331 1.21 1.10 1.00

Updated Total (i.e. Total multiplied by multiplying factor).

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

case of Government I Semi Government works and by project authorities in all other cases. 3) The maximum value of Civil Engineering works (A) executed in a year shall be minimum of the following. a) Ascertained from the Certificate as mentioned above. b) Ascertained from the total contract amount received in a year as stated at Sr. No. 5(c) in Income Tax Clearance Certificate. Contractor shall ensure that information filled is certified by Income Tax authorities. In case this information is not filled in the contractor shall submit balance sheets of last 5 years duly certified by the Chartered Accountant. Certified that the above information is true and correct to the best of my knowledge

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 35

Contractor S.D.O. No. of Corrections Executive Engineer

STATEMENT NO. 2 Statement for the value of “B” i.e. value of existing commitment and ongoing works to

be completed in the period stipulated for completion of the work in the present tender.

(All certificates regarding this will be required countersigned by Engineed-In-Charges

not below the rank of Executive Engineer).

Amount in Rs. Lakhs

Sr. No.

Name of Work

Month & year of

commencement of

work

Amount of Contract

Revised Agreemen

t cost

Period of Completio

n in months

Schedule date of

completion

(Extended if any)

Balance cost

as on date

given in Annex-A Para 5.1

Value of works to

be complet

ed between period

given in para 2.9

1 2 3 4 5 6 7 8 9

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

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 36

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – I (a) Details of the works completed and Applicant’s Performance record for last 5 years in

the following Proforma ( Separate information for each work ).

1.0 Name of work : :

2.0 Place and Country : :

3.0 Total Tendered cost of work :

(Rs. In Lakhs)

4.0 Brief description of work : including principal features and quantities of main items of the work. 5.0 Annual turnover information on :

5.1 and 5.2 to be given for

each year of the last 5 years.

5.1 Quantities/Amount executed No.

Items

Unit

Quantities executed (Certificate of concerned authorities Is essential)

Vth year

IVth year

IIIrd year

IInd year

1st year

Physical a) Excavation in soft & hard

strata Cum

b) Embankment Cum c) Concrete Cum

Financial turnover *

Lacs

‘* defined as billing for works (Excluding advance, Price Escalation payment received duly certified by concerned authorities)

5.2 Financial turnover defined as :

billing for work (excluding

advance payment received, Price

Escalation duly certified by concerned

authorities)

6.0 Period of completion

a) Originally stipulated time limit :

b) Extended time limit :

c) Actual time taken to complete :

the work

Vidarbha Irrigation Development Corporation, Nagpur 37

Contractor S.D.O. No. of Corrections Executive Engineer

d) Certificate of concerned authority

regarding completion of work if

completed in time. :

e) Reason for non completion of :

Work in stipulated time limit/

Extended time limit, if so.

7.0 Were there any penalties/ fines/ :

stop notice/ compensation/

liquidated damages imposed?

(Yes or No ) ( If yes, give amount

and explanation)

8.0 Name, Designation, Department :

and complete address with whom

the contest of the preceding

paras 1 to 6 could beverified.

9.0 Name of applicant’s Engineer-In- :

Charge of the work and

educational qualification.

10.0 Give details of your experience in :

monthly placement of concrete

and masonry and excavation in

hard and soft strata.

11.0 Give details of your experience in :

monthly large value contracts

with modern technology on the

deployment of least heavy

construction equipments.

12.0 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

Vidarbha Irrigation Development Corporation, Nagpur 38

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – I (b) Details of the work in hand and applicant’s performance record for last 5 years as on the data of submission of Pre-qualification document in the following Proforma.

1.0 Name of Work : 2.0 Place and Country : 3.0 a) Tendered cost (Rs. In Lakhs) :

b) Balance cost of on dated : (Rs. In Lakhs) 31.03.2014 c) Expected balance cost as on : dated (Rs. In Lakhs)

. .2014 4.0 Name of Applicant’s Engineer- :

In-Charge with educational qualification

5.0 Annual turn over information : on 5.1 and 5.2 to be given for each year of the last five years.

5.1 Quantities/Amount executed : No.

Items

Unit

Quantities executed (Certificate of concerned authorities Is essential)

Vth year

IVth year

IIIrd year

IInd year

1st year

Physical a) Excavation in soft & hard

strata Cum

b) Embankment Cum c) Concrete Cum

Financial Financial turnover *

Lacs

5.2 Financial turnover defined as : billing for work ( excluding advance payment received duly certified by concerned authorities) 6.0 Details of work in hand i. Percentage of physical : completion and amount billed for the work complete. ii. Cost of work remaining to be : executed.

Vidarbha Irrigation Development Corporation, Nagpur 39

Contractor S.D.O. No. of Corrections Executive Engineer

iii. Stipulated date of : completion.

iv. Anticipated date of : completion

7.0 Explain for not completion of work : within stipulated time, if so.

8.0 Were there any penalties/ fines/ : stop notice/ compensation/ liquidated damages imposed ? (Yes or No ) 9.0 Were there any fine, claims or : stop notice by the Employer ? (Yes or No) If yes give amount and explanation. 10.0 Details of quality control : measures and arrangements done by contractor of his own on these works. 11.0 Name, Designation and complete : address with whom above contents can be verified. Certified that the above information is true and correct to the best of my knowledge and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 40

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – I ( c )

Details of quantities executed and amount of work (completed & ongoing) for last five

years.

Q – Quantity in thousand Cum A – Amount (Rs. In Lakhs)

Sr. No.

Years Excavation

Embankment

Concrete Total financial turn over during the year

Q Q Q A 1. (a) (b)

2009-10 Completed Ongoing

Total 2. (a) (b)

2010-11 Completed Ongoing

Total 3. (a) (b)

2011-12 Completed Ongoing

Total 4. (a) (b)

2012-13 Completed Ongoing

Total 5. (a) (b)

2013-14 Completed Ongoing

Total

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

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 41

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – I (d) FINANCIAL STATEMENT

1.0 Capital

(a) Authorised :

(b) Issued and Paid up :

2.0 (a) Duration of existence of the firm :

(b) Details of the work completed and :

applicant’s performance record for

last five years.

{ Vide Annexure 1 (a) }

(c ) Details of works in hand and :

applicant’s performance record for

last 5 years as on date of

submission of pre-qualification.

{Vide Annexure 1 (b) }

(d) Details of works tendered for as on :

date of submission of pre -

qualification.

{Vide Annexure - 6 }

3.0 Furnish Balance sheet and Profit

and Loss statement with Auditor’s

reports for the last five year’s, it

should interlay with the following

information :

How much is :

I) Your working Capital :

II) Your Turnover on Civil Engineering :

Works

Vidarbha Irrigation Development Corporation, Nagpur 42

Contractor S.D.O. No. of Corrections Executive Engineer

Year No.

of

year

Amount of turnover during

the year

(Rs. In Lakhs)

Multiplying

Factor

Amount of turnover

brought to current

price level (by

multiplying factors

given in col. 3)

1 2 3 4 5

2006-07 V th 1.464

2007-08 IV th 1.331

2008-09 III th 1.21

2009-10 II nd 1.10

2010-11 I st 1.0

III) Year wise Gross income

i) In the year 2009-10 :

ii) In the year 2010-11 :

iii) In the year 2011-12 :

iv) In the year 2012-13 :

v) In the year 2013-14 :

4.0 Total liabilities

(a) Current Ratios

1) Current Assets :

2) Current liabilities :

(b) Total liabilities to net worth :

5.0 Debt equity ratio :

( Defined as Debt/ Equity )

6.0 What is the maximum value of the :

project that you can handle ?

7.0 Have you ever denied tendering :

facilities by any Govt. Dept./ public

Sector Undertaking?

(Give Details)

8.0 What are your source of finance? :

(Please give complete details, bank

Vidarbha Irrigation Development Corporation, Nagpur 43

Contractor S.D.O. No. of Corrections Executive Engineer

references also)

9.0 Certificate of financial soundness :

from Bankers of applicant.

10.0 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 sate of application.

11.0 Overdraft limits enjoyed during :

each of the last five years with Bank

wise breakup.

12.0 Name and address of Bankers from :

whom reference can be obtained.

13.0 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

Vidarbha Irrigation Development Corporation, Nagpur 44

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA-II RESOURCES : PERSONNEL

1) Details of the Board of Directors

(a) Name of the Director (s) :

(b) Organization :

(c) Address

(d) Remarks :

2) Details of personnel with the contractors who are proposed to be made available for this work Note : 1. The name of Technical persons who are proposed to be posted at site shall be identified in the remarks column. 2. Certified copies of technical competency for technical personnel should be attached. 3. More sheets should be used, if required.

Sr. No. Particulars/ Designation Required

Nos. Name Educational Qualification

Present Position in the Office

Details of work carried

out/training given for similar

work

No. of years of

Professional experience

Remarks/ Posting on

other works in hand and this

work 1 2 3 4 5 6 7 8 1. Project Manager/

Project Engineer 1

2. Resident site Engineer (Civil)

1

3. Supervisor (Civil) 4

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

Signature of Contractor

With Name and Designation

Vidarbha Irrigation Development Corporation, Nagpur 45

Contractor S.D.O. No. of Corrections Executive Engineer

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION

PROFORMA FOR ANNEXURE – III

Circle :- BULDANA IRRIGATION PROJECT CIRCLE, BULDANA Division :- KHADAKPURNA PROJECT DIVISION, DEULGAONRAJA Distt : BULDANA Name of work :- Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana

Statement showing the list of machinery together with the available with contractor in his name and to be made available otherwise. Sr. No.

Type of machinery

Nos. Required

for the work in

question

Nos. of working condition available with the contractor *

Nos. to be made available otherwise

Mode of making

machinery

available when

machinery is not

available with the

contractor as

owner

Nos. of

shifts in

which work

is propos

ed

Output per month

Remarks

1 2 3 4 5 6 7 8 9 1. Excavator/

poclain 2 No.

2 D. Road Roller

10T

2 No.

3. Dozer D-6 1 No. 4. Compressor 2 Set. 5. Diesel

Generator. 1 No.

6 Water Pump A) 5 -9 HP

2No.

8 Concrete Mixer

4 No.

9. Vibrator 60 mm 20 mm

4No 4No

11. Tipper 10 No.

Vidarbha Irrigation Development Corporation, Nagpur 46

Contractor S.D.O. No. of Corrections Executive Engineer

12. Water Tanker Capacity 10000 lit.

2No.

13. A)

Soil & Concrete Lab. Equipments. Vicat Apparatus and Mould for Testing

1 No.

B) Balances 50 Kg. To 0.01 gm. Capacity with Weights

2 No.

C) Stop Watch Trowels Humidity Chamber conforming to IS–4031-968

3 No.

D) Weigh Batch

2No.

E) Blain Air Permeability Apparatus

2 No.

F) All Size Sieves 2 No.

G)

H) I)

Oven Pychnometer Liquid Limit Apparatus Measuring Jar Atterberg limit test Field density test app. set

2 No.

2 No.

2 No.

*as owner for this work along with ownership proof ( Not less than 50 % of required Machinery mentioned in col. 3). This machinery shall not be deployed for any other work.

Signature of Contractor With Name and Designation

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 47

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – IV

STRUCTURE AND ORGANISATION

1.0 Name of Applicant :

2.0 Nationality of Applicant :

3.0 Office Address :

Telegraphic Address :

Telephone Number :

Telex Number :

Fax Number :

4.0 (a) Year established (when and where) :

and legal name as formed individual /

firm / company.

(b) Class of registration with Government of :

Maharashtra ( P.W. Dept.) and V.I.D.C.

With category

5.0 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 a 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.

(f) Joint Venture Consortia ( if yes, give :

Name and address of each partner )

6.0 Attach the organisation chart showing :

the structure of organisation including

Vidarbha Irrigation Development Corporation, Nagpur 48

Contractor S.D.O. No. of Corrections Executive Engineer

the position of the directors and key

personnel.

7.0 What beat describes you

(a) Engineers and Contractors :

(b) Consulting Engineers and Contractors :

(c) Contractors :

(d) If other, please specify :

8.0 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 Consortia

i. In own country :

II. Internationally :

(c) As a Sub-contractor

i. In own country :

ii. Internationally :

9.0 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 a new field (if any) ?

10.0 Where you require to suspend :

construction for a period of more than

six months continuously after you

started ? If so, the reasons thereof.

11.0 Have you ever failed to complete any :

work awarded to you ( if so, which,

where and why ) ?

12.0 In how many projects have you asked :

for arbitration after rectification ( if so,

when, where and why ) and how many

cases settled in your favour ?

13.0 In how many projects you were imposed :

Penalties for delay ?

Vidarbha Irrigation Development Corporation, Nagpur 49

Contractor S.D.O. No. of Corrections Executive Engineer

14.0 Have any key personnel or partner of :

your organisation ever been an officer

or partner of some other partner of

some other organisation that failed to.

complete the construction contract ?

( if so, state name of individual / other

organisation )

15.0 Have any key personnel or partner of :

your organisation ever failed to

complete the conctruction contract

handled in his own name.

16.0 In what fields do you claim :

specialisation and are interested to

work ?

17.0 Give details of your experience in :

modern concrete technology and work

for manufacture and quality control.

18.0 Give details of your material testing :

laboratory and mobile laboratories.

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

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 50

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – V

ADDITIONAL INFORMATION

1.0 Please add any further information :

which the applicant considers relevant

in regard to the capabilities.

2.0 Please give a brief note indication how :

the applicant considers himself eligible

for pre-qualification for the work.

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

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 51

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – VI

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

the following Proforma :

( Separate information for each work )

1.0 Name of Work :

2.0 Brief description of work :

3.0 Tendered cost (Rs. In Lakhs) :

4.0 Details of work tendered for

i. Estimated cost ( Rs. In Lakhs ) :

ii. Quantity and Amount of Principal :

Items.

iii. Date when decision is expected :

iv. Stipulated date and period of :

completion.

5.0 Name, designation and address with :

whom the contents of the above

information can be verified.

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

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 52

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE – VII

JOINT VENTURE CONSORTIA

If the applicant intends to enter into a Joint Venture Consortia for the project, please

give the following information otherwise state “Not Applicable”.

1.0 Name and Address of Joint Venture :

Consortia.

2.0 Name and Address of all the partners of :

Joint Venture Consortia.

3.0 Name of firm the Joint Venture :

Consortia

4.0 Indicate the responsibility of the firm :

leading the Joint Venture Consortia and

responsibility of other Joint Venture

Consortia partners.

5.0 Name and Address of Bankers of the :

Joint Venture Consortia.

6.0 Details regarding financial participation :

of each firm in the Joint Venture

Consortia. Certified copy of the

agreement of Joint Venture Consortia

shall be attached.

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

and belief.

Signature of Contractor

Vidarbha Irrigation Development Corporation, Nagpur 53

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE VIII Details of plants and equipment owned by the Applicant which shall be used for construction of structure in the following proforma.

(Separate information for each type of equipments, supply coloured photograph of the each machine which is costing more than Rs.10 Lakhs)

1. Name of Equipment :- 2. Name of Units :- 3. Make / manufacturer :- 4. Source from where procured. :- 5. Production Capacity. :- 6. Type of prim-mover. :- 7. Horse power / K.V./of prime mover. :- 8. Normal life plant hours specified by the Manufacturer. :- 9. Number of actual working hours put in by the machine. :- 10. Present location :- 11. Availability of equipment's and machinery for this work :- 12. For each machine costing more than 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 :- PGDC (See Rule 72 (i) 7).

iv) Certificate of fitness in form. · -

· (See Rule 62(1) 7) Note: In case of Non RTO machinery if the machinery is new the manufacturer sale certificate

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

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

Vidarbha Irrigation Development Corporation, Nagpur 54

Contractor S.D.O. No. of Corrections Executive Engineer

certificate of Chartered Accountant, certificate from a scheduled Bank of having financed the

machinery will be acceptable.

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

Signature of the Contractor.

Vidarbha Irrigation Development Corporation, Nagpur 55

Contractor S.D.O. No. of Corrections Executive Engineer

PROFORMA FOR ANNEXURE IX Details of Additional Plants and Equipment's which shall be procured by the applicant for this work in the following profarma. 1. Name of Equipment :- 2. Name of Units :- 3. Kind of Make :- 4. Country of origin :- 5. Capacity :- 6. Approximate cost Rs. (In Lakhs) :- 7. How the equipment is proposed :- to be procured and give details of Source manufacturer. :- 8. Remarks. :- Certified that above information is true and correct to the best of my knowledge and belief.

Signature of the Contractor.

Vidarbha Irrigation Development Corporation, Nagpur 56

Contractor S.D.O. No. of Corrections Executive Engineer

CERTIFICATE

(To be signed by the Contractor' Authorized Representative of the contractor, authorized

to sign tender documents).

1) Certified that compensation has not been on our firm/Company 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 VIDC and/or any Irrigation Development

Corporations in Maharashtra, entrusted to me , our firm I company during last Five years.

2) Certified that all the information given by me/us while online submission for qualifying

to tender for the work is true and correct.

3)I/We undertake that I will not claim any interest or any demand on account of delay in

payment of bills of the work (due to non availability of adequate fund normally for

period of one year and in exceptional circumstances for Two years).by the VIDC

and this will be applicable in respect of this work and all works to be accepted in future.

4)I/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 also for future works under V.I.D.C..

5) I/We undertake that "I will not make any changes in the tender documents downloaded

from website. I/We understand that if such changes are made, my offer is liable for

rejection and I/We are liable for rejection as per rules.

6). I/We undertake that " I am ready to sign on the drawings, which were seen on website,

before depositing security deposit and taking work order if my tender will be accepted.”

Signature of the Contractor/

Authorized representative.

Vidarbha Irrigation Development Corporation, Nagpur 57

Contractor S.D.O. No. of Corrections Executive Engineer

SECTION – IV BRIEF TECHNICAL NOTE

Name of Work:- Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana 4.1 INTRODUCTION :

JIGAON PROJECT envisages construction of Earth Dam with masonry central

spillway across river Purna near village Jigaon Tq Nandura Dist Buldana

Maharashtra state. The length of Dam is about 8240 m. out of which 292.50 m.

is overflow section in the gorge of river. It is proposed to irrigate from the

reservoir by 12 lift irrigation scheme. The present work deals with construction

of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura.

Dist:Buldana.

The proposed work consists of Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana

4.2 PURNA RIVER:

The River Purna is Major tributary of Tapi River. The Purna River

originates from Pokhara Villege Near Bhainsdehi in M.P. state at an altitude of

334 m. It turns west to East in Zigzag path and confluences with river Tapi in

Jalgaon District.

4.3 RAIN FALL:-

The Catchment area 16130 Square km at Jigaon Project dam lies in the

medium rainfall zone.

1) Average weighted annual rainfall 767 mm.

2) 75 % dependable weighted annual rainfall 575.25 mm.

4.4 LOCATION AND DESCRIPTION OF SITE: - The proposed work consists of Construction of Civic Amenities in Rehabilitated Village Takali Watpal Tal:Nandura. Dist:Buldana

The site of proposed work is situated near village Takali Watpal

Tq. Nandura Dist . Buldana. along Nandura Jalgaon Jamod State Highway

Vidarbha Irrigation Development Corporation, Nagpur 58

Contractor S.D.O. No. of Corrections Executive Engineer

4.5.1 AIR WAYS:-

Aurangabad is the nearest domestic Airport of this work site and is situated at

about 210 km from the site of this work and is approachable by road via

Buldana, Nandura

4.5.2 RAIL WAY:-

The nearest major Railway Station is Nandura on Central Railway at

Distance 26 Km. from the site.

4.5.3 ROADS :-

Nandura Jalgaon Jamod state Highway is one of the near access to this

site.

4.5.4 HOTEL /GUEST HOUSE FACILITIES :-

Reasonable hotel and lodging facilities are available at Nandura which is

26 km. away from site.

4.5.5 GENERAL FACILITIES:-

4.6.1 LABOUR AVAILABILITY:-

Unskilled labour will be available within a periphery of @ 2 km from site and the skilled labour is hoped to be available at Nandura or Malkapur. 4.6.2 HOUSING No local housing is available and the contractor will have to make his

own arrangement for housing of staff. The land available is restricted and contractor will have to make economical use of available space he will have to make his own arrangement for camp etc. He will not be allowed to collect the wood from the vicinity

4.6.3 MARKETING FACILITY:-

The marketing facility for day to day needs is available at Nandura @ 26 km. The bigger marketing centre is Khamgaon which is about 60 km. away from work site.

Vidarbha Irrigation Development Corporation, Nagpur 59

Contractor S.D.O. No. of Corrections Executive Engineer

4.6.4 WATER SUPPLY :-

The contractor shall make his own arrangement at his cost a water supply to his work shed, colony and for the works. Fresh & potable drinking water shall be made available by the contractor to all persons at all working places and in sufficient quantity.

4.6.5 MEDICAL AID:-

The primary health centre is located at Nandura, Services of private medical practitioner are also available at, Nandura The cottage hospital facility is available at Nandura and Buldana Which is nearest City & District place to site.

4.6.6 ELECTRIC POWER:- The contractor shall access the extent of available facilities and workout the additional requirement to be provided by him for execution of work under this contract.

4.6.7 POST AND TELEGRAPH:- There is a sub post office at Nandura. The local & S.T.D. telephone facilities are available at Nandura

4.6.8 SUPPLY OF PETROL , DIESEL & LUBRICUNT :- Petrol, Diesel & Lubricant are available at Nandura Which is situated at 26 km. from work site.

4.7 CLIMATE OF SITE VICINITY:-

4.7.1 RAIN FALL

The rainfall is mainly confined in months of June to September. Average annual

rainfall near site is 767 mm.

4.7.2 TEMPERATURE:-

The average monthly air temperature in the month of May is 40 degree Celsius

and average minimum air temperature in January is about 8 degree Celsius.

Vidarbha Irrigation Development Corporation, Nagpur 60

Contractor S.D.O. No. of Corrections Executive Engineer

4.7.3 WORKING SEASON:-

The rainfall is confined mainly to the period starting from middle of June

to end of September however, in the prescribed period of 24 months

excavation and construction of structures and road work will have to be

planned avoiding rainy season.

4.8 BRIEF DETAILS OF WORK .:-

(To be executed under this agreement)

The work consists of construction of School Building, Grampanchayat Building,

Samaj Mandir, Primary Health sub centre, Kondwada & Entrance Gate,

Smashan Bhumi Shed, Bus Pick up Shed, Publlic Latrine and cattle trough,

Excavation & embankment and metalling for Internal Roads, Construction of

open Gutters, Road crossing Structures, Olande etc.

4.9 SCOPE OF THE WORK / QUANTUM OF WORK.

4.9.1 Approximate quantities of major item covered in this tender may be as under. 1) Excavation in soft strata 32700 m3 2) Concrete of different grades 7360 m3 3) Embankment 74800 m3

Other major components will be finalized under the scope of the tender.

4.10 ESTIMATED COST

Estimating the cost of this work comes under scope of the tender of Rs 766.192 Lakhs

Vidarbha Irrigation Development Corporation, Nagpur 61

Contractor S.D.O. No. of Corrections Executive Engineer

4.11 CONSTRUCTION MATERIALS

4.11.1 The approximate quantity of important construction materials required to

execute this work are given bellow.

a) Cement 43240 Bags

b) Steel (structural and reinforcement) 144.13 MT.

c) Aggregate 13950 Cum.

d) Sand 3600 Cum.

4.12 CONSTRUCTION PROGRAMME:-

Construction Programme : The works tabulated in the above paras are scheduled to be completed in 24 calender months and therefore the quantities of major items to be executed per

year approximately are as below :

Year Excavation in Soft & Hard Strata

Bank Work (Cum)

Concrete (cum)

I 16350 37400 3680

II 16350 37400 3680

Total 32700 74200 7360

Vidarbha Irrigation Development Corporation, Nagpur 62

Contractor S.D.O. No. of Corrections Executive Engineer

JIGAON PROJECT Tq:- Nandura Distt:- Buldana

4.13 SALIENT FEATURES OF PROJECT ANNEXURE – I

1. Name of the project Jigaon Project

2. River Basin Tapi 3. Name of stream/sub basin Purna 4. Location a) Nearby village/town Jigaon

b) Taluka Nandura

c) District Buldana

d) Latitude 20 0 56’ 46”N

e) Longitude 76 0 22’ 30” E Assumed Photograph of project

5. Catchment area in Sq.km. 16129.81 sqkm

6. Yield (in Mcum.) mm3

7. Storage in Mcum a) Gross 736.579 mcum

b) Dead 438.856 mcum

b) Live (above MDDL) 297.723 mcum 8. Planned utilization in Mcum

Withdrawals by Lifts for irrigation 416.988 mcum

b) Withdrawals for water supply 31.877 mcum

b) Withdrawals for Industrial Use 27.130 mcum

Reservoir losses 72.242 mcum

c) Gross utilization 548.237 mcum 9. Dam a) Type Earth Dam. with central masonry gated spillway

b) Length (Mtr.) 8240.00 m

c) Height (Mtr.) 35.245 m

d) M.W.L. (Mtr.) 240.561 m

e) F.R.L. (Mtr.) 239.210 m

f) TBL 244.955 m

M.D.D.L. (Mtr) 233.000 m

Vidarbha Irrigation Development Corporation, Nagpur 63

Contractor S.D.O. No. of Corrections Executive Engineer

10. Spillway a) Location RD 5820 m to 6112.50 m (Masonry Dam)

b) Length(Mtr.) 292.50 m

c) Flood lift (Mtr.) 1.351 m

d) Discharge capacity( Cumecs) 28620 cum/sec

Crest gates 16 Radial gates of Size 15m x 12 m standard

f) Crest Level (Mtr.) 227.210 m

11. Submersion a) Area in ha. at F.R.L. (ha) 15914.13 Ha.

b) No. of Villages affected 32 , 15

c) Population affected 27600

d) Forest area reqd. for project (ha) 1055.64 Ha

12. i) Irrigation in ha. 112320 Ha

ii) General characteristics of soil in Command Area Black Cotton Soil with good drainage 13. Lift Schemes 12 Schemes Irrigation Potetial 101088 Ha.

14. Administrative Approval Original 394.83 Crore. ( 1988-89)

New AA 698.50 Crore (1994-95)

First Revised 1220.98 Crore. (2004-05)

Second Revised 4044.15 Crore . (2008-09)

15 . Benefit Cost Ratio 1.61