TAPI IRRIGATION DEVELOPMENT CORPORATION, …...TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON 3....
Transcript of TAPI IRRIGATION DEVELOPMENT CORPORATION, …...TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON 3....
1
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON
[GOVERNMENT OF MAHARASHTRA UNDERTAKING]
HHAATTGGAAOONN--22 MM.. II.. TTAANNKK,,
TTAALL.. CCHHAALLIISSGGAAOONN DDIISSTT.. JJAALLGGAAOONN
PPrree--qquuaalliiffiiccaattiioonn DDooccuummeenntt
CCoonnssttrruuccttiinngg EEaarrtthh WWoorrkk && SSttrruuccttuurreess ooff
MMaaiinn CCaannaall aanndd DDiissttrriibbuuttoorriieess ooff HHaattggaaoonn--22 MM.. II.. TTaannkk,,
TTaall.. CChhaalliissggaaoonn DDiisstt.. JJaallggaaoonn..
JALGAON IRRIGATION PROJECT CIRCLE, JALGAON
MINOR IRRIGATION DIVISION, JALGAON
2
Contractor No of correction Executive Engineer
Tapi Irrigation Development Corporation , Jalgaon
Issue letter of pre-qualification documents for -
HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST. JALGAON
Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
Class of Registration of the Bidder Class II & Above Limit of Tendering Rs. Validity period of registration From To Issued to ---------------------------------------------------------------------------
----------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------
-------------------------
D.R.No.
Date
Sr.No. Date
Senior Divisional Accounts Officer, Minor Irrigation Division, Jalgaon.
3
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON
Name of Work HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST.
JALGAON
Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
INDEX
Sr. No.
Particulars Page No.
Issue of Pre-qualification Document 02 02
Tender Notice 06 08
Key Dates- 09 09
Guidelines to contractors regarding Govt. of Maharashtra e-tender system.
10 14
1.00 SECTION – 1 15 45
INFORMATION AND INSTRUCTIONS TO APPLICANTS
1.10 General 16 18
1.20 Method of applying 19 23
1.30 Definition 23 24
1.40 Final decision making authority 24 24
1.50 Clarification 24 24
1.60 Particulars provisional 24 24
1.70 Site visit 24 24
1.80 Minimum eligibility criteria for pre-qualification. 24 27
1.90 Evaluation criteria for pre-qualification 27 31
4
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON
Sr. No. Particulars Page No.
ANNEXURE - A 32 45
A Description of the Project 32 32
B Status of the Project 32 32
C Climatic condition 32 33
D Scope of the work 33 33
1 Details of the work 33 34
2 Information for obtaining documents 35 37
3 Work and site condition 37 37
4 Period of completion and programme of work 37 37
5 Other data for Statements and Proforma 38 38
6 Minimum criteria for Pre-qualification 39 39
7 Composition of Evaluation committee 40 41
8 Evaluation procedure and allocation of points 41 43
9 List of equipments 44 44
10 List of Staff 45 45
2.00 SECTION – II 46 73
PREQUALIFICATION INFORMATION
2.1 Proforma – 1 (a) 47 48
2.2 Proforma – 1 (b) 49 50
2.3 Proforma – 1 (c) 51 51
2.4 Proforma – 2 52 53
2.5 Proforma – 3 54 54
5
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON
Sr. No. Particulars Page No. 2.6 Proforma – 4 55 55
2.7 Proforma – 4 (a) 56 56
2.8 Proforma – 4 (b) 57 57
2.9 Proforma – 5 58 60
2.10 Proforma – 6 61 61
2.11 Proforma – 7 62 62
2.12 Proforma – 8 63 63
2.13 Proforma – 9 64 64
2.14 Proforma in support of Sr. No. 8.1.2 65 65
2.15 Proforma in support of Sr.No.8.2.1 to 8.2.6 66 66
2.16 Letter of Transmittal 67 67
2.17 Proforma in support of Sr.No.6.4 68 69
2.18 Statement No.1 70 70
2.19 Statement No.2 71 71
2.20 Statement showing the details of working personals in
organization upto lowest level.
72 72
2.21 Abstract of quantities executed of main items as per
Certificate.
73 73
6
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON.
E-TENDER NOTICE Tapi Irrigation Development Corporation, Jalgaon.
E-TENDER NOTICE NO. 17 / 2011-12.
Sealed Online Tender (e-tender) in B-1 form for the following work are invited by the Executive Engineer, Minor Irrigation Division , Jalgaon. Phone No. 0257-2262668 on Government of Maharashtra Electronic Tender Management System (https://maharashtra.etenders.in) through sub-portal of (https://tidc.maharashtra.etenders.in) from the contractors enrolled with the Tapi Irrigation Development Corporation, Jalgaon in appropriate class mentioned. Sr. No.
Name of work Estimated cost in (Rs.in Lakh)
Time Limit
for comple-tion of work
E.M.D. (Rs.in Lakhs)
Cost of
Blank tender form (Rs.)
Class of Registration
1 2 3 4 5 6 7
1.
HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST. JALGAON
Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
446.04 24 Months including monsoon
(Rs.1.00
Lakhs in the form of D.D.
+ Rs.3.50 Lakhs
in the form of Bank
Guarantee.)
10,000 2nd or above
1. Detailed tender notice can be seen on the notice board in the office of Executive Engineer. (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://tidc.maharashtra.etenders.in). The competent autority reserves all right of rejecting tender without assigning any reason.
2. Pre-Qualification Documents will be available on the Government of Maharashtra website (https://maharashtra.etenders.in) through Sub-Portal of (https://tidc.maharashtra.etenders.in) from dated 28/05/2012 and 10.00 hrs. to date 02/06/2012 at 17.45 hrs. The bidders have to submit the pre-qualification documents online as per key dates mentioned below.
7
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON
3. The cost of Pre-Qualification Documents is Rs.5,000/- only. It is necessary to draw the Demand Draft of Rs.5,000/- in favour of Executive Engineer, Minor Irrigation Division, Division Jalgaon , and should submit in the office of Executive Engineer before submission date, otherwise the documents uploaded on the site cannot be considered for evaluation. Mentioning of D.R.No.in payment stage of purchased 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.10,000/- only. It is necessary to draw the D.D. of Rs.10,000/- in favour of Executive Engineer, Minor Irrigation Division Jalgaon, and should submit it in the Office of E.E. on or before the date of submission.
5. It necessary to give the undertaking as follows-
“Contractors are not allowed to make any changes in tender documents downloaded from website. If it is so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per the 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 the undertaking as follows-
“I have seen detailed drawings of works on website. It is part of tender documents. I have filled the tender by considering all these things. I am ready to sign on the drawing 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 (E.T.M.S.), all contractors / Bidders are required to get enrolled on the E.T.M.S.portal (https://maharashtra.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- 020 - 2531 5555
- 022 - 2661 1117 (Ext 25 / 26) e-mail : [email protected]
8
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
Office of the Superintending Engineer, Jalgaon Irrigation Project Circle, Jalgaon,
Akashwani chowk, N.H. No:-6 Jalgaon 425001.
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.1024/-
The different modes of electronic payments accepted on the ETMS is available and can
be viewed online on the ETMS Website (https://maharashtra.etenders.in).
10. The activities of tender document Purchase / Download, preparation of bid (submit
Bid Hash online), submission of bids, submission of EMD and other documents shall be
governed by the time schedule given under “Key Dates”.
11. The Bidders has to submit (Upload Scan Copies / fill in) his offer / credentials online
as required in the Bid Capacity Assessment Form / tender in the online templates in
relevant envelopes. The Scanned D.D. for Earnest Money Deposit shall be scanned and
uploaded while submitting the main tender documents, duly filled in. Original D.D. for
E.M.D. need to be submitted, physically, along with i) D.D. for cost of main tender
documents, ii) Hard copy of uploaded main tender documents form, in office of the
“Superintending Engineer, Jalgaon Irrigation Project Circle, Jalgaon ”. Before last date
and time of on-line Re-encryption of main Tender Document, as mentioned in ‘Key
Dates’.
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 pre-bid, prospective tenderers who have downloaded the
main tender document and uploaded scanned D.D. of cost of the main tender document
will be held in the Office of Chief Engineer, Tapi Irrigation Development Corporation,
Near Akashwani Center, on 25/06/2012 @ 12.00 Hrs. Chief Engineer will issue
clarifications (if any) on line. These clarifications, referred as “common set of
conditions” uploaded on the web site shall be the part of Main Tender Document.
Bidders shall submit, on line, the same with Main Tender Document on line.
9
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
KEY DATES. (HATGAON) Sr. No.
TIDC Stage Vendor Stage Start Date & Time
Expiry Date & Time
1 Release of e-Tender.
24/5/2012 10:00
26/5/2012 17:45
2 Pre qualification Document Download /
purchase
28/5/2012
10.00
02/06/2012
17:45
3 Pre qualification Online Preparation
29/5/2012 10.01
03/06/2012 17.45
4 Closing for bidding & Generation of Super Hash
04/06/2012
10.00 05/06/2012
17.45
5 Re-encryption of Pre Qualification / Submission
05/06/2012 17.46
07/06/2012 17.45
6 Pre Qualification Document opening and short listing
08/06/2012
10:00 18/06/2012
17:45
7 Main Tender preparation / Uploading
19/06/2012
10:00 21/06/2012
17.45
8 Main Tender document download/ purchase
22/06/2012 10:00
27/06/2012 17:45
9 Main Tender Document Online preparation
23/06/2012 10.00
27/06/2012 17.45
10 Close for Bidding of Main Tender
28/06/2012 10.00
28/06/2012 17.45
11 Re-encryption of Main Tender / submission
29/06/2012
10.00
02/07/2012
17.45
12 Technical and Commercial Bid opening
03/07/2012
10.00 04/07/2012
17.45
14. The contractor shall study the guidelines regarding e – tendering to get clarify
e-tendering procedure.
10
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
Guidelines to Contractors Regarding Government of Maharashtra e –
tendering system.
1. These conditions will overrule the conditions stated in the Tender Documents, wherever
relevant and applicable. However, in case of dispute on any contradictory meaning of
two or more clauses, decision of the Superintending Engineer shall be final and binding
on both parties.
2. Registration of the Contractors :
The Contractors registered with Government of Maharashtra, Public Works Department,
in appropriate class of contractors, are eligible to participate in Open Tenders process
and are required to get enrolled on the Portal https://maharashtra.etenders.in and get
empanelled in relevant sub portal. After submitting their enrollment request online, the
enrollment shall be required to be approved by the Representative of the Service
Provider. After the approval of enrollment, the Contractors shall have to apply for
empanelment online which shall be required to be approved by the Nominated Authority
of the Department. Only after the approval in the relevant Class, the Contractor shall be
able to participate in the Open Tenders online.
Govt. of 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
Provide 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.
11
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
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 etc.) ; 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.
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.
12
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
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 https://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 querry he may contact Help Desk for the same.
5. Online Viewing of Detailed Tenders Inviting Notice :
The Contractors can view the detailed Tenders Inviting Notice and the detailed Time
Schedule (Key Dates) for all the Tenders processed by Government of Maharashtra
using the e – Tendering System for Government of Maharashtra on
https://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
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).
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 Government of Maharashtra. This is
equivalent to sealing of the Tender Box.
13
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
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 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 suing the electronic payments gateway service, Bid Submission Fee is
Rs.1024/-. The different modes of electronic payments are 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 of on-line Re-encryption of Bid (Tender) Documents as mention in “Key Dates”.
Contractors are required to keep Demand Draff for 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 (submitted in the office of tender opening authority) shall be
short listed for opening of other envelopes.
14
Contractor No of correction Executive Engineer
TAPI IRRIGATION DEVELOPMENT CORPORATION,
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 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.
16
Contractor No of correction Executive Engineer
SECTION - 1 1.0 INFORMATION AND INSTRUCTION TO APPLICANTS
1.1 GENERAL :
"Corporation " Shall mean the TAPI IRRIGATION DEVELOPMENT,
CORPORATION, JALGAON acting through its Executive Director as
defined in Maharashtra Act. XVII of 1997.
Tapi Irrigation Development Corporation Jalgaon, is a body corporate
constituted under the Maharashtra Act XVII of 1997, and has been
established by the notification published in the Gazette Irrigation
Department dated 4/12/97. The head quarters of Tapi Irrigation
Development Corporation, Jalgaon (TIDC, or TIDC for short and
hereinafter referred to only as corporation) is at Jalgaon. The official
postal address for correspondence is. Executive Director.
Tapi Irrigation Development Corporation, Jalgaon Near Akshwani Chowk N. H. No. 6,
Jalgaon 425001
The functions and powers of the corporation has been listed in the
Maharashtra Act XVII of 1997. In general it has been entrusted with the
work of investigation, planing, designing of projects, maintenance of
completed projects, construction of projects and irrigation management of
the major, medium and minor projects (command area more than 250
ha.) in the Tapi River basin. The projects comprise irrigation,
hydroelectric projects along with the command area development and
multipurpose scheme. The projects area to be completed so as to utilise
water in Tapi basin pertaining to Maharashtra state by Tapi water
tribunal. This work is to be completed by 2014 AD. During the projects
time slice it is expected to increase the performance efficiency of the
completed projects and to complete further on going and new work, so as
to utilise the allocated water from Tapi basin.
17
Contractor No of correction Executive Engineer
Sealed tenders in B-1 form are invited by the Corporation from the
contractor registered in appropriate class in Public Works Department
(Govt of Maharashtra ) for the work details of which are given in Annex A
of this Section.
1.1.1 Forms for pre-qualification and letter of transmittal : The enclosed forms should be filled in completely and all questions
should be answered. All information requested for in the enclosed forms
should be furnished against the respective columns in the form. If any
particular query is not relevant it should be stated as "Not Applicable"
only 'dash' reply will be treated as incomplete information. All applicants
are cautioned that incomplete information in the application or any
change(s) made in the prescribed forms will render application to be
rejected as non responsive. The pre-qualification document shall be
typed on applicant's letter head. Any overwriting or correction shall be
attested.
1.2.1 All pages of the pre-qualification document shall be numbered and should
be submitted as a package with a signed letter of transmittal. Number of
pages should be mentioned in words & figures and duly signed.
1.1.3 All the information must be filled in English language only.
1.1.4 All the information certificate(s) furnished along with the application form
(the respective application that vouchers to the suitability, technical know-
how and capability of the applicant) should be signed by the applicant.
1.1.5 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 pre-qualification documents unless
the TIDC, Jalgaon , permits.
1.1.6 All statements should be attached separately.
1.1.7 The pre-qualification documents in prescribed forms as required in this
booklet duly completed and signed should be uploaded must be
subscribed as pre-qualification document for Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon. Constructing Earth Work & Structures
of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
18
Contractor No of correction Executive Engineer
1.1.8 a) The cost incurred by applicant in preparing this offer, in providing
clarification or attending discussion's conferences in connection with this
document, shall not be reimbursed by the TIDC, Jalgaon 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 Superintending
Engineer, Jalgaon Irrigation Project Circle, Jalgaon to return the
documents. However the cost of pre-qualification documents already paid
shall not be refund in any case or on account of any reason.
1.2 METHOD OF APPLICATION
If the application is made by an individual, it shall be signed by the
individual above his full name and current address and phone number.
If the application is made by a proprietary firm, it shall be signed by the
proprietor above his full name and the full name of his firm with its current
address and phone numbers.
If the application is made by a firm in partnership, it shall be signed by all
the partners of the firm above their full typewritten names and current
addresses or by a partner holding valid power of attorney of the firm by
signing the application, in which case a certified copy of the power of
attorney shall accompany the application. A certified copy of the
registered partnership deed, current address of all the partners of the
firms shall also accompany the application. If the application is duly
authorised
19
Contractor No of correction Executive Engineer
person holding the power of attorney for signing the application, in which
case a certified copy of the power of attorney shall accompany the
application. Such limited company or Corporation may be required to
furnish satisfactory evidence of its existence before the pre-qualification
is awarded.
If the application is made by a Joint Venture of Consortia of two or more
firms as partners.
a. The application shall be signed so as to be legally binding on all parties.
b. A Joint Venture between single contractors, partnership firm, joint stock
limited company, private/public my be permitted subject to the following
conditions.
i A Joint Venture should be a partnership firm, duly registered with
Registrar of Firms. Maharashtra State in such a case a signed
memorandum of understanding (MOU) between the tender and
associating firm / company/ individual shall be considered as adequate
proof for association subject to the condition that on being considered
eligible to tender for the work, the tenderer shall be informed accordingly,
where upon the tenderer shall be required to enter into a Joint Venture
(iv) partnership by signing an instrument on judicial stamp paper of
appropriate value. The various conditions mentioned in par. 1.2 b shall be
incorporated in MOU. 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, the tender shall not be opened but same will
be recorded.
ii. The Joint Venture deed shall be got approved from TIDC before it is
registered with the Registrar of Firms, of Maharashtra state.
iii. Specific stipulation should be made in Joint Venture deed to seek prior
written approval of TIDC before any changes are proposed to be made in
the Joint Venture deed, once it is registered with Registrar of Firms,
Maharashtra State.
20
Contractor No of correction Executive Engineer
iv. The Joint Venture partnership shall not be desolved till the completion of
defect liability period as stipulated in tender conditions and till all the
liabilities thereof are liquidated.
v. The shares of assets and liabilities of lead firm shall not be less than 60%
and percentage share of each other firm in Joint Venture partnership
deed shall not be less than 40 %.
vi. The lead firms must be well-established contractors appearing in the list
of selected contractors of TIDC.
c) One of the partners shall be nominated, as being in-charge and this
authorisation shall be evidenced by submitting a power of attorney signed
by legally authorized signatories of all the partners.
d) The partner in-charge shall be authorized in incur liabilities and receive
instructions for and on behalf of any and all partners of the Joint Venture
and entire execution of the contract including payment shall be done
exclusively with the partner in-charge.
e) All partners of the Joint Venture shall be liable jointly and severally for
execution of the contract in accordance with contract terms, and a
relevant statement to this effect shall be included in the authorisation
mentioned under (c. above).
f) Complete information pertaining to each partner in the respective form
duly signed by each such partner shall be submitted with application.
g) In case of Joint Venture of foreign and Indian partners, the Indian
partners should be registered for Civil Works contract of Class-II & above
with P. W. Deptt. of Govt. of Maharashtra.
h) Separate information in respect of each firm (entered into Joint Venture
should be submitted in proforma for Annex 1 to 6)
In case of Joint Venture the sponsoring firm shall submit complete
information and identify of the lead firm. If would be necessary for the
Joint Venture to establish to the satisfaction of the authority that the
Venture has been made practical, workable and legally enforceable
arrangements amongst the parties, that responsibilities regarding the
21
Contractor No of correction Executive Engineer
execution and financial arrangements have been clearly laid down and
assigned that the individual parties to whom such responsibilities etc.
assigned are capable in their individual capacity to discharge them
completely and satisfactorily and also that the lead 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.
An independently pre-qualification firm, or Joint Venture consortia may
during the tender period, strengthen its capacity by subsequent
incorporation of another pre-qualification firm for Joint Venture to form
new Joint Venture amongst themselves but should seek approval of the
Chief Engineer, TIDC Jalgaon. 15 days prior to bid opening. Bidders may
be pre-qualification independently or in a Joint Venture but they would be
allowed to submit only one bid.
1.3 DEFINITION :
In this document (as herein after defined) the following word and
expression will have the meaning hereby assigned to them.
i. TIDC
TIDC means TAPI IRRIGATION DEVELOPMENT CORPORATION,
JALGAON.
APPLICANT
Applicant means individual, proprietary firm, firm in partnership, limited
company, corporation or group of firms forming a joint venture/consortia
applying to become eligible to tender for the subject work.
ii Contractor / Subcontractor :
A contractor means a legal entity/firm, which without engaging any other
agency/subcontractor, has himself executed the entire work on a legal
contract between himself and the client.
A subcontractor means agents of a contractor who has entered into a
legal subcontract to execute the work which the contractor on a legal
22
Contractor No of correction Executive Engineer
contract has agreed to executed for the client, and the client having
approved the subcontractor.
1.4 FINAL DECISION MAKING AUTHORITY
The Committee as below reserves right to accept or reject any of the
applications for pre-qualification without assigning any reasons there of
and its decision.
1. Chief Engineer,
Tapi Irrigation Development Corporation, Jalgaon
Chairman
2. Superintending Engineer,
Jalgaon Irrigation Project Circle, Jalgaon.
Member
3. Superintending Engineer,
Quality Control Circle, Aurangabad
Member
4. Superintending Engineer, (M. D.)
Central Design Organisation, Nasik
Member
5. Executive Engineer,
Minor Irrigation Division, Jalgaon
Member
Secretary
1.5 CLARIFICATION The clarification, if any may please be sought separately either from the
Executive Engineer, Minor Irrigation Division, Jalgaon Ph. No. (0257)
2262668 or from the Superintending Engineer, Jalgaon Irrigation Project
Circle, Jalgaon (0257) 2235031, 2235032.
1.6 PARTICULARS TO BE 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 pre-qualification document of the
technical note or the Model Tender Provision shall not form part of any
contract which may subsequently be entered into tender document.
23
Contractor No of correction Executive Engineer
1.7 SITE VISIT The applicant can inspect the site, if he so desires by prior appointment
with the Executive Engineer, Minor Irrigation Division, Jalgaon
1.8 ELIGIBILITY & MINIMUM CRITERIA FOR PREQUALIFICATION The applicant must be well established contractor with experience and
capability in construction of canal earth work & structure works like
Aqueducts, Slab Culvert and Box Culverts, H. P. drain & Road bridges,
cross regulators, falls, Head Regulators, Canal outlets escapes, S. W. F.
etc.
The applicants applying for pre-qualification must provide evidence of having adequate experience of modern technology in carrying out
civil work like excavation and concreting etc. with adequate quality control aided by an up to date testing laboratory.
1.8.1 Experience of the prime or sub contractors approved by the owner shall be only considered for pre-qualification in such a case share of the experience of the prime and sub contractor shall be counted in the proportion as stated in the agreement of subletting. In absence of stipulation of sharing of experience in the agreement, the experience shall be taken in proportion of 20:80 for prime and sub
contractor respectively. In case of the subletting is not approved by the owner, the experience of work shall be considered that of prime contractor.
1.8.2 In order to assess the experience and capability of contractor for
execution of the work under consideration a minimum criteria has been
specified. The minimum criteria will be judged from the past experience of
the contractor. The applicant bidder as a prime contractor should have
adequate bid capacity, executed the quantities of main item in any one
year during a period of last five years. The other requirements such as
that of turnover & execution of work of similar nature and complexity.
24
Contractor No of correction Executive Engineer
1.8.3
MINIMUM ELIGIBILITY CRITERIA
Pre-qualification will be based on meeting all the following minimum
criteria as demonstrated by the applicants responses in the forms
attached to the letter of Application.
The bidder will be evaluated for qualification for Part-I of the eligibility
criteria as mentioned below first.
The contractors qualifying the Part-I, will only be evaluated further for the
Part-II of the eligibility criteria mentioned below.
PART- I : General Experience (As per A. B. & C. as mentioned below)
A) BID CAPACITY Bid Capacity = ( A x N x 2) - B
Where A = Maximum Value of Civil Engineering Works executed in
any one year during the last five years. (updated to current
price level which will take into account the completed
works.)
The maximum value of civil engineering works (A) executed in a
years shall be minimum of following.
1. Ascertained from the certificates from Executive Engineer in case of
Government and Semi-Government and from the head of offices in case
of large companies of organisations. The certificate, in which the
information is to be submitted, shall not be prescribed in bid assessment
form information given in any other format than prescribed shall not be
taken into account for calculating value of "A" This point please be noted.
2. Ascertained form total contract amount received in a year as stated in Sr.
No. 5 (c) in Income tax clearance certificate contractor shall ensure that
income Tax authorities fill in this information. In case this information is
not filled in, the contractor shall submit balance sheets of last 5 years duly
certified by the chartered Accountant.
25
Contractor No of correction Executive Engineer
The submission of information in (1) and (2) above is obligatory. Incase
of non-submission of any on or both it shall be concluded that contractor
does not have adequate bid capacity and no blank tender papers shall be
issued.
Where B = Value of existing commitment and ongoing works to be
completed in the period stipulated for completion of work of the present
tender. (All certificates should be countersigned by the Engineer-in-
charge not below the rank of Executive Engineer of concerned
Department). Any misleading information given will force TIDC authorties
to reject the application. Contractor should submit a declaration in the
form of an affidavit that no other works than specified in the statement are
in the hands of the Tenderer.
Where N = Number of years prescribed for completion of the work for
which this bid is invited i. e. 2 (Two) year
Bid Capacity = (A x N x 2 ) - B Bid capacity so calculated should not be less than the cost of work
put to tender.
(Note :- Please mention the references in enclosed proforma / annexes
from where the values of A and B have been taken).
26
Contractor No of correction Executive Engineer
B) GENERAL EXPERIENCE Civil Engineering works
Contractor should have completed the following components of the work in any one year during the last five years i.e. from 2007-08 to 2011-12
Sr. No. Component Unit Quantity
1 Excavation in soft strata Cum. 12150
2 Excavation in hard strata Cum. 4500
3 Embankment with hearting & casing Cum. 41000
4 Concrete Cum. 2100
NOTES :
1. The quantities for general experience will be calculated from the
certificates on prescribed proforma only (duly signed)
2. Any column dashed only will be considered as Nil.
3. For J. V. quantities will be taken as per proportion for single type.
C) TURNOVER As a prime contractor he should have minimum annual turnover of Rs.
335 Lakhs (excluding advances such as machinery / mobilisation etc.)
once over a period of last five years. He should submit certificate that
turnover amount does not included the advances and only advance
received are deducted from the amount. The same should be certified by
Chartered Accountant.
D) WORK OF SIMILAR NATURE : As a prime contractor he should have completed or one work must have
done the work under ongoing agreement of a similar nature and
complexity comparable to this work i. e. construction of earthwork for
main canal along with earth work & structures like Aqueduct, slab Culvert,
Box Culvert, H. P. drains, road Bridges, Cross regulators, falls, Head
regulators, canal outlets, canal escapes, SWF etc. during the period of
last five year any where in India, the cost of which shall be Rs. 335 Lakhs
(updated cost).
27
Contractor No of correction Executive Engineer
Only those applicants who satisfy the minimum criteria of eligibility will be
evaluated for pre-qualification on mark basis as per 1.9
1.9 EVALUATION CRITERIA FOR PRE-QUALIFICATION
The evaluation authority will evaluate the submitted pre-qualification
documents for the eligible bidder qualifying Part-I & II of para 1.8.3 by
scoring evaluation method. To pre-qualify the applicant must score at
least 70% (Seventy percent) point of grand total
1. General experience 70 Points
2. Adequacy of personal capability 20 Points
3. Equipment adequacy 40 Ponts
4. Financial capability 50 Points
5. Other evaluation factor 20 Points
General Total 200 Points
The other evaluation factors shall include
i) Record of completing the works in time. The firm/he should submit
the declaration that there is no penal action in force.
ii) Quality control and Mechanical, Electrical equipment testing the
facilities and arrangements available with the applicant.
1.10 JOINT VENTURE :
In case of joint venture or partnership, the yearly turnover relating to the
year taken for calculation will be considered only in proportion of the
percentage share of each party. However the details regarding the
partner in charge which will be
a) In charge of the actual execution of the work
b) In charge of the organisation, equipment and machinery etc. on site and
c) In charge of financial matters as regards all payments including payments
for work done, claims etc. primarily considered for determining the pre-
qualification by evaluation criteria.
The detailed procedure of system of evaluation of pre-qualification is
laid down in Section 5.
28
Contractor No of correction Executive Engineer
1.11 RELAXATION RIGHTS
The evaluation committee has got right to relax the criteria. The
committee may use its discretion to relax the appropriate criteria with a
view to at least three year applicants and thus ensure adequate
competition in tendering.
However the decision regarding the relaxation will be the final authority of
the committee.
1.12 RESTRICTION ON AWARDING NUMBER OF CONTRACTS
A. The TIDC 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 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 contractors satisfying criteria 1.8.3 A
and D above, no contractor / JV will be considered for qualification
for this work, if he has been already awarded on work of dam/
Barrage or three works of any nature within the jurisdiction of TIDC.
The bidder/firm should submit of the list of works in hand in the
jurisdiction of TIDC, Jalgaon (as per Annex 8 Section 3).
For additive JV every applicant should not have been awarded work
of that type in TIDC i. e. Canal earth work & structures. The
evaluation will be done by the Executive Engineer, Minor Irrigation
Division, Jalgaon and will be approved by the Committee
comprising as stated para 1.4 above. The decision of the competent
authority will be final binding on applicants. No correspondence will
be entertained in this regard.
29
Contractor No of correction Executive Engineer
C.1 In any case individual contractor, or the joint venture firm of any of the
joint venture partners(s), of the same joint venture as separate entity shall
not have more than three works in hand at a time of all types or not more
than *one work of one type. Even if any one of the partner of joint firm as
a separate entry OR as partner OR in another joint venture and/ or the
joint venture firm, has been awarded, three works as specified above
group-wise in Tapi Irrigation Development Corporation, prior to the date
of opening of this pre-qualification document that the venture firm with
that individual entity as partner shall not be considered eligible for getting
any other contract for the work and his/their pre-qualification document
shall be ignored.
ii) For the purpose of verification of the above stipulations, the contractor
shall submit the information in the enclosed format of certificate enclosed
as proforma for annex 8 in section 3. 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.
1.13 No evaluation will be done :
i) If the information given in Section 3 Annex 1 to 9 is
incomplete/misleading false; such application will therefore be
considered as non responsive, the misleading information may be
in any form.
ii) If the record of poor performance such abandoning work; not
properly completing contract inordinate delays in completion or
financial failure.
iii) If the applicant does not fulfill the minimum criteria for eligibility laid
down in clause 1.8 above.
iv) If he does not have been executed at least one work of similar type
& complexity.
30
Contractor No of correction Executive Engineer
SECTION 2
2.0 PRE-QUALIFICATION INFORMATION
2.1 Issue letter of PRE-QUALIFICATION DOCUMENT FOR THE WORK OF
Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon :- Constructing
Earth Work & Structures of Main Canal and Distributories of Hatgaon-2
M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
Class of Registration of Bidder : Class II & Above
Limit of Tendering :
Rs. Lakhs to verify
Validity period of registration :
From To
Name & Address of Contractor :-
31
Contractor No of correction Executive Engineer
2.2 Letter of Transmittal To, Superintending Engineer,
Jalgaon Irrigation Project Circle, Akashwani Chowk, Jalgaon
Sub :- Submission of PRE-QUALIFICATION DOCUMENT FOR THE WORK
OF Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon :- Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
Dear Sir,
I / (We) have submit the pre-qualification information and relevant
documents. I / (We) have furnished all information and details necessary for pre-qualification as bidder(s) and that no further information remain to be supplied. I / (We) have furnished all information and details necessary for pre-qualification as bidder(s) and that no further information remain to be supplied. I / (We) submit the request certificate solvency certificate and authorise
the project authorties 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 sucessfully completed the
works from the client / owners of respective works.
1.
2.
3.
Enclosed.
Signature of Contractor
Seal of Applicant
Date of submission
32
Contractor No of correction Executive Engineer
Calculation of BID CAPACITY Bid Capacity ( A x N x 2 ) - B
N : 2 Years A :
B : Bid Capacity = Rs. Lakhs
Signature of Contractor
(Note - Reference for A & B should be given)
33
Contractor No of correction Executive Engineer
2.3 PROFORMA FOR ANNEX - 1
Information required for calculating the Bid Capacity
STATEMENT NO. 1 Statement for determining value of "A" i. e. maximum value (updated to
current price level of Civil, Works executed in any one year during last
five years.
Year Name of work Value of Civil Engineering works done during the year (excluding advances such as mobilisation and machinery etc.
Updated value of work done
Total value of Civil works done during the year (based on information in Col. 2 and Col. 3)
Remarks
2007-08 i) Civil works
Total for the year
2008-09 i) Civil works
Total for the year
2009-10 i) Civil works
Total for the year
2010-11 i) Civil works
Total for the year
2011-12 i) Civil works
Total for the year
34
Contractor No of correction Executive Engineer
NOTES :
1) All the certificate of the work showing value of work done should be
attached yearwise and summary of yearwise value of A should be,
shown, Unless and untill all the certificates should be clear and
calculations should be attached.
2) This value should be updated to current price level 2011-12 by use of
multiplication factors as given in proforma for item No. 3 (ii), Annex 1
(d) P. No. 34
3) Figures in col. No. 3 to be supported by certificates given by project
authorities, not below the rank of an Executive Engineer.
4) In support of annual turnover as required above, income tax clearance
certificate should be attached or balance sheets of last five years duly
certified by Chartered Accountant should be attached.
5) In case of J. V. of three parties specialising in each area of
specialisation viz. Civil the above information should be given
separately for each partner to the J. V.
Certified that the above information is true and correct to the best of my
knowledge and belief.
Signature of Contractor
.
35
Contractor No of correction Executive Engineer
STATEMENT NO. 2
(Civil Works)
Statement for value of value of "B" i. e. Value of existing commitments and ongoing works (updated to current price level of 2011-2012) to be
completed in the period stipulated for completion of the work in the present tender. Certificates regarding this will be required to be countersigned by the
Engineer in charge not below the rank of Executive Engineer.
(Amount - Rs. in Lakhs)
Value of work to be completed between
Sr. No. Name of work Name of Division
Work order No. / Year
Year of Commencement
Amount of Contract
Cost of work Done
Expected balance as on 31/3/12 1/4/2012 –
31/3/2013 1/4/2013 – 31/3/2014
Ref. Page no. of Certificate
1 2 3 4 5 6 7 8 9 10 11 1
2
3
4
5 & on ward
Total value of Civil Engineering Works (A)
36
Contractor No of correction Executive Engineer
2.4 PROFORMA FOR ANNEX -1 (A) Civil Engineering Works :
Details of the Civil Engineering works completed and applicants
performance record for the last five year in the following proforma (separate
information for each work should be submitted)
1. Name of work :
2. Agreement No. and year :
3. Balance and quantity :
4. Total tendered cost of work (Rs. in Lakhs) :
5. Cost of work done on 31/03/2012 (Rs. in Lakhs) :
6. Balance cost as on 01-04-2012 (Rs. in Lakhs) :
7. Name of applicants Engineer in-charge with
educational qualification
8. annual turnover : Information on 6.1 and 6.2
6.1 Quantities executed.
Quantities executed (Certificate of concern authorties is essential) (in thousand cum)
Items Unit
Vth Year IVth Year IIIrd Year IInd Year Ist Year a) Excavation
i) Soft strata
Cum
ii) Hard strata Cum
b) Embankment with hearting
& casing
Cum
c) Lining Sq.m
d) Concreting Cum
37
Contractor No of correction Executive Engineer
Note :- Quantities of hearting zone and casing zone should be given separately.
Certificate of appropriate authorties are essential.
8.2 Financial Turn Over (Rs. in
lakhs) (defined as billing for
works excluding advance
payment such as mobilisation
and machinery received duly
certified by concerned
authorities
:
9. Period of completion :
6.1 Date of commencement
6.2 Originally stipulated time
limit.
:
6.3 Scheduled date of
completion
6.4 Extended time limit :
6.5 Actual time taken to
complete the work.
:
6.6 Certificate of concerned
authority of work if complete in
time
:
6.7 Reasons for non completion
of work in the stipulated time
limit/ extended time limit if so.
:
10. Were there any penalties / fines
/ stop notice/ compensation /
liquidated damages imposed (
Yes or No ) (if yes, give amount
and explanation)
:
11. Name, designation, department and complete address with
whom the content of the
preceding paragraphs 1 to 6
could be verified.
38
Contractor No of correction Executive Engineer
12 Name of applicant's Engineer-
in- charge of the work and his
educational qualifications.
:
13 Give details of your experience
in monthly placement of
concrete and masonry and
excavation in hard and soft
strata bank of earthen dam.
:
14 Give details of your experience
in mobilising large value
contract with modern
technology on the deployment
of latest heavy construction
equipment.
:
15 Details of quality control
arrangement made by the
contractor of his own on these
works.
:
(Note :- Certificate of quantities not below the rank of Executive Engineer should
be attached. Serially showing details of year-wise executed quantity and total
quantity in the proforma given in Annex. 9)
Certified that the above information in true and correct to the best of my
knowledge and belief.
39
Contractor No of correction Executive Engineer
2.5 PROFORMA FOR ANNEX -1 (b) :
a: Civil Engineer Works
Details of work in hand and applicant's performance record for the last
five year as on the date of submission of pre-qualification documents in
the following proforma (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. Cost of work done on
31/03/2012 (Rs. in Lakhs)
:
6. Balance cost as on
01/04/2012 (Rs. in Lakhs)
:
7. Name of applicants Engineer in
Charge with educational
qualifications
:
8. Annual turnover : Information on 8.1 and 8.2 as below to be given for
each year of the last five years.
8.1 Quantities executed :
Quantities executed (certificate of concern authorities is essential) (in thousand Cum)
Items Unit
Vth Year
IV Year IIIrd Year IInd Year Ist Year
a) Excavation i) Soft strata
Cum
ii) Hard strata Cum
b)Embankment for Hearting & casing for Earthen Canal
Cum
c) Lining Sq.m
d) Concrete Cum
40
Contractor No of correction Executive Engineer
Note :- Quantities of hearting zone and casing zone should be given
separately . Certificates of appropriate authorities are essential.
8.2 Financial turn over ( Rs. in
lakhs ) (defined as billing for
works excluding advance
payment such as mobilisation
and machinery received duly
certified by concerned authorities
:
9.2 Details of work in hand.
a. % of physical completion and
amount billed for the work
completed.
b. Cost of work remaining to be
executed (Rs. in lakhs)
:
c Stipulated date of completion
d Anticipated date of completion
of the work within stipulated time
limit.
:
e Explanation for non completion
of the work within stipulated time
limit
41
Contractor No of correction Executive Engineer
10. Were there any penalties / fines /
stop notice / compensation/
liquidated damages imposed ?
(Yes / No ) If yes, give amount
and explanation.
:
11. Where there is any fine, claims or
stop notice filed by the employer
(Yes/No) If yes, give amount and
explanation
:
12. Except yearwise programme of
completion (For year period 3.7
of (Page 6.1) Technical Note)
i) Present year
ii) Next year
13. Name of applicant's Engineer in
charge of the work and
educational qualification.
14. Details of quality control
arrangement made by the
contractor of his on these works.
15. Name and Designation and
complete address with whom
above contents can be verified.
(Note : Certificate of quantities not below the rank of Executive Engineer should be
attached. serial showing details of yearwise executed quantity and total executed
quantity in proforma given in Annex. 9)
Certified that the above information is true and correct to the best of my
knowledge and belief.
Signature of contractor
42
Contractor No of correction Executive Engineer
2.6 PROFORMA FOR ANNEX - 1 (C) a) Civil Engineering works.
Year wise details of quantities executed and amounts of work done
(completed and ongoing ) for last five years.)
Q - Quantity in tcm. for civil
works
A - Amount Rs. in lakhs
O - Ongoing works. C - Completed works.
Excavation
S S H. S.
Embankment
Concrete Total financial turnover during the year
Ref. Page No. of P.Q. document
Sr. No.
Year
Q A Q. A Q. A A C 2007-2008
O
1
Total
C 2008-2009
O
2
C 2009-2010
O
3
Total
C 2010-2011
O
4
Total
C 2011-2012 O
5
Total
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor (Note :- The details of working quantities should be furnished)
43
Contractor No of correction Executive Engineer
2.7 PROFORMA FOR ANNEX - 2
a. Civil Engineering Works FINANCIAL STATEMENT
(To be given separately for each Partner in case of joint venture)
1. Capital
a. Authorized
b. Issue and paid up
2. Firms information
a. Duration of existence of the
firm
b. Details of the works completed
& the applicant's performance
record for last five years (Vide
Annex-1a)
:
c. Details of works in hand and
applicants performance record for
last five years as on date of
submission of pre-qualification
(Vide Annex - 1b)
:
3. Balance sheet information
Furnish balance sheet and profit
and loss statement with C. A.'s
report for the last five years, it
should interalia with the following
information.
:
a. Working capital :
b. Turnover on Civil Engineering
works.
:
44
Contractor No of correction Executive Engineer
Year Amount of turnover during the year (Rs. in Lakhs)
Multiplying factor
Amount of turnover brought to current price level (by multiplying Col. 2 by factors given in col. 3 (Rs. in Lakhs)
1 2 3 4
2007-2008 1.464
2008-2009 1.331
2009-2010 1.21
2010-2011 1.10
2011-2012 1.00
c. Gross income of applicant
(Rs. in Lkahs)
i. In the year 2007-2008
In the year 2008-2009
In the year 2009-2010
In the year 2010-2011
In the year 2011-2012
4. Total Liabilities
a. Current Ratio
Current assets (Rs. in lakhs)
Current liabilities (Rs. in lakhs)
b) Total liabilities to net worth
c) Debt equity ratio (Defined as
(Debt / Equity))
5. Works carried out
What is the maximum value of the
project that you can handle ?
(Rs. in lakhs)
45
Contractor No of correction Executive Engineer
6 Govt. Tender :
Have you ever been denied
tendering facilities by the Govt.
Dept. / Public Sector undertaking
(Give details)
:
7. Sources of Finance :
What are your sources of finance
? (Please give complete details,
bank reference also)
:
8 Financial Soundness
Certificate of financial soundness
from the bankers of applicant.
9 Bank information :
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 bankwise
breakup (Rs. in lakhs)
b. Portion of Bank guarantee
already utilised as on date of
application (Rs. in lakhs)
10. Overdraft information
Overdraft limits enjoyed during
each of the last five years with
bankwise breakup (Rs. in lakhs)
11. Bankers
Name and address of bankers
from whom reference can be
obtained.
46
Contractor No of correction Executive Engineer
12. Have you ever been declared
bankrupt ?
(Yes/No. ) If yes please give
details.
13. Sales Tax - VAT
The tender rates are inclusive of
all taxes, rates cesses and are
also inclusive of the leviable tax in
respect of sale by transfer of
property in goods involved in the
execution of work contract under
the provision of Rule 58 of
Maharashtra Value Added Tax
Act 2005, for the purpose of levy
of Tax.
The contractor shall duly comply
with all the provision of
Maharashtra Sales Tax on the
transfer of goods involved in the
execution of works contracts
(reenacted) Act 1989. He shall
obtain registration under this act
then he is registered dealer.
Certified that the above information is true and correct to the best of my
knowledge and belief.
Signature of contractor
47
Contractor No of correction Executive Engineer
2.8 PROFORMA FOR ANNEX - 3 RESOURCES : PERSONAL
Please give details of key technical and administrative personnel in the
following proforma.
1. Details of the Board of Directors
a. Name of the Director(s)
b. Organisation
c. Address
d. Remarks
Design / Technical and
Administrative Details
Details of key design / 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
such type of work
d. Present position of office
e. Professional experience and
number of years of experience
on similar work.
f. Years with the applicant
h. Distribution of above personnel
on work in hand and on this
work for which applied for PQ
i. Remarks.
48
Contractor No of correction Executive Engineer
3. Professional Tax
Contractor shall submit
Professional Tax Certificate in
prescribed form attached as
Annex - 2 a on next page.
4 Labour License
Contractor shall submit a valid
and current license issued in his
favour under the provisions of
contract labour (Regulation and
Abolition ) Act. 1970 and the
Maharshtra Contract Labour (R
and A ) Rule 1971.
Certified that the above information is true and correct to the best of
my knowledge and belief.
Signature of Contractor
49
Contractor No of correction Executive Engineer
2.9 ANNEX - 3 a Certificate of registration with the professional Tax officer of the district in
Form 1 A certificate of registration under sub-section I of section 5 of the
Maharashtra sales Tax on professions, trades, calling and employment act 1975,
form is as below
PROFESSIONAL TAX CLEARANCE CERTIFICATE
This is to certify that M/S. __________________________________________ of
(address) of registered dealer under the Maharshtra state Tax on professions,
Traders, Callings Employment Act No. XVI of 1975 holding Registration Certificate
No. ____________________________ w. e. f. ________________ The said
dealer has paid all dues upto 31th March 2011 under the act. The dealer has paid
the professional tax dues for the employees mentioned below ,
Sr. No. Name of Employee Designation
There is no professional tax dues outstanding against the dealer under
the act. This Certificate is valid one year from date of issue.
Place :
Date
Signature
Professional Tax Officer
District.
50
Contractor No of correction Executive Engineer
2.10 PROFORMA FOR ANNEX - 4
RESOURCES : PLANT AND MACHINERY.
Machinery with contractor Machinery to be
deployed for other works Machinery to used for this work Item of excavation with quantity
per seasons Machinery Capacity
& output Machinery Capacity
& output Owned Machinery
Capacity &output
Hired Machinery
Capacity & output
A) Excavation i) S. S.
ii) H. S.
B) Embankment
C) Lining
D) Concrete
Certified that the above information is true and correct to the best of my knowledge and belief. Signature of Contractor
51
Contractor No of correction Executive Engineer
2.12 PROFORMA FOR ANNEX - 4 (A) Civil Works.
Details of plants and equipment owned by the Applicant :
Details of plants and equipment owned by the applicant which shall be
used for Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon. Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist.
Jalgaon.
Poclain Tipper Pump Roller
1 Name of Equipment :
2 Name of Unit :
3 a) Make / Manufacture :
b) Source from where procured :
4 Production Capacity :
5 Type of Prime - mover :
6 Horse Power / KVA of Prime
Mover
:
7 Normal life plant hours specified
by the Manufacture
:
8 Number of actual working hours
put in by the machine
:
9 Present Location :
10 Availability of equipment and
machinery for this work
:
11 For each machine costing more
than Rs. 10 lakhs attach coloured
photograph. Also give source
from where it was procured /
purchased and ownership
document.
:
12 The contractor shall have to
attach the documentary proof in
:
52
Contractor No of correction Executive Engineer
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) (vii)
iv) Certificate of fitness in Form 38
(See Rule 62 (i) 7)
NOTE :- In the case of Non- RTO
machinery, in the machinery is
new the manufacture's sale
certificate shall be produced. In
case of second hand machinery
the purchase document with proof
of payment and balance sheet
certified by the Chartered
Accountant shall be the produced.
In lieu of the certificate of the
Chartered Accountant. a
certificate from a Schedule Bank
of having financed the machinery
will be acceptable.
13 Remarks
Certified that the above information is true and correct to the best of my
knowledge and belief.
signature of Contractor
53
Contractor No of correction Executive Engineer
2.13. PROFORMA FOR ANNEX - 4 (B)
Civil Works
Details of additional plants and equipment which shall be procured by the
applicant for this work in the following proforma.
(Separate information for each type of equipment)
1. Name of Equipment :
2. No of Unit :
3. Kind of make :
4. country of Origin :
5. Capacity :
6. Approximate cost in Rupees :
7. How it is proposed to be
procedure and give details of
source / manufacturer
:
8 Remarks :
Certified that the above information is true and correct to the best of my
knowledge and belief.
signature of Contractor
54
Contractor No of correction Executive Engineer
2.14 PROFORMA FOR ANNEX - 5
STRUCTURE AND ORGANISATION
1. Name of Applicant :
2 Nationality of Applicant :
3. Office Address, Telephone
Number, Telex Number, Fax
Number
:
4. a. Year established (when &
where) & legal name as
formed individual / firm /
company.
:
b. Class of registration with
P.W.D. Maharashtra
:
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
components)
:
e. A subsidiary of a large
organisation (if yes, give
name and address of the
organisation) if the company
is subsidiary, if any will the
present company have in the
project.
55
Contractor No of correction Executive Engineer
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 positions of
the directors and key personnel
:
7 What best describes you
a. Engineers and Contractors. :
b. Consulting engineers &
contractors
:
c. If other, place specify :
8. Number of years of experiences
a. As prime contractor
i. In own country (Specify)
ii. Internationally (Specify
country )
b As a joint venture
i. In own country (Specify)
ii. Internationally (Specify
country )
c. As a Sub - contractor
i. In own country (Specify)
ii. Internationally (Specify
country )
56
Contractor No of correction Executive Engineer
9. How many year 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 field (if any
?)
:
10 Where you required to suspend
construction for a period of more
than six months continuously
after you started ? if so reasons
thereof
:
11. Have you are ever failed to
complete any work awarded to
you ( if so which, where, and
why ?)
:
12. In how many project have you
asked arbitration after rectification
( if so, when where any why) and
how many cases settled in your
favour ?
:
13. In how many projects you were
imposed penalties for delay
:
14 Have any key personnel or
partner of your organisation ever
been as officer or partner of some
other organisation that failed to
complete the contract (if so state
name of individual / other
organisation)
:
57
Contractor No of correction Executive Engineer
15. Have any key personnel or
partner of your organisation ever
failed to complete the contract
handed in his name.
:
16. In what field do you claim
specialisation and are interested
to work ?
:
17. Give details of your experience in
constructing, bank work with
modern technology, latest
machinery and proper 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 Contractor
58
Contractor No of correction Executive Engineer
2.15 PROFORMA FOR ANNEX - 6
ADDITIONAL INFORMATION.
1) Please add any further information which the applicant
considers relevant in regard to his capabilities.
2) Please give a brief note including 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
59
Contractor No of correction Executive Engineer
2.16 PROFORMA FOR ANNEX - 7
CIVIL WORKS.
Details of work tendered for as on the date of submission of pre-qualification document in the following proforma.
1 2 3 4 5
1 Name of work
2 Brief description of work
3 Tendered cost (Rs. in Lakhs)
4 Details of work tendered for
a) Estimated cost (Rs. in Lakhs)
b) Quantity and amount of principal items (Excavation bank work concrete etc.)
c) Date when decision is expected
d) Stipulated date and period of completion.
5 Name designation and address with whom the contents of the above information can be verified.
6 Remarks
Certified that the above information is true and correct to the best of my knowledge and belief.
signature of Contractor
60
Contractor No of correction Executive Engineer
2.17 PROFORMA FOR ANNEX – 8
JOINT VENTURE. CIVIL WORKS
If the applicants 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 addresses of all
partners of Joint Venture.
:
3. Name of firm leading the Joint
Venture.
:
4. Indicate the responsibility of the
firm leading the Joint Venture and
responsibility of other Joint
Venture partners.
:
5. Names and 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
61
Contractor No of correction Executive Engineer
2.18 PROFORMA FOR ANNEX - 9
The below mentioned certificates should be attached in the following
proforma only
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 Tapi Irrigation Development
Corporation on .................... (Enter date of opening of tender)
2. I/(We) have not been awarded following contract (s) for the work of
Dams/ Canals or any other works on ............ (Enter date of opening of
tender) in TIDC Area (The works awarded prior to formation of TIDC are
also to be included)
Sr. No.
Particular 1 2 3 4 5 & so on
1 Name of work
2 Estimated cost put to tender
3 Contract No. and date of work
order
4 Contract Amount
5 Amount of work executed to date
6 Period of completion
7 Schedule date of completion
8 Name of Division
9 Name of Circle
62
Contractor No of correction Executive Engineer
3. I/We have tendered for the following work(s) in TIDC as on ................
(Enter date of opening of tender) and my offer is lowest respective offer.
Sr. No.
Particular 1 2 3 4 5 & so on
1 Name of work
2 Estimated cost put to tender
3 Tender Amount
4 Date when decision is expected
5 Schedule date of completion
6 Name of Division
7 Name of Circle
signature of Contractor
63
Contractor No of correction Executive Engineer
ANNEX - 10 PROFORMA FOR GIVING INFORMATION OF THE WORKS
COMPLETED / IN HAND
(Use this Proforma separately for each mentioned in annex 1 (a), 1 (b)
Name of Department : Name of Circle : Name of Division :
(Amount in Rs. Lakhs)
1. Name of work :
2 Estimated Cost :
3 Agreement No. :
4 Name of the Contractor :
5 Tender Cost :
6 Date of work order :
7 Stipulated period of completion :
8 Schedule date of completion :
9 No. of Extension(s) granted and
Extended date of completion
:
10 Final date of completion (for
completed work)
:
11 Revised amount of work
(including claims/extra items
arbitration amount if any)
:
12 Cost of work executed (As per
final bill or as on 31-3-2012
:
13 Balance amount of work :
14 Whether final bill paid :
15 Reasons for non completion of
work in Schedule period of
completion.
:
64
Contractor No of correction Executive Engineer
16 Whether any penalties Liquidated
damages imposed and cancelled
(Yes OR No) if yes furnish the
following
:
a. Period and rate fine :
b. Refund of compensation if
any
:
17 Details of work done
Excavation Cum. S.S. H.S.
Embankment Cum.
Concrete Cum
Tendered Quantity
Revised Quantity
Executed Quantity
Balance Quantity
2007-2008
2008-2009
2009-2010
2010-2011
2011-2012
NOTE : 1. All type of gates such as cross regulator gates, head
regulator gates, canal outlet gates etc. shall be added and shown under canal regulation gates column
65
Contractor No of correction Executive Engineer
2. All type of concerting except concrete lining of canal
shall be cumulatively shown under column concrete.
Quantity of concrete lining of canals shall not be
included under this column. 3. All type and diameters of R. C. C. hume pipes, steel
pipes, PVC pipes more than 300 mm. diameter shall
be added under RCC. pipe column.
18 Remarks of the Executive
Engineer about the performance
of the contractor, working style,
quality consciousness, tendency
of claims/ arbitration etc.
:
Place
Date
Executive Engineer
Minor Irrigation Division, Jalgaon
(With name address, Ph. No. & Fax No. )
(Note :- This certificate shall be signed by an officer not below the rank of
Executive Engineer of equivalent in case of other Department and by the Head of
Office in case of Limited Companies and registered Co-Operative Societies or
Organisation)
66
Contractor No of correction Executive Engineer
SECTION - 3 TECHNICAL NOTE 3.0 NAME OF WORK :
Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon :- Constructing
Earth Work & Structures of Main Canal and Distributories of Hatgaon-2
M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.
3.1 INTRODUCTION :
The work consist of earthwork and structure on Hatgaon-2 M. I. Tank,
Tal. Chalisgaon Dist. Jalgaon. The site is situated near Hatgaon Tal.
Chalisgaon .
3.2 CLIMATIC CONDITIONS :
The work site is total hilly range of low rainfall zone. Rainy season
normally starts from 15th June and ends on 15th October. However off
seasonal showers occurs in the area. The annual rainfall in region
normally varies from 500 to 600 mm.
3.3 COMMUNICATIONS :
A. AIRPORT :
Aurangabad is nearest inter state airport which is about 160
km. from site. The nearest international air port is Mumbai
about 430 km. from site which is connected with major cities of
India.
B. RAILWAYS : The nearest railway station is Rohini which is 4 km. from work
site
C. ROADS :
A network of roads is available in the vicinity of work. The sites
are approachable from Chalisgaon and Nandgaon Road.
D. HOTELS/GUEST HOUSE FACILITIES.
Good hotels are available at Chalisgaon and Jalgaon, good
lodging & boarding facilities are available in these cities.
67
Contractor No of correction Executive Engineer
3.4 GENERAL FACILITIES :
a. LABOUR
Chalisgaon and Nandgaon Taluka’s are 30 Km. from site,
some skilled / semi skilled labours can be available from this
area. The area in vicinity of the canal site is hilly area
unskilled labours can be available.
b. HOUSING
No housing facilities are available near work site. Contractor
will have to make his own arrangement for housing required
for labour and supervisory staff.
c. MARKETING FACILITIES
Marketing facilities for day to day needs are available at
Chalisgaon 25 Km. from work site. The bigger marketing
center is Jalgaon located at about 125 km. from work site.
d. WATER SUPPLY
The contractor will have to make his own arrangement for
water supply to his colony for construction activities related
to work.
e. HOSPITAL
Primary Health center is located at Chalisgaon and major
Hospital facilities are available at Jalgaon.
f ELECTRICITY
Electric lines are passing near vicinity of work area. The
electricity can be obtained from M. S. E. B.
h. SUPPLY OF PETROL, DIESEL, LUBRICANTS
Petrol, Diesel, Lubricants are available at Nandgaon which
is situated on Chalisgaon Nandgaon Road and is 4 Km.
away from work site.
68
Contractor No of correction Executive Engineer
3.5 CLIMATE AT SITE
a) Temperature Temperature at the work site
various from 10 0 C to 46 0 C
b) Work season from :- The rainfall normally occurs in
the period
Annual rain fall
15th June to 15th October. The
average rain fall in the area is
500 to 600 mm. However.
Season showers also occurs
3.6 BRIEF DETAILS OF WORKS
The work proposed consists of Constructing Earth Work &
Structures of Main Canal and Distributories of Hatgaon-2 M. I.
Tank, Tal. Chalisgaon Dist. Jalgaon.
69
Contractor No of correction Executive Engineer
3.7
PHYSICAL AND FINANCIAL PROGRAMME.
Year Soft
Strata Cum
Hard Strata Cum
Embankment from
available / borrow
Concrete Cum
Financial requirement in Lakhs
Remarks
2012-2013 12137.64 4247 40957.84 2092.31 223.02
2013-2014 12136.99 4247 40957.84 2092.32 223.02
Total 24274.63 8494 81915.68 4184.65 446.04
70
Contractor No of correction Executive Engineer
3.8 CONSTRUCTION MATERIAL
The Construction Material required for his work is as below
Sr. No. Item Unit Quantity
1 Cement M . T. 1517.94 M. T.
2. Aggregate & rubble M3 7102.69 Cum
3 Sand M3 1902.90 Cum
4 Steel M. T. 43.36 M. T.
The contractor will have to bring his own material for masonry concrete etc.
machinery etc. No. machinery will be made available to the contractor for the said
work. No construction material will be supplied by the department such as
cement, steel, explosive, pipes and fuel etc. to the contractor as Schedule 'A'
material. The contractor will have to investigate thoroughly the quarries for rubble,
sand, aggegate and soil to his satisfaction and has to make his own arrangement
for the above said materials. 3.9 LAND ACQUISITION
The land required for this work is being acquired with the due Land
Acquisition procedure. The land acquisition proposals are under section
52 (A)
71
Contractor No of correction Executive Engineer
SECTION - 4 PROCEDURE AND RULES FOR EVALUATION OF
PREQUALIFICATION OF APPLICATIONS
Constructing earthwork and structures in K. M. No. 1 to 3 of Hatgaon-2
M. I. Tank, Tal. Chalisgaon Dist. Jalgaon of Hatgaon-2 M. I. Tank, Tal.
Chalisgaon Dist. Jalgaon.
4.1 PROCEDURE :
Pre-qualification of tenderers to be done to ensure that final bids for the
work are received from well established contractors with experience
and capacity in designing, planning constructing the earthen dam,
spillway, outlets and other appurtenant works etc. Any applicant, who is
able to satisfactorily establish that he can undertake the work and
complete it within the stipulated time will be able to pre-qualify.
An applicant can earlier be an individual, a proprietary firm, a firm in
partnership, a limited company or corporation or a group of firms known
as Joint Venture. In case of a joint venture the sponsoring firms has to
submit complete information and identify the lead firm. It would be
necessary for the joint venture to establish to the satisfaction of
competent authority of TIDC, that the venture has made practical,
workable and legally enforceable arrangement amongst the parties, that
responsibilities regarding the execution and financial arrangements
have been clearly laid down and assigned that the individual parties to
whom such responsibilities etc. assigned are capable in their individual
capacity to discharge them completely and satisfactorily and also that
the lead firm has necessary skill and capacity to lead the responsibility
and involvement for the entire period of execution as well as leading.
role in control and direction on the resources of the entire joint venture.
The evaluation will be done with the greatest care so good parameters
for an objective evaluation of the application has been established. The
Joint Venture shall not be desolved till the completion of defect liability
period as stipulated in tender conditions and till the liabilities thereof are
liquidated.
72
Contractor No of correction Executive Engineer
The competent Authority from Tapi Irrigation Development Corporation,
Jalgaon shall have the freedom to ask for clarifications and further
related information from the applicants, check references and make
inquiries on prospective tenderers of work.
4.2 RULES 4.2.1 NO EVALUATION WILL BE DONE
As per para 2.13 (i) to (iv)
4.2.1 A. ELIGIBILITY CRITERIA : (As per 1.8.3) The criteria for eligibility is as below :
PART I
I. BID CAPACITY : As per section - 2, para 1.8.3 A
B GENERAL EXPERIENCE : As per section - 2, para 1.8.3 B
C CIVIL ENGINEERING WORKS : As per section - 2, para 1.8.3 (Part II)
NOTE : 1. The quantities for general experience will be calculated from the
certificates of prescribed proforma only (duly signed)
2. Any column dashed only will be considered as negative.
3. For J. V. quantities will be taken as per proportion for single type.
C TURNOVER As a prime contractor he should have minimum annual turnover of Rs.
335 Lakhs (excluding advances such as machinery/ mobilisation etc. )
one over a period of last five years. He should submit certificate that
turnover amount does not include the advances and only advance
received are deducted from the amount.
D WORK OF SIMILAR NATURE As a prime contractor he should have completed one work of a similar
nature and complexity comparable to this work i. e. construction of
canal earth works & structures with appurtenant works be Rs. 335
Lakhs (updated cost).
4.2.2 No correspondence will be entertained in this regard.
4.2.3 DISQUALIFICATION RULE If an applicants is judged to be financially unsound he would be
disqualified.
73
Contractor No of correction Executive Engineer
4.2.4 QUALIFICATION RULE.
Applicants must in order to quality secure at least 70% of grand total on
the basis of rules listed below in 4.2.8
4.2.5 RELAXATION RULE
In case, the number of qualifying applicants is less than three the
Competent Authority may use its discretion to relax the criteria or
minimum qualifying points with the view to qualify at least three
applicants and thus ensure adequate competition in tendering.
4.2.6 A. ADDITIONAL INFORMATION
Necessary information will be collected from the details furnished in
proforma and additional information may be called for at the discretion
of the competent authority.
4.2.6 B. In the applicant is Joint Venture the details regarding the lead firm
which will be. a. In charge of the actual execution of the work.
b. In charge of the Organisation, equipment and machinery etc. on site
and
c. In charge of financial details as regards all payments including
payments for work done, claims etc.
Primarily considered for determining the pre-qualification by
excavation criteria.
Note : In case of Joint venture, the capacity and proportional interest
in the tendered work of the lead firm will be considered subject to
fulfillment of conditions in para 1.2 of section - 1
74
Contractor No of correction Executive Engineer
4.2.7 COMPOSITION OF EVALUATION COMMITTEE. The evaluation committee for pre qualification of the applicant shall be
as below
1. Chief Engineer,
Tapi Irrigation Development Corporation, Jalgaon
Chairman
2. Superintending Engineer,
Jalgaon Irrigation Project Circle, Jalgaon.
Member
3. Superintending Engineer,
Quality Control Circle, Aurangabad
Member
4. Superintending Engineer, (M. D.) Central Design
Organisation, Nasik
Member
5. Executive Engineer,
Minor Irrigation Division, Jalgaon
Member
Secretary
The decision of the committee will be final and binding on applicants.
No correspondence will be entertained in this regard.
List of Staff required for this work.
Sr. No. Particulars Minimum Nos
required
Nos. of Marks
30
1 Project Manager / Project Engineer 1 10
2 Supervisory Tech. staff Diploma
(Civil ) Engr.
2 5
3 Site staff
1) Supervisors
2) Mukadam
4
8
5
5
75
Contractor No of correction Executive Engineer
4.2.8 EVALUATION METHOD AND ALLOCATION OF POINT
Sr. No.
Category Point
1] GENERAL EXPERIENCE : TOTAL POINTS 70
(Ref. of annexes 1 (a),1 (b), 1 (c),4
A Successful experience as prime contractor in completing at
least one contract of similar nature and complexity
comparable to the proposed contract during last Five years.
30
B Execution of quantities of relevant main items in any one
year in last five years.
I. Excavation in Soft Strata 10
II. Excavation in Hard Soft 10
III. Embankment 10
IV. Cement Concrete 10
2] Adequacy of personal capacity (total points 20)
I. Project Manager/ Project Engineer 05
II. Site staff (2 Civil Engineers) 10
III. Supervisory technical site staff 05
3] Equipment Adequacy (Total point 40)
I. Machinery /equipment availability with the contractor
(the list of machinery required for this work is given
in para 4.3 below. (more weightage will be given if
75% of the machinery is owned by the contractor
and will be available readily for this work.
30
II. Equipment planning for this job. 10
4] Financial Capacity (total point 50)
I. Annual Turnover 25
For firms having average annual turnover equal to or
greater than amount shown at section - 2, para 1.8.3 C (For
firms having annual turnover less than amount shown
.
76
Contractor No of correction Executive Engineer
Sr. No. Category Point
at section - 2 para 1.8.3 C point shall be given in linearly
reduced proportion )
II. Bid Capacity
a. If bid capacity is equal to the required value. 05
b. In addition one point for every 100 lakhs above the
required value (maximum upto 4 points)
02
III. Duration of existence of firm.
a. If more than 5 years. 05
b. If more than 3 year 03
c. If more than 2 years 02
IV. Debt/Equity (defined as Debit/Equity)
a. If ratio is up to 1:1 05
b. if ratio is more than 1:1 02
V. Bank Guarantee
a. Without Bank Guarantee 05
b. With Bank Guarantee limit between 60% to 100% 02
VI. Overdrafts
a. If not enjoyed 05
b. If enjoyed 02
5] Other Evaluation Factors (total points 20)
I. Record of completing works in time. No penal action
should be in force
10
II. Quality control arrangements used in previously executed
works particularly in earthen dam.
10
77
Contractor No of correction Executive Engineer
4.3 LIST OF MACHINERY REQUIRED FOR THIS WORK
Sr. No. Particulars Min. Nos.
required
1. Poclain or excavator Ex. 200 (equivalent) 2
2. Poclain Braker 1
3. Dumpers/ Tippers 7.5 ton capacity 10
4. Dozers 2
5. Water Tankers (10,000 liters capacity) 2
6. Road roller (10 Ton) 2
7 Pump sets 3
8. Compressor's 250 CFM 2
9. Concrete mixer 7/10 CFM 4
10 Needle Vibrators 5
11 Weigh batch for cement, sand, metal 1
12. Centering plates. 1000
To pre-qualify the applicant must score at least 70% of grand total.
NOTES :
1. In case of partnership, the yearly turnover relating to the year taken for
calculation will be considered only in proportion of the percentage share
of each party.
2. Superintending Engineer, Jalgaon Irrigation Project Circle, Jalgaon will
open the pre-qualification documents as mentioned in Key Dates. All
the documents said to have been sent by the applicants will be checked
and arranged further for their safe custody till other arrangements are
ordered.
3. The evaluation will be done by the Executive Engineer, Minor Irrigation
Division, Jalgaon and will be approved by the Committee comprising as
stated above. The decision once given by the competent authority shall
be final and binding on the applicant No correspondence will be
entertained in this regard.