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

70
Contractor No. of Corrections. Executive Engineer, 1 CHIEF ENGINEER (S.P.) W.R.D. PUNE EXECUTIVE ENGINEER MHAISAL PUMP HOUSE DIVISION No.2, SANGLI. (Govt. of Maharashtra Undertaking) SUPERINTENDING ENGINEER KRISHNA KOYNA LIFT IRRIGATION PROJECT CIRCLE, SANGLI. Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Canal Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli. PRE-QUALIFICATION DOCUMENTS 2764.56

Transcript of CHIEF ENGINEER (S.P.) W.R.D. PUNE - e...

Page 1: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer,

1

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

EXECUTIVE ENGINEERMHAISAL PUMP HOUSE DIVISION No.2, SANGLI.

(Govt. of Maharashtra Undertaking)

SUPERINTENDING ENGINEER KRISHNA KOYNA LIFT IRRIGATION PROJECT CIRCLE, SANGL I.

Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Canal Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli.

PRE-QUALIFICATION DOCUMENTS

2764.56

Page 2: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer,

2

INDEX Sr. No. Particulars Page No.

Press Tender Notice 5

Detailed Tender Notice. 7

1.00 SECTION 1 : INFORMATION AND INSTRUCTIONS

TO APPLICANTS

9

1.10 General 10

1.20 Method or applying 11

1.26 Manner of submission of pre-qualification docu ments & it’s

accompaniments

13

1.30 Definition 15

1.40 Final decision making authority 15

1.50 Clarification 15

1.60 Particulars provisional 16

1.70 Site visit 16

1.80 Minimum eligibility criteria for Pre-qualifica tion 16

1.90 Evaluation criteria for Pre-qualification 18

ANNEX-A

A. Description of the project 21

B. Status of the project 21

C. Climatic conditions 21

D. Scope of the work 22

1. Details of the work 23

2. Information for obtaining documents. 24

3. Work and site conditions. 25

4. Period of completion and programme of work. 25

5. Other date for statements and proforma. 26

6. Minimum Eligibility Criteria for Pre-qualifi cation 26

7. Composition of Evaluation committee 27

8. Evaluation Procedure and allocation of point s 28

9. List of machinery 32

Page 3: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

3

Sr.No. Particulars. Page No.

Section – II : PREQUALIFICATION INFORMATION 32

Letter of transmittal 33

2.1 Statement -1 Bid Capacity. 34

2.2 Statement -2 Bid Capacity. 36

2.3 Statement -3 37

2.4 (a) Proforma- 1 38

2.4 Proforma- 1(a) 40

2.5 Proforma- 1(b) 42

2.6 Proforma- 1(c ) 44

2.7 Proforma – 2 45

2.8 Proforma – 3 47

2.9 Proforma – 4 49

2.10 Proforma – 4(a) 50

2.11 Proforma – 4(b) 52

2.12 Proforma – 5 53

2.13 Proforma – 6 56

2.14 Proforma – 7 57

2.15 Proforma – 8 58

2.16 Proforma – 9 59

2.17 Proforma – 10 60

2.18 Proforma – 11 61

2.19 Proforma – 12 62

2.20 Proforma – 13 Check list 63

2.21 Proforma – 14 Joint Venture Format. 65

Page 4: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

4

PRESS NOTICE,

TENDER NOTICE

Page 5: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

5

Maharashtra Krishna Valley Development Corporation (Government of Maharashtra Undertaking)

Draft E- Tender Notice No. 8 for 2010-11 Main Portal: http://maharashtra.etenders.in

WRD Portal : http://wrd.maharashtra.etenders.in

Online application for Pre-Qualification of below m entioned work are invited by Maharashtra Krishna Valley Development Corporation from contractors registered in appropriate class with Public Works Department of G overnment of Maharashtra. The Pre-Qualification Documents are available on websit e from 07/01/2011 to 31/01/2011. Sr.No

. Name of Work Estimated

Cost (Rs. Lakhs)

Class of Contractor

Period of Completio

n 1. Construction of Earthwork & Structures

& C.C. Lining of Antral Shinganhalli Dy in Km No. 1 to 13 & Its Minors on Jath Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli.

1572.48 Class I B & Above

30 Months

2. Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Canal Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli.

2764.56 Class I A & Above

30 Months

The Contractors participating first time in eTender ing Bids will have to procure Digital Signature Certificate, Username & Password from com petent authorities as per guideline mentioned on homepage of the website. All requisite information required for the submissi on of Pre-Qualification documents is available in the above said website. If any assistance is required regarding e-Tendering (upload / download) please contact Mr.Nikhil Kulkarni System Integrator (Mob.No. 981965 8559, Phone No. 020-41466666, [email protected])

Sd/- Executive Engineer

Mhaisal Pump House Dn. No.2, Warnali, Vishrambag, Sangli

Ph.No. 0233 – 2302880 E-mail – [email protected]

Page 6: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

6

<Ç-ÊxÉÊ´ÉnùÉ ºÉÚSÉxÉÉ Gò.8 ºÉxÉ 2010-11 ¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉeòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä.

(¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉÉSÉÉ +ÆMÉÒEÞòiÉ ´ªÉ´ÉºÉɪÉ)

Main Portal: http://maharashtra.etenders.in WRD Portal : http://wrd.maharashtra.etenders.in

¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä JÉɱÉÒ±É nù¶ÉÇʴɱÉ䱪ÉÉ EòɨÉɺÉÉ`öÒ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòÉ¨É Ê´É¦ÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ ä̀öEäònùÉ®úÉEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ {ÉÚ́ ÉÇ +½ÇþiÉÉ

ºÉÆSÉ ¨ÉÉMÉÊ´ÉiÉ +ɽäþiÉ. ÊxÉÊ´ÉnùÉ {ÉÚ́ ÉÇ +½ÇþiÉÉ ºÉÆSÉ ´É®úÒ±É ºÉÆEäòiɺlɳýÉ´É®ú ÊnùxÉÉÆEò – 07/01/2011 iÉä 31/01/2011 {ɪÉÈiÉ ={ɱɤvÉ +ɽäþiÉ. +. Gò.

EòɨÉÉSÉä xÉÉÆ´É ÊxÉÊ´ÉnùÉ ®úCEò¨É

¯û{ɪÉä ±ÉIÉ

EæòjÉÉ]õnùÉ®úÉÆSÉÉ xÉÉånùhÉÒ ´ÉMÉÇ

EòÉ¨É {ÉúhÉÇ Eò®úhªÉÉSÉÉ EòɱÉÉ´ÉvÉÒ

1.. EÞò¹hÉÉ EòÉäªÉxÉÉ ={ɺÉÉ ËºÉSÉxÉ |ÉEò±{ÉÉiÉÆMÉÇiÉ ¨½þèºÉɳ ¦ÉÉMÉÉiÉÒ±É VÉiÉ EòɱɴªÉÉ´É®úÒ±É +ÆiÉ®úɳý ˶ÉMÉxɽþ²³ýÒ Ê´ÉiÉÊ®úEòÉ ÊEòò¨ÉÒ Gò. 1 iÉä 13 ´É ±ÉPÉÖ Ê´ÉiÉ®úÒEäòSÉä ¨ÉÉiÉÒEòɨÉ, ¤ÉÉÆvÉEòÉ¨É ´É +ºiÉ®úÒEò®úhÉÉSÉä EòɨÉ.

1572.48 ´ÉMÉÇ 1 ¤É ´É iªÉÉ´É®úÒ±É

30 ¨ÉʽþxÉä

2.. EÞò¹hÉÉ EòÉäªÉxÉÉ ={ɺÉÉ ËºÉSÉxÉ |ÉEò±{ÉÉiÉÆMÉÇiÉ ¨½þèºÉɳ ¦ÉÉMÉÉiÉÒ±É näù´ÉxÉɳý EòɱɴÉÉ ¦ÉÉMÉ-1 ÊEòò.¨ÉÒ. 11 iÉä 28 ¨ÉvÉÒ±É ¨ÉÉiÉÒEòɨÉ, ¤ÉÉÆvÉEòÉ¨É ´É {Éä´½þ®úxÉä +ºiÉ®úÒEò®úhÉÉSÉä EòɨÉ.

2764.56 ´ÉMÉÇ 1 +

´É iªÉÉ´É®úÒ±É 30 ¨ÉʽþxÉä

VÉä ä̀öEäònùÉ®ú {Éʽþ±ªÉÉnùÉSÉ <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉäiÉ +ɽäþiÉ iªÉÉÆxÉÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú Ênù±É䱪ÉÉ ¨ÉÉMÉÇnù¶ÉÇEò iÉi´ÉÉxÉÖºÉÉ®ú |ÉlÉ¨É Êb÷ZÉÒ]õ±É ʺÉMxÉäSÉ®ú, ªÉÖZÉ®ú +ɪÉb÷Ò ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò¯ûxÉ PÉähÉä +ɴɶªÉEòò +ɽäþ. <Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þªªÉiÉÉ +ɴɶªÉEòò +ºÉ±ªÉÉºÉ (b÷É>ðxÉ ±ÉÉäb÷ / +{É ±ÉÉäb÷) iÉ®ú

¸ÉÒ. ÊxÉÊJÉ±É Eöò±ÉE hÉÔ ÊºÉκ]õ¨É <Æ]õÒOÉä]õ®ú (¨ÉÉä¤ÉÉ<Ç±É xÉƤɮú 9819658559, ¢òÉäxÉ xÉÆ. – 020-41466666, [email protected]) ªÉÉÆSªÉɶÉÒ ºÉÆ{ÉEÇò ºÉévÉÉ´Éä . <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉÉ EòɨÉɺÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ ¨ÉÉʽþiÉÒ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ={ɱɤvÉ +ɽäþ.

ºÉ½þÒ/- EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ,

¨½èþºÉɳý {ÉÆ{ÉMÉÞ½þ ʴɦÉÉMÉ Gò.2, ºÉÉÆMɱÉÒ.

Ph.No. 0233 – 2302880 E-mail – [email protected]

Page 7: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

7

MAHARASHTRA KRISHNA VALLEY DEVELOPMENT CORPORATION, PUNE

DETAILED TENDER NOTICE NO. 08 FOR 2010-11

CIRCLE :- Krishna Koyna Lift Irrigation Project Cir cle, Sangli DIVISION :- Mhaisal Pump House Division No.2, San gli.

1. Online digitally signed application for Pre-Qual ification / Tender for the following works are invited by the Executive Engineer, Mhaisa l Pump House Division No.2, Sangli, from the contractors registered with Public Works Department, Govt. of Maharashtra in appropriate class.

Sr, No

.

Name of work Estimated cost put to tender

(Rs. Lakh)

Earnest Money

Deposit (Rs.

Lakh)

Time limit for

completion

Cost of blank tender

form (Rs.)

Class of Registration

1 Construction of Earthwork & Structures & C.C. Lining of Antral Shinganhalli Dy in Km No. 1 to 13 & Its Minors on Jath Canal of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli.

1572.48 15.73 30 Months 25000/- Class I B & Above

2. Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Canal Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli.

2764.56 27.65 30 Months 25000/- Class I A & Above

2. The forms of Pre-qualification documents are ava ilable on the eTendering website of

Govt. of Maharashtra http://wrd.maharashtra.etenders.in. The aspiring Bidders will have to download Pre-qualification form, from the website m entioned above. While submitting the dully filled Pre-qualification Documents the Bi dder are required to Deposit Rs.5000/- (Rs.Five Thousand only) in any form in the name of Executive Engineer, Mhaisal Pump House Division No-2, Sangli on account No. 1003712010000506 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit of such amount should be uploaded. Those contractors whose Pre-qua lification Form Fee amount is not reflected in the I.D.B.I. Bank at Sangli Branch account No 1003712010000506 will not be evaluated further. Pre-qualification Document s will be available from 07.01.2011 to 31.01.2011 for downloading. The bidder has to fill in online f ormat and upload information regarding Bid Capacity online. Also he has to download the Pre-qualification application form from website, fill i t and upload the scanned copy of duly filled form, alongwith required documents. The last date of submission duly filled Pre-qualification Documents is on or before 03.02.2011 upto 12.00 hrs on website. Online opening of Pre-qualification documents will be done on 03.02.2011 at 15.00 hrs if possible. The results of Pre-qualification will be available on website and also will be communicated to the successful bidders by email.

Page 8: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

8

3. The blank tender forms will have to be downloade d by the Pre-qualified contractor only from the website of Govt. of Maharashtra http://wrd.maharashtra.etenders.in under “Tender Purchase” from 08.02.2011 to 22.02.2011 While submitting the dully filled Tender Documents the Bidder are required to Deposit Tender fee amount in any form in the name of Executive Engineer, Mhaisal Pump Hou se Division No. 2, Sangli on account No. 1003712010000506 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uplo aded. Those contractor whose Blank Tender Document Form Fee amount is not refle cted in the I.D.B.I Bank at Sangli Branch account No 1003712010000506 there envelop No .2 will not be opened.

4. The contractor has to prepare & submit Pre-quali fication Document online on or before

schedule date and again submit (encryption / decryp tion) on schedule period. The

same procedure should be repeated for Tender docume nt.

5. Pre-Tender conference will be held on 15.02.2011 at 13.00 hrs. in the office of the

Chief Engineer (S.P.) Water Resources Department, Sinchan Bhavan , Barne Road,

Pune-11.

6. Duly filled online tender from will be accepted on or before 25.02.2011 at 12.00 Hrs.

on http://wrd.maharashtra.etenders.in

7. E-Opening of tender forms will be done on 25.02.2011 at 15.00 hrs if possible..

8 The contractor should upload the documents in rea dable form, He should take trial of

uploads by taking printout. The unreadable document s will be treated as null & void.

The remaining documents will be evaluated. The deci sion of opening Authority

regarding this will be bind to all contractors.

9. All rights are reserved to reject any or all Pre-qualification documents without assigning

any reason by the competent authority.

10. If any assistance is required regarding e-Tende ring (upload / download) please contact

Mr.Nikhil Kulkarni System Integrator (Mob.No. 9819658 559, Phone No. 020-41466666, [email protected])

Executive Engineer Mhaisal Pump House Dn. No.2,

Warnali, Vishrambag, Sangli Ph.No. 0233 – 2302880

E-mail – [email protected]

Page 9: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

9

SECTION-I

INFORMATION AND

INSTRUCTION TO THE

ALLPICANTS

Page 10: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

10

SECTION – 1

1.00 INFORMATION AND INSTRUCTIONS TO APPLICANTS :

1.10 GENERAL :

“Corporation” shall mean the ‘Maharashtra Krishna Valley Development Corporation,

Pune, acting through its Executive Director, as def ined in Maharashtra Act XV of 1996.

Maharashtra Krishna Valley Development Corporation , Pune is a body corporate

constituted under the Maharashtra Act XV of 1996 an d has been established by the

notification published in the Gazette Irrigation De partment dated 4/4/1996. The head

quarters of the Maharashtra Krishna Valley Developm ent Corporation (MKVDC, Pune or

MKVDC for short and hereinafter referred to only as Corporation) is Pune. The official

postal address for correspondence is –

The Office of the Executive Director,

Maharashtra Krishna Valley Development Corporation,

Sinchan Bhavan, Barne Road,

Mangalwar Peth, PUNE – 411 011.

GENERAL INFORMATION

The functions & powers of the Corporation have be en listed in the Maharashtra Act XV

of 1996. In general, it has been entrusted with the work of investigation, planning,

designing of projects, maintenance of completed pro jects, construction of projects and

irrigation management of the Major, Medium and Mino r projects (command area more

than 250 Ha) in the Krishna River Basin.

1.11 The online tenders in B-1 forms are invited by the Corporation from the registered

contractors with PWD. (GOM) for the work, details o f which are given in Annex-A of this

section. Before issue of main tender documents, the online Pre-qualification application

are invited from the contractors.

1.12 The Contractor should download Prequalificatio n Document from the website.

1.13 The online forms of master filter should be fi lled in completely and all questions should

be answered. All information requested for in the e nclosed 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’ re ply will be treated as incomplete

information. All applicants are cautioned that inco mplete information in the application or

any change(s) made in the prescribed forms will ren der application to be treated as non-

responsive.

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

the scanned copy.

Page 11: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

11

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

shall be numbered and should be submitted as packag e with a signed letter of

transmittal.

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

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

1.18 The applicant is encouraged to attach any addi tional information, (Photographs of works which were already carried out which he thinks nece ssary in regards to his capabilities). No further information will be entertained after su bmission of pre-qualification documents unless it is requested by the Maharashtra Krishna V alley Development Corporation, Pune, (hereinafter referred to as MKVDC or Corporat ion).

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

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

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

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

1.20 METHOD OF APPLYING.

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

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

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

Page 12: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

12

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

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

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

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

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

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

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

iv) The Joint Venture partnership shall not be diss olved 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 fir m shall not be less than 60% and the percentage share of each other firm in Joint Ventur e partnership deed shall not be less than 20%. All the firms should be enrolled in the l ist of GOM (PWD Registered Contractor).

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

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

Page 13: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

13

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

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

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

xi) Separate information in respect of each firm (e ntered into Joint Venture) should be submitted in Proforma 1 to 14.

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

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

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

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

1.26 MANNER OF SUBMISSION OF PRE-QUALIFICATION & IT S ACCOMPANIMENT.

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

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

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

Page 14: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

14

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

ii) The Balance Sheet of last 5 years duly certifie d by the Chartered Accountant.

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

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

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

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

The contractor shall have to attach the documentar y proof in respect of machinery owned by him as below. i) R.T.O. Registration

ii) Certificate of Taxation

iii) Goods carriage permit in from P-GD C ( see rul e 72 (i) V )

iv) Certificate of fitness in form 38 ( see rule 6 2 (i) 7 )

In the case of non passing of machinery by R.T.O (b eing new machinery) the

manufacturers sale certificate shall be produce . I n case of second hand machinery the

purchase document with proof of payment and balance sheets certificate by the Chartered

Accountant shall be produced .In lieu of the certif icate Chartered Accountant a certificate

from a scheduled Bank of having financed the machin ery will be acceptable.

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

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

viii) Details of the works completed by the co ntractor certificate from the head of the Office

under whom the works are completed should be enclos ed. In Proforma 1(a),1(b),1(c)

ix) Details of the works tendered form in profor ma - 7 and works in hand with the contractor

in proforma - 1(a) & (b) along with the value of w ork unfinished on the last date of

submission of the tender. the certificates from the head of the Office under Whom the

works are in progress should be enclosed in profor ma –1(b) . The performance of the

contractor should be satisfactory.

x) Power of Attorney

xi) Professional tax clearance.

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

Page 15: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

15

the last five years in proforma 1(c).

xiii) Employees provident fund registration and its clearance.

All documents required to be su bmitted with Prequalification document shall be att ested

by Gazetted Officer and if required , original copi es shall be made available for

verification.

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

of Maharashtra http://wrd.maharashtra.etenders.in. The aspiring Bidders will have to

download Pre-qualification form from the website me ntioned above. While submitting the

dully filled Pre-qualification Documents the Bidder s are required to Deposit Rs.5000/-

(Rs. Five Thousand only) in any form in the name of Executive Engineer, Mhaisal

Pump House Division No-2, Sangli on account No. 100 3712010000506 in the I.D.B.I

Bank at Sangli Branch . The Scanned copy of Proof of Deposit of such amou nt should

be uploaded.

1.30 DEFINITIONS :

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

meaning hereby assigned to them.

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

Barne Road, Mangalwar Peth, Pune-411 011.

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

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

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

1.40 FINAL DECISION MAKING AUTHORITY

The Committee headed by Chief Engineer (S.P.) , Wa ter Resources Department, Pune-11, reserves right to accept or reject any or all t he applications for pre-qualification without assigning any reasons thereof and his decision will be final.

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

Engineer, Mhaisal Pump House Division No.2, Sangli, Tel. No. 0233 – 2302880 or

from the Superintending Engineer, Krishna Koyna Lif t Irrigation Project Circle,

Sangli ( Tel. : 0233 – 2302526 ) Mentioned in Annex –A para 2.1, 2.50 its binding o n

applicant contractor to produce the certification / original of any document enclosed in

Pre—qualification document date & time specified By S. E./ E.E. its tails to produce the

clarification/ document as requested by S.E. / E.E. in that case his Pre-qualification

document will not be evaluated and will be rejected .

Page 16: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

16

1.60 PARTICULARS PROVISIONAL :

The particulars of the proposed works given in Ann ex-A to this section is provisional and

must be considered only as advance information to a ssist applicants. The accuracy of the

particulars is not guaranteed in any form and this pre-qualification document or the Model.

Tender Provision shall not form part of any contrac t which may subsequently be entered

into tender document.

1.70 SITE VISIT :

The work site can be inspected by the applicant, i f he so desires, by prior appointment with

Executive Engineer, Mhaisal Pump House Division No. 2, Sangli.

1.80 MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICA TION

The applicant must be well-established contractor with experience and capability in

construction of work similar to the work given in t his documents. The applicant applying for

pre-qualification must provide evidence of having a dequate experience in modern

technology in carrying out similar works having mai n items as mentioned in Para 6.1 (a)

Experience of the prime and sub contractors approve d by the owner shall be only

considered for pre-qualification. In such a case sh are of the experience of the prime and

sub contractor shall be counted in the proportion a s stated in the agreement of subletting

or joint venture in absence of stipulation of shari ng of experience in the agreement the

experience shall be taken in proportion of 80:20 fo r prime and sub contractors

respectively. In case the subletting joint venture is not approved by the owner the

experience of the work shall be considered that of prime contractor. In order to assess the

experience and capability of contractor for executi on of work under consideration, a

minimum criteria has been specified. This minimum c riteria is judged from the past

experience of the contractor. The applicant bidder, as a prime contractor/sub contractor

should have adequate bid capacity, executed the qua ntities of main items (as stated in

Annex-A) in during the period of last five years. T he other requirements such as that

of turnover and that of execution of similar work i s also stated in Para 6 of Annex-A.

The applicant should have minimum 50% equipment of the requirement as indicated in

Para-9 of Annex-A in his ownership & remaining equi pment on hire agreement ( to be

provided by necessary documents).

Only those applicants, who satisfy the minimum crit eria of eligibility, be evaluated for pre

-qualification. A evaluation committee appointed fo r this will approve the evaluation. The

decision of the evaluation committee will be final and binding on applicant. No

correspondence will be entertained in this regard. Only the firm /contractors who become

successfully Pre-qualified will be informed by emai l by the system automatically and Pre-

qualified contractors will be eligible for getting tender documents.

Page 17: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

17

ELIGIBILITY CRITERIA :

The formula for evaluation of bid capacity is –

Bid capacity = ( A x N x 2 ) - B

Where,

A = Maximum value of Civil Engineering Works execut ed in any one year during the

period of last five years ( updated to the Price Le vel, of the year in which the tenders are

opened ) which will take into account the completed and ongoing works.

The maximum value of Civil Engineering works (A) e xecuted in a year shall be minimum of

following :

1. Ascertained from the certificates from Executive Engineer in case of Government and

Semi – Government and from the head of offices in c ase of limited companies and

Registered Co-Op. Societies or Organizations. The i nformation is to be submitted in pro

forma 1(a) and 1(b) as enclosed in section- II for completed & ongoing works respectively.

Information given in any other format than prescrib ed shall not be taken into account for

calculating value of “A”

2. Ascertained from total contract amount received in a year as stated in Sr. No. 5 (C), in

Income Tax Clearance certificate and in absence of this Contractor shall submit balance

sheets of last 5 years duly certified by the Charte red Accountant.

The submission of information in (1) and (2) above is obligatory. In case of non submission

of any one or both, it shall be concluded that cont ractor does not have adequate bid –

capacity and shall not be considered for pre – qual ification.

B = Value of existing commitments and works (ongoing ) (updated to price level of the year

in which the tenders are opened) to be completed in the period stipulated for completion of

work of the present tender. (All certificates shoul d be countersigned by the Engineer-in-

charge not below the rank of Executive Engineer of the concerned Department).

The value of B shall be ascertained from the certi ficate as prescribed in proforma 1(b) and

stated in statement No.2 enclosed in Section-II.

N = Number of years prescribed for completion of the work for which the bid is invited as

stated in Annex – A Para. 4.1.

N=1

Only those applicants who satisfy the minimum crit eria as stated in para- 6.2 of Annex – A

will be evaluated for pre-qualification.

Page 18: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

18

1.91 EVALUATION CRITERIA FOR PRE -QUALIFICATION :

A) Pre-qualification of prospective tenders is to be done to ensure that final

bids for the work are received from well establishe d 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 abl e to get pre-qualified.

The Evaluation for pre-qualification of the applica nts shall be approved by

a committee as mentioned in Para-7 of Annex-A

The evaluation committee shall have freedom to ask f or clarifications and

further related information from the applicants, ch eck references and

make inquiries in respect of works of prospective t ender.

B) The evaluation authority will evaluate the submi tted pre-qualification

information by scoring evaluation method for the wo rk costing more than

Rs.15 crores, once the applicant gets through the M inimum Eligibility

Criteria. In order to get pre-qualified, the applic ant bidder must score at

least 60% (sixty percent) points in first four cate gories given below and

70% (seventy percent) points in overall. The pre-qu alification shall be

decided on the basis of satisfying the minimum elig ibility criteria and score

evaluation method. The allotted score for the vario us information

submitted by the contractor is as below.

S.No Particulars Points

a) General Experience & Similar Type of Work 50

b) Financial Strength 50

c) Equipment Adequacy 50

d) Adequacy of Personnel Capability 30

e) Quality control arrangements by the applicant. 20

Total 200

C ) The evaluation will be done from the informatio n submitted by the bidder.

The various formats for giving information are give n in Section II, Bidder is

expected to go through these formats carefully and submit the information

properly.

Page 19: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

19

D) The pre qualification information booklet shou ld be Indexed and paged.

The evaluation for pre qualification is to be done for the eligible applicants

who satisfy minimum criteria. It will be therefore advisable that applicant

gives a short note (please refer proforma 6 of sect ion II) explaining how

he is eligible and fulfills the criteria by giving references of the information

given in booklet.

E) The evaluation procedure and allocation of poi nts is as stated in Para 8 of

Annex A. The evaluation will be done with greatest care by allocating

points under various heads to help to judge the ove rall capability and

fitness of the applicants.

F) The contractor, if the work is awarded to them, will have to provide

adequate quality control testing laboratory.

1.92 If an applicant is judged to be financially unsoun d, he would be disqualified.

1.93 In case the number of qualifying applications are less than three, the committee

may use its discretion to relax the appropriate cri teria with a view to qualify atleast

three applicants and thus ensure adequate competiti on in tendering.

1.94 Necessary information will be collected from the details furnished in Performa and

additional information may be called for at the disc retion of the Committee.

1.95 In case of Joint Venture partnership or a part nership the yearly turnover to bid

capacity and quantities of main items executed of p rime and sub contractors shall

be added together for determining the minimum crite ria of bid capacity. No

addition is however permitted for working out the m inimum cost of similar type of

work executed.

1.96 The decision of the evaluation committee will be final and binding on the

applicant. No correspondence will be entertained in this regard. Only the firm/

Contractors who become successfully pre-qualified wi ll be informed by registered

post or by telegraphically or by telephone by Executive Engineer, Mhaisal

Pump House Division No.2 Sangli and pre-qualified contractors will be eligible

for getting tender documents.

Page 20: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

20

1.97 NO EVALUATION WILL BE DONE -

i. If the information given in Section -II, Profor ma -1 to 13 and statement

1,2 & 3 is incomplete / misleading/ false and suc h application shall be

considered as non responsive will not be considered for eligibili ty.

ii. If the record of poor performance such as aband oning work, not properly

completing contract, inordinate delays in completio n and financial failure,

is noticed .

III. If the applicant does not fulfill the criteria for eligibility laid down in Para 6

of Annex-A.

iv. If the applicant fails to submit copies of docu ments attested by Gazetted

officer.

v. If the applicant fails to submit any of the foll owing documents / certificates.

a. Maharashtra Sale tax registration / Value Added Tax certificate

under Works Contract tax act.

b. Professional tax certificate

c. Documentary proof of plant and equipment owned b y applicant as

mentioned proforma 4 (A)

d. Copy of valid registration with P.W.D ( GOM).

vi) If not presented neatly & in readable manner.

vii) Contractor shall required to produce all origi nal documents of PQ

documents when asked to do so. If he fails to produ ce original documents

on specified date, in this case PQ documents submit ted by the contractor

shall be recorded and not considered for further ev aluation.

viii) If applicant does not submit information in t he prescribed format.

ix) If the applicant does not submit PQ document proper ly as per procedure

given in para 1.20 Page No. 10 ( Method of applying )

Page 21: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

21

ANNEX – A

TO SECTION I - DETAILED TENDER NOTICE, INFORMATION AND

INSTRUCTIONS

A) DESCRIPTION OF THE PROJECT :

Krishna Koyna Lift Irrigation Project is administr atively approved by MKVDC

under letter No.MKVDC/Third Revised/201/(488-2001) /RAP/MP-6/720 dated

22 Jan. 2004. for Rs. 1982.81 Crores.

The project consists of two parts namely Mhaisal Pa rt and Takari Part. In this

project work includes Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Cana l Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist S angli It covers of

irrigation in Jath Taluka. After completion of this canal 1075 Ha. Area (I.C.A.)

will be under irrigation.

B) STATUS OF THE PROJECT : The present work starts from Km No. 10 of Devanal Canal Part-I

This is major ongoing project namely Krishna Koyna Lift Irrigation Scheme

having two parts viz. Takari and Mhaisal Part. Ther e are six stages of pump

houses under Mhaisal part, out of which the work of stages 1 to 5 are in

progress. The link canal namely Arag, Bedag, Salaga re, Kavathemahankal

are completed. The branch canals namely Kalambi, Kh anderajuri, Salagare

are in progress.

C) CLIMATIC CONDITIONS :

The worksite is situated at an elevation ranging f rom R.L.650 to 700M. above

M.S.L. The average rainfall in this area is 500 mm. o f erratic nature. The rainy

season normally commences in June and lasts up to O ctober. A few periodic

pre-mansoon showers and post monsoon showers with h igh velocity winds

however cannot be ruled out and some of these can b e quite heavy.

Atmosphere in other seasons normally remains dry. T he temperature varies

from minimum 32oC in winter to maximum 42 oC in summer.

Page 22: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

22

D) SCOPE OF THE WORK :

The work consist construction of entirely in Tal. Jath, Dist. Sangli. The work

involves execution of Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Cana l Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist S angli.

1) Excavation 428.79 T. cum

2) Embankment . 176.37 T.cum.

3) Concrete (all grade) 15.33 T.cum.

4) Steel (Structural / Reinforcement) 521.05 MT

5)

6)

C.C. lining 141.55 TSqm

Masonry (all types) 14.34 Tcum

The work under this contract includes following pri nciple features

E) INFORMATION ABOUT WORK SITE:

The information on following points is given in thi s Annex.

1) Location of work : Dafalapur Village

2) Nearest Railway Station : Dhalgaon .which is 15 kms away.

3) Roads : Approachable by all weather roads.

4) Telephone & Telegram facility : At Dafalapur which is 1.00 kms away.

5) Petrol & Diesel pumps : Dafalapur which is 1.00 kms away.

6) Land Acquisition: Under Progress .

Page 23: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

23

1. DETAILS OF WORK: 1.1 Name of work

Construction of Earthwork & Structures & C.C. Lining with Paver in Km No. 11 to 28 of Devnal Canal Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli.

1.2 Estimated Cost Rs. 2764.56 lakhs 1.3 Earnest Money (EMD)

Rs. 27.65 lakh The Bidder are required to Deposit in

any form in the name of Executive Engineer, Mhaisal Pump

House Division No-2, Sangli on account No.

1003712010000506 in the I.D.B.I Bank at Sangli Bran ch.

The Scanned copy of Proof of Deposit such amount sh ould

be uploaded. Those contractor whose EMD amount is n ot

reflected in the I.D.B.I Bank at Sangli Branch acco unt No

1003712010000506 their tender document envelope No 2

will not be opened.

OR

1) The Bidder are required to Deposit Rs. 15.00 lakh on account of EMD in any form in the name of Executive Engineer, Mhaisal Pump House Division No-2, Sangli on account No. 1003712010000506 in the I.D.B.I Bank at Sangli Branch. The Scanned copy of Proof of Deposit such amount should be uploaded. Those contractor whose EMD amount is not reflected in the I.D.B.I Bank at Sangli Branch account No 1003712010000506 their tender document envelope No 2 will not be opened.

2) Rs.12.65 lakhs in form of irrevocable Bank Guarantee of any Nationalized Bank or Scheduled Bank Branch situated in State of Maharashtra and valid for minimum 90 days The Scanned copy of Bank Guarantee should be upload with tender form.

1.3.1 Additional E.M.D. As per 9(i)b of Detailed Tender No tice 1.4 Security Deposit

a) Initial 2.5 %

Rs. 138.25 Lakhs .

Rs. 69.12 Lakhs in the form of DD or

(a) Rs. 30.00 Lakhs in form of D.D. and

(b) Balance Amount of Rs. 39.12 Lakhs in form of irrevocable Bank Guarantee (BG), Any Scheduled / Nationalized Bank Branch situated in State of Maharashtra.

b) R.A. bills 2.5%

(at the rate of 5%)

Rs. 69.13 Lakhs

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

1.5 Date, Time and Place of Pre-bid conference

15.02.2011 at 13.00 Hrs .

Chief Engineer (S.P.), Water Resources Department,

Sinchan Bhavan, Pune-11. 1.6 Class of contractor Class 1 A and above

1.7 Period of completion of work 30 Calendar months ( including monsoon )

Page 24: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

24

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

ITS SUBMISSION.

2.1 Name and address of the Executive

Engineer in-charge of the work issuing

tender papers / pre-qualification

documents and in whose name Earnest

Money and Security Deposit is to be

pledged.

Executive Engineer,

Mhaisal Pump House Division No.2,

Warnali, Vishrambag,

Sangli-416 415

2.2 Period of availability of application

forms for Pre-qualification document on

web site.

07.01.2011 to 31.01.2011

2.3 Cost of application form of pre-

qualification document.

Rs. 5000/-

2.4 Time and Date of online submission of

pre-qualification documents.

On or before 03.02.2011 upto 12.00 Hrs

2.5 Name and address of the officer

opening pre-qualification documents.

Superintending Engineer,

Krishna Koyna Lift Irrigation Project Cir cle,

Warnali, Vishrambag, Sangli-416 415.

2.6 Time and Date of opening of pre-

qualification documents. 03.02.2011 at 15.00 hrs if possible.

2.7 Period of availability of blank tender

form on web site (only for Prequalified

Bidders)

08.02.2011 to 22.0 2.2011

2.8 Cost of blank tender forms. Rs. 25000/-

2.9 Date, Time & Place of Pre-tender

conference

15.02.2011 at 13 .00 Hrs .

Chief Engineer (S.P.), Water Resources

Department, Sinchan Bhavan, Pune-11.

2.10 Time and last date of online submission

tender document.

On or before 25.02.2011 upto 12.00 Hrs

2.11 Name and address of the officer

opening the tender documents.

Superintending Engineer,

Krishna Koyna Lift Irrigation Project

Circle,Warnali,Vishrambag,Sangli-416415

2.12 Time and date of opening of tender. 25.02.2011 at 15.00 Hrs if possible.

2.13 The name of authority for accepting the

tender.

Chief Engineer (S.P.),

Water Resources Department,

Sinchan Bhavan, Pune-11.

Page 25: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

25

3.0 WORK AND SITE CONDITIONS :

3.1 Location About 70 Km. from District place Sangli.

About 16 Km. from Taluka Place Jath

About 1 Km. from nearest village Dafalapur

3.2 Nearest railway Station. Miraj 65 Km.

3.3 Nearest Airport. Kolhapur 120 Kms. Away.

3.4 Roads. Approachable by all weather roads.

3.5 Nearest Telephone and Telegraph

facility.

At Dafalapur which is 1.00 Kms. Away from

the site.

3.6 Nearest Petrol and Diesel pump. At Dafalapur which is 1.00 Kms. Away from

the site.

3.7 Position of land acquisition. Land acquisition proposals are yet to be

done.

3.8 Position of funds. Funds are available with MKV DC

4.0 PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME

4.1 Period of completion : 30 Calendar months ( Two & 1/2 year)

(Including monsoon)

4.2 Construction programme of major items to be exe cuted.

Year Excavation

(Tcum)

Embankment

(Tcum)

Concrete

(all grade)

(Tcum)

C.C.

lining

(Tcum)

Steel

MT

Masonry

(Tcum)

Amt in

lakh

1st Year 260 106 4.80 - 150 - 1018

2nd Year 168 70 9.05 70 300 12 1360

3rd Year - - 1.48 71 71 2.34 386.56

Page 26: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

26

5.0 OTHER DATE FOR FILLING STATEMENTS/PROFORMA-1 (a ), 1(b), 1(c)

5.1 Date for calculating balance cost of the work

in hand of in proforma 1 (b)

:

31.03.2010

5.2 The period for calculation of value the work in

the hand of the bidder which he has to

complete vide proforma -1 (b)

: 1.3.2011 to 31.8.2013

5.3 Items for which information about quantities

executed for use in proforma (1A, 1B & 1C)

: 1) Excavation

2) Embankment

3) Concrete (all grades)

4) Construction of C.C. lining

5) Steel 6) Masonry (all types)

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

Present Year 2010-11

Next Year 2011-12

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

category of class with competent authority (Like re gistration with PWD/ the

registration with registrar of firms/partnership de ed etc.)

5.6 Contractor shall produce certificate from Char tered Accountant in support of

present Debt equity ratio, Bank Guarantee, Overdraf ts along with its calculation

sheet.

6.0 MINIMUM ELIGIBILITY CRITERIA FOR PRE-QUALIFICA TION

The applicant shall meet the following minimum crit eria. Only those applicants who

satisfy the minimum criteria of eligibility as stat ed below will be qualified, and will be

further evaluated.

6.1 EXPERIENCE OF WORK EXECUTION

a) GENERAL EXPERIENCE

The contractor should have executed prescribed mini mum quantity of following

main items of work during last five years on all wo rks taken together.

Year No Year

V th 2005-2006

IV th 2006-2007

III rd 2007-2008

II nd 2008-2009

I st 2009-2010

Page 27: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

27

I. Excavation : 257 Tcum.

II. Embankment : 106 Tcum

III Concrete (all grades) : 9 Tcum.

IV C.C. lining : 85.00 T sqm

V

VI

Steel.

Masonry (all types)

:

:

312.60 M.T.

8.60 Tcum

6.2 BID CAPACITY

a) The required bid capacity for this work is Rs. 2765 Lakhs .

6.3 ANNUAL TURNOVER

The applicant bidder should have attained maximum a nnual turnover (excluding

advance such as machinery/ mobilization advances et c.) in one year over a period

last 5 years not less than Rs. 1106 lakhs.

6.4 EXPERIENCE OF SIMILAR TYPE OF WORK

The contractor should have successfully completed a t least one similar type of work

on a single contract having similar nature & comple xity having cost not less than

Rs.1106 lakhs & having executed main items of work such as Excav ation,

Embankment, C. C. lining and Steel etc.

7.0 COMPOSITION OF THE EVALUATION COMMITTEE

The Evaluation Committee for pre qualification shal l be as below.

1. Chief Engineer (SP),

Water Resources Dept., Pune.

Chairman.

2. Chief Engineer (WR)

Water Resources Dept., Pune.

Member.

3. Superintending Engineer,

Krishna Koyna Lift Irrigation Project Circle, Sangl i

Member.

4. Superintending Engineer,

I. R. D. Pune.

Member.

5. Superintending Engineer,

C.D.O. (P.H) Nasik

Member.

6. Executive Engineer,

Mhaisal Pump House Division No.2, Sangli.

Member Secretary.

The committee shall have freedom to ask for clarifi cations and further related

information form the applicants, check references a nd makes Inquiries in respect of

works of prospective tenders.

Page 28: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

28

8.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS

The evaluation committee will evaluate further the P re-qualification Documents of

the tenderers who have passed the minimum eligibili ty criteria as per Para 6.0 of

Annex-A of the Section by allocation points for Par ticulars ( a to e ) tabulated in

Para 1.91(B) on Page -18 in following manner.

8.1(a) General Experience :- (Total 25 points)

Sr.

No.

Item of Work Unit Quantity

Maximum

points

1 Excavation Tcum 257 5

2. Embankment Tcum 106 4

3 Concrete (All Grades) Tcum 9 3

4 C.C. Lining Tcum 85 7

5 Steel (structural / Reinforcement) MT 312.60 3

6 Masonry (all types) Tcum 8.60 3

(b) Successful experience of contractor in co mpletion of at least one similar work

( Total 25 Points)

Sr. No. Particulars Maximum points

8.1.(b) The applicant bidder should have successful ly completed similar

type of work in a single tender of Earthwork, Struc ture & lining

work having Cost not less than Rs. 1106 lakhs

25

8.2 Financial Strength Total 5 0 Points

Sr.No. Particulars Max Point

1 Annual Turnover (Total 10 Points )

For firms having average annual turnover Equal to o r greater than amount

shown at 6.3 Annex-A

10

2 Bid Capacity ( Total 9 Points ) ( Annex-A, para 6 .2)

If bid capacity is equal to the required value = 5 Points

In addition 1 point for every 2 Crores above the re quired value

(Maximum upto 4 points)

10

3 Duration of existence of firm (Total 10 Points )

a) If more than 5 years = 6 Points

b) If more than 3 years but less than 5 years = 8 Points

c) If more than 2 years but less than 3 years = 6 Points

10

4 Debt/Equity (defined as Debt/Equity) (Total 4 Poi nts )

a) If ratio is upto 1:1 = 7 Points

7

Page 29: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

29

b) If ratio is more than 1:1= 5 Point

5 Bank Guarantee (Total 4 Points )

a) Without Bank Guarantee = 7 Points

b) With Bank Guarantee = 4 Points

7

6 Overdrafts (Total 1 Points )

a) If not enjoyed = 6 Point

b) If enjoyed = 4 Point

6

Total 50

8.3 Equipment Adequacy:-

Points will be awarded on the basis of machinery ow ned by the contractor.

Documentary proof of machinery / equipments owned b y the contractor is

necessary. (minimum requirement as shown in Para 9.0 of Annex-A)

Total 50 Points

Sr.No. Equipment Type Minimum Nos.

required

Max Point

i) Excavators 10 6

ii) Trucks 2 2

iii) Tipper 50 3

iv) Water tanker 8 2

vi) Plate Vibrator 6 1

Vii) Roller vibrator 3 2

vii) Generator sets 6 2

viii) Welding machine 2 1

ix) Pump sets 8 1

x) Concrete automatic batching plant /

Self loading batching plant cum

transit mixer (15 cum/hr)

3 10

xi) Transit mixer 12 10

xii) Concrete lining paver 3 10

Total 50

i) Out of total minimum machinery required for this work as shown in Para-9 of

Annex-A contractor should have at least 50% of mach inery of his own.

Page 30: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

30

8.4 Adequacy of Personnel Capacity Total 30 Points

8.5 Other Evaluation factors- Total 20 points as below

8.5.1 Adequacy of personnel capacity & equipments ( for Quality control &

Quality Assurance of works.)

8.5.1 (a) Man Power (Total 8 points )

Sr.No. Particulars Min. Nos. required Marks

1. Quality Control

Engineer (Graduate with 1

year or D.C.E. with 3 years

experience in testing for Q.A)

1 (Depends on work

scope)

5

2. Laboratory Assistant

(ITI Certified course and 1 year

experience)

2-4 Nos

/ Lab Depending on

quantum of work)

3

3. Laboratory Attendants As per requirements

Total 8

8.4.1 a) Project Manager/Project Engineer

Project Manager With 5 years experience = 4 Point s

Project Engineer B.E. Civil, With 5 years experi ence = 6 Points

( Atleast one is compulsory)

10

8.4.2 b) Site staff as below

Site Engineer - B.E. Civil - 4 Nos. = 5 Point s

Site Engineer – D.C.E. - 4 Nos. = 5 Points

10

8.4.3 Supervisory Technical Staff – 5 Nos. 10

Total 30

Page 31: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

31

8.5.1 (b) Equipments for Testing (Total 12 poi nts)

Note - 1) If the required manpower and equipments are not readily available, the

contractor shall give the commitment to comply the requirement prior to start

of work. Then only the bidder should be considered as qualified for the work.

2) The bidder should submit the performance certific ate of having been quality

assurance setup deployed in pervious similar nature of work.

3) The graduate Engineer should have experience wo rk of quality assurance

work for minimum one year of the diploma holder sho uld have experience

work of quality assurance work of minimum three yea rs .

4) The Laboratory Assistant should have passed ITI certificate course (eg. Civil

Draftsman, Surveyor, Building Supervisors or Archit ectural Draftsman) with

one year experience.

.

Sr.No. Test Reference Nos Marks

a) Embankment

1) Field Density As per

PWD

Hand

Book

Sufficient for

the woke

based on the

maximum

output in a

day

i) Sand replacement 1

ii) Core cutter

2) Moisture content test 1

3) Standard proctor test 1

4) Relative density test 1

b) Concrete / Masonry

1) Sieve analysis 1

2) F.M. of sand 1

3) Silt content of sand 1

4) Slump test 2

5) Compressive Strength 3

6) Core Excavator -

Total 12

Page 32: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

32

9. LIST OF MINIMUM MACHINERY REQUIRED FOR THIS WOR K.

Sr. No Equipment Type Minimum Nos. required

1 Excavators 10

2 Trucks 2

3 Tipper 50

4 Water tanker 8

5 Plate Vibrator 6

6 Roller vibrator 3

7 Generator sets 6

8 Welding machine 2

9 Pump sets 8

10 Concrete automatic batching plant / Self loading

batching plant cum transit mixer (15 cum/hr) 3

11 Transit mixer 12

12 Concrete lining paver 3

Out of total minimum machinery required as above, the Applicant shall have at least

50% of the machinery of his own.

9.1 Information regarding work in hand in proforma 1 b.

Contractor has furnish information of all incomplet e works as work in hand. (till the

date of submission of Pre-qualification)

9.2 If at any time (before issue of work order) if it is found that contractor has not

included any incomplete work / works, whether knowi ngly or unknowingly in proforma

1 b, the contractor will summarily disqualified / h is Pre-qualification will not evaluated

/ tender will not evaluated / tender will be reject ed.

SECTION-II

Page 33: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

33

Page 34: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

34

LETTER OF TRANSMITTAL .

To,

Superintending Engineer,

Krishna Koyna Lift Irrigation Project Circle,

Warnali, Vishrambag, Sangli – 416 415.

Subject :- Submission of Pre-qualification application for the work of –

Construction of Earthwork & Structures & C.C. Linin g with Paver in Km

No. 11 to 28 of Devnal Canal Part-I of Mhaisal Part of Krishna Koyna Lift Irrigation Scheme Dist Sangli

. Sir,

Having examined the details given in information a nd instruction to applicants for the

work. (Enter the name of work mentioned at the para 1.1 to Annex-A)

I (We) hereby submit the pre-qualification informat ion and relevant documents.

I (We) hereby certify the truth and correctness of all statements made and information

supplied in the enclosed statements 1,2,3 and profo rma 1 to 14.

I/We have furnished all information and details ne cessary for the pre-qualification as

bidder(s) and that no further information remains t o be supplied.

I/We authorise the project authorities to verify t he correctness therefore as well as to

approach any Govt. department individuals, employee s, firms and/or corporation to verify

correctness of information submitted by me/us to pr ove my/our competence and general

reputation.

I/We submit the following certificate(s) in suppor t of our eligibility; technically know

how, capability and having successfully completed t he works form the clients/owners of

respective works.

1.

2.

3.

4.

Enclosed. - Signature of Applicant/Contractor.

Seal of applicant.

Date of submission:

Page 35: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

35

2.2 STATEMENT No.1

Details of information required for calculating the Bid capacity

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

NOTE :-

1) For number of years please refer Para 5.4 of Ann ex. A to Section 1

2) Figures in Col 3 to 7 should be supported by c ertificates given by Executive Engineer, in

case of Govt. / Semi Govt.,/ Works and by project a uthorities in all other cases.

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

of the following

a) Ascertained from the Certificates mentioned abov e.

b) Ascertained from the total contract amount recei ved in a year as stated at Sr.No.5 (c)

in Income Tax Clearance Certificate . Contractor sh all ensure that information’s is

filled in by income Tax authorities in case this in formation is not filled in, the

contractor shall submit balance sheets of last five years duly certified by the

Chartered Accountant.

Sr.

No

Name of

work

Value of Civil Engineering works done during the ye ar (Excluding advance such as

mobilisation advance and machinery advance etc.) Rs . in lakhs.

Vth year

2005-06

IV th year

2006-07

IIIrd Year

2007-08

IInd.Year

2008-09

1st.Year.

2009-10

Balance

Amount

Ref.

page

No. of

Certifica

te

1 2 3 4 5 6 7 8

Factor for

updating

1.5 1.4 1.3 1.2 1.1

Updated

Value of

work

Page 36: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

36

Work done as per –

Year I.T. Certificate Amount Or Balance Sheet

Amount

Ref. to page No.

Certificate

2005-06

2006-07

2007-08

2008-09

2009-10

Signature of Contractor

Page 37: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

37

2.3 STATEMENT NO 2

Statement for the value of "B" i.e. value of existi ng commitments and ongoing works to be

completed in the period stipulated for completion o f the work, Certificates regarding this will

be required to be countersigned by the Engineer-in- charge.

Amount Rs. in Lakhs.

Sr.

No.

Name of

work

Month &

year of

commen

cement

of work

Amou

nt of

contr

act

Revis

ed

Tend

er

cost

Perio

d of

compl

etion

Sched

ule

date of

comple

tion

Balance

cost as

on date

given in

Annex-A

Value of works to

be completed

between period

given in Annex-A

Para 5-2

Ref. page

No. of

Certificate

1 2 3 4 5 6 7 8 9 10

Total

Note : Figures in Col. 3 to 9 should i.e. supported by the certificate issued by Executive

Engineer in case of Govt./Semi Govt. works and head of offices in case of other

organisations by project authorities in all other c ases.

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

belief.

Signature of Contractor

Page 38: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

38

2.3 (a) STATEMENT NO. 3

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

years.

Sr.

No.

Name of

similar

type of

work

Agreemen

t No.

Amount

of work

done

Date of

completi

on of

work

Concerned

Ex.Er’s office

Name &

Address & Tel

No.

Proforma

1(a) of

similar

type of

work

attached

Remark

s

Signature of Contractor

Page 39: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

39

2.4 (a) Proforma – 1

(Separate information for each work)

CERTIFICATE

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

1 Name of work

2 Estimate cost

3 Agreement No.

4 Name of Contractor

5 Tendered Cost

6 Date of work order

7 Stipulated period of completion

8 Scheduled date of completion

9 Extension granted

1st

2nd

3rd

4th

10 Final date of completion

11 Revised cost of work

12 Cost of work executed

13 Balance cost of work

14 Reasons for non-completion of work

in scheduled period of completion

15 Whether any penalties / fine / stop

notice / compensation / liquidate

damage imposed

Page 40: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

40

16 Details of work done :

Unit Earth

work

Cum

Structures Lining in

Sqm

Concrete

Cum

Cost of

work Rs.

In Lakh

Tendered Quantity

Revised Quantity

Executed Quantity

Year wise Break-

up

Vth

IVth

IIIrd

IInd

Ist

17. Remarks about performance of contractor about p hysical progress and quality of

work:

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

Outward No.: Seal

Date:

(E.E. Stamp with name)

(Stamp with name)

Page 41: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

41

2.4 PROFORMA– 1(a)

Details of the works completed

( Separate information for each works ).

1. Name of work

2. Agreement No. and year

3. Place and country

4. Total tendered cost of work (Rs. in lakhs)

5. Brief description of works including principal

feature and quantities of main items of the w ork

6. Annual Turnover

Items Unit Quantities executed (Certificate of concerned authorities is

essential)

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

year

Items as stated in

Annex A Para 5.3

1

2

3

4

6.2 Financial Rs. in Lakhs

Financial. turnover

Defined as billing for

works.(excluding

advance payments

received duly certified

by Concerned

authorities)

Rs. in

Lakhs

7 Period of completion

a) Date of Commencement

b) Originally stipulated period of completion

c) Scheduled date of completion

d).Extended date of completion

e).Actual time taken for completion

f).Certificate of concerned authority regarding co mpletion

of work if completed in time (Y/N)

g).Reasons for non completion of work in stipulated time

limit, if so

Page 42: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

42

8 Where there any penalties/fines/stop

notices/compensation /liquidated damaged imposed ( Yes

or No. if yes, give amount and explanation)

9 Name , Designation, and complete address with who m the

contents of the preceding Para 1 to 8 could be veri fied.

10 Name of applicant’s Engineer-in-charge of the wo rk and

educational qualification

11 Give details of your experience in monthly place ment of

important items such as listed in Annex-A

12 Give details of your experience in mobilising la rge value

contracts with modern technology on the deployment of

latest heavy construction equipment

13 Details of quality control arrangements made by the

contractor of his own on these works

14 Whether bidder penalised under clause 2 slow pro gress of

work

15 Whether work abandoned by the bidder clause 3. W hether

rescind contracts as incomplete work.

16 Whether recorded bad quality of works by Quality control

authority

17 Whether valid bad, poor performance published in media.

18 Whether evidence of rude behavior of contractors with

offer bears.

-----------------------------------------------------------------------------------------------------------------------

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

Signature of Contractor

Page 43: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

43

2.5 PROFORMA -1 (b)

Details of wo rks in hand

( Separate information f or each work .)

1. Name of work

2. Agreement No. and Year

3. Place and country

4. Tendered cost of work ( Rs. in lakhs.)

5 Name of applicant’s Engineer-in-charge with ed ucational qualification

6. Annual turnover

Sr.No. Item Unit Quantities executed (Certificate o f Quantities

exempted concerned authorities is essential )

6.1 Physical Vth year IVth

Year

IIIrd

year

IInd

year

Ist year

Items 5 as per stated

in Annex –A Para 5.3

1

2

3

4

6.2 Financial turnover :

Rs. in

lakhs

Page 44: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

44

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

Signature of Contractor

7) i) Percentage of physical completion

ii) Cost of work completed(Rs. in lakhs)

iii) Revised tendered cost (Lakhs)

iv) Balance cost on the date stipulated

(Refer Para 5.1 in Annex –A)

v) Stipulated date of completion

vi) Anticipated date of completion

8) Whether work progress is as per tender

programme (Yes or No) If not explain the

reasons.

9) Expected year wise programme of completion

(for year ref.para5.4 of Annex A)

i) Present year

ii) Next year

10) Were there any fines, claims or stop notices

filed by the Employer (Yes or No.)

11) Details of quality control arrangements made

by the contractor of his own on these works

12) Name, Designation, Department and

complete address with whom the contents can

be verified.

Page 45: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

45

2.6 PROFORMA -1 (C)

Details of quantities executed and amount of works (Completed and ongoing) for the

last five years

Sr.N

o.

Year Items as per Annex A Total

financial

turnover

amount

Rs. in

lakhs

Ref. Page

No.

1 2 3 4 etc.

1 Fifth Year

Completed

Ongoing

Total

2 Fourth Year

Completed

Ongoing

Total

3 Third Year

Completed

Ongoing

Total

4 Second Year

Completed

Ongoing

Total

First Year

Completed

Ongoing

Total

Any time before

5 years

completed

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

Page 46: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

46

2.7 PROFORMA–2

FINANCIAL STATEMENT

(To be given separately for each partner in case of joint venture)

1. Capital

a) Authorised

b) Issue and paid up

2 a) Date of incorporation of the Firm

b) Duration of existence of the firm

3. Furnish Balance sheet and profit & loss

statement with Auditor’s report for

the last five years, it should interlaid

with the following information

i. Your Working capital

ii. Your Turnover on civil Engineering works .

Year as

stated in

Annex.-A

Amount of Turnover

during the year

(Rs. in lakhs)

Multiplying

Factor

Amount of Turnover brought to current price

level (by multiplying amounts in col.2 by

factors give in Col.3 (Rs. in lakhs)

Vth Year 1.50

IVth Year 1.40

IIIrd Year 1.30

IInd Year 1.20

Ist Year 1.10

iii. Your gross income (Rs. in Lakhs)

Year Gross income (Rs. in

Lakhs)

Year Gross income (Rs. in

Lakhs)

Vth IInd

IVth Ist

IIIrd

4.Total liabilities

a. Current Ratio

1. Current assets. (Rs. in Lakhs)

2. Current liabilities ( Rs. in lakhs )

b. Total liabilities to net worth.

5. Debit equity ratio (Defined as Debt/Equity)

6. What is the maximum value of the

Page 47: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

47

project that you can handle ? ( Rs. in lakhs )

7. Have you ever denied tendering facilities by

the Govt. Dept./public Sector undertaking ?

(Give details).

8. What are your sources in

finance? (Please give complete details.

Bank reference also)

9. Certificate of financial soundness

from Bankers of applicant.

10. Furnish the following information

for last five years (duly certified by

the respective Banks)

a. Bank guarantee over draft limit enjoyed by the

firm during each of the last five years

with Bank wise breakup (Rs.in lakhs)

b. Portion of Bank guarantee already

utilised as on date of application

(Rs. in lakhs)

11. Overdraft limits enjoyed during each

of the last five years with Bank wise

breakup ( Rs.in Lakhs)

12. Name and address of Bankers from

whom reference can be made.

13. Have you been declared bankrupt ?

(If yes, please give details)

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

belief.

Signature of Contractor

Page 48: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

48

2.8 PROFORMA – 3

RESOURCES PERSONNEL

(Please give details of Key technical and Administr ative Personnel in the following

proforma.)

1. Details of the Board of Directors

a. Name of the Director (s)

b. Organisation

c. Address

d. Remarks

2. .Details of key / technical and administrative

personnel and consultants and supervisory technica l

staff which the applicant will employ on the propos ed work.

a. Individual Name

b. Educational Qualification

c. Details of training given for such type of work.

d. Present position of office

e. Professional experience and number of

years of experience on similar work.

f. Years with applicant.

g. Languages known

h. Distribution of above personnel on works in

hand and on this work for which applied for

Pre Qualification

3 Contractor shall submit a valid and current license

issued in his favour under the provisions of contr act

Labour (Regulation & Abolition) Act 1970 and the

Maharashtra Contract Labour ( R and A ) Rules 1971.

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

belief.

Signature of Contractor

Page 49: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

49

PROFORMA - 3 A

EXPERIENCE CERTIFICATE OF PROJECT MANAGER / PROJECT ENGINEER

Name of Manager :-

Qualification :-

Year of passing:-

Period of

Experience

Name of firm Postal address

of firm

Phone No. E-mail Address

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

Signature of Manager / Project Engineer

Page 50: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

50

2 .9 PROFORMA - 4

RESOURCES : PLANT AND EQUIPMENT

Sr.

No

Item of

execution as

stated in

Annex-A

Machinery with

contractor

Machinery to

be deployed

for other works

Machinery to be used for this work

Machinery Owned Hire

Type No. Type No Type No. Type No

1

2

3

4

5

Legal Agreement for hiring machinery is essential.

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

belief.

Page 51: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

51

2.10 PROFORMA - 4 (a)

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

constructions of said work in the following proform a.

(Separate information for each type of equipment i s required. Colour photograph of

each machine which is costing more than Rs. 10 Lakh s shall be enclosed)

1) Name of Equipment :

2) No. of Units :

3) Make and year of Manufacture :

4) Source from where procured :

5) Production Capacity :

6) Type of Prime-mover :

7) Horse Power/K.V.of Prime-mover :

8) Normal life plant hours specified :

by the Manufacture

9) Number of actual working hours :

put in by the machine.

10) Present location :

11) Availability of equipment for this :

work

12) If machine is costing more than :

Rs.10 lakhs attach coloured

photograph

Page 52: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

52

13) The Contractor shall have to :

attach the documentary proof in

respect of machinery owned by

him as below.

i) R.T.O. Registration.

ii) Certificate of Taxation

iii) Goods Carriage Permit in Form

P-Gd C (See Rule 58 (i)7)

iv) Certificate of fitness in form 38

(see Rule 62 (i)7)

Note: In case of Non-RIO machinery

if the machinery is new the manufactures

sale certificate shall be produced. In case

of second hand machinery, the purchase

document with proof of payment and

balance sheet certified by the Chartered

Accountant shall be produced in lieu of

certificate of Chartered Accountant a

certificate from a Scheduled Bank of

having financed the machinery will be

acceptable.

14. Remarks :

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

Signature of Contractor.

Page 53: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

53

2.11 PROFORMA FOR - 4 (b)

Details of additional plants and Equipments which s hall be procured by the applicant

for this work in the following proforma.

(Separate information for each type of equipment )

1. Name of Equipment

2. No. of units.

3. Kind of make

4. Country of origin

5. Capacity

6. Approximate cost in Rupees

7. How the equipment is proposed to be procured

and give details of source/ manufacture r.

8. Remarks.

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

belief.

Signature of Contractor.

Page 54: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

54

2.12 PROFORMA – 5

STRUCTURE AND ORGANISATION

1. Name of applicant.

2. Nationality of Applicant.

3. Office Address,

Telegraphic Address,

Telephone Number

Telex Number,

Fax Number.

4. a. Year Established(when and where)

and legal name as formed individual/

firm/Company.

b. Class of registration with Governme nt

of Maharashtra / (P.W.D.).

5. Whether the Applicant is

a. An individual.

b. A proprietary firm.

c. A Limited company of corporation.

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

Give name, address, connections and

Description of other companies.)

e. A subsidiary of a large organisation ( If yes,

Give name and address of the organisation).

If the company is subsidiary what involvement

If any will be present company have in the project.

f. Joint Venture consortia

( If yes, give name and address of each

partner)

Page 55: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

55

6. Attach the organisation chart showing the struct ure

of the organisation including the positions of the

directors and key personnel.

7. What best describes you.

a. Engineers and contractors.

b. Consulting Engineers and contractors.

c. If, other, please specify.

8. Number of year of experience.

a. As a prime contractor

i. In own country (Specify)

ii. Internationally (Specify country)

b. As a joint venture

i. In own country (Specify)

ii. Internationally (Specify cou ntry)

c. As a sub contractor

i. In own country (Specify)

ii. Internationally (Specify cou ntry)

9. How many years have your organisation

been in business under your present name ?

And what were your fields when you

established your organisation ?

When did you add new fields ( If any) ?

10. Were you required to suspend construction

for a period of more than six months

continuously after you started ? If so reasons

thereof.

Page 56: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

56

11. Have you ever failed to complete any work

awarded to you (If so, which, where and why)?

12. In how many projects have you asked arbitration

after notification (if so, when, where, and why)

and how many cases settled in your favour ?

13. In how many projects you were imposed penalties

for delay ?

14. Have any key personnel or partner of your organ isation

ever been an officer or partner of some other

organisation that failed to complete the contract

( if so state name of individual /other organisati on)

15. Have any key personnel or partner of your organ isation

ever failed to complete the contract handed in his name.

16. In what fields do you claim specialisation

and are interested to work ?

17. Give details of your experience in modern

concrete technology and work for

manufacturing and quality control.

18. Give details of your material testing

laboratory and mobile laboratory.

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

belief.

Signature of contractor

Page 57: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

57

2.13 PROFORMA - 6

ADDITIONAL INFORMATION

1. Please add any further information which

the applicant considers relevant in regard

to his capabilities.

2. Please give a brief note indicating how the

applicant considers himself eligible

for pre-qualification for the work.

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

belief.

Signature of Contractor

Page 58: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

58

2.14 PERFORMA - 7

Details of works tendered for as on the date of sub mission of pre-qualification

document

Particulars (1) (2) (3) (4) (5) (6) etc.

1 Name of work

2 Estimated cost (Rs. in Lakhs)

3 Tendered cost (Rs. in lakhs)

4 Date when decision is expected

5 Stipulated date and period of

completion

6 Name, designation and address with

whom the Contents of the above

information can be

Verified.

7 Remarks.

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

belief.

Signature of Contractor

Page 59: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

59

2.15 PROFORMA – 8

CERTIFICATE

(Note: All the details must be filled in Strike out the item which is not applicable to the

tenderer)

Certified that

1. I/ (We) have not been awarded any contract for t he work of Dams/ Canals or any other

type of work in the Maharashtra Krishna Valley Dev elopment Corporation on (Enter date

of opening of tender)

2. I/ (We) have been awarded following contractor(s ) for the work of Dams/Canals other

works on (Enter date of opening tender) in MKVDC Ar ea.( The works awarded prior

to formation of MKVDC Are also to be included)

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

1 Name of work

2 Estimated cost put to tender

3 Contract No. and date of work order

4 Contract Amount

5 Amount of work executed to date.

6 Period of completion

7 Scheduled date of completion

8 Name of Division

9 Name of Circle

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

tender) and my offer is lowest responsive offer

Sr.

No

Particulars 1 2 3 4 5&so on

1 Name of work

2 Estimated cost put to tender

3 Tender Amount

4 Date when decision is expected

5 Scheduled date of completion

6 Name of Division

7 Name of Circle

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

1)

2)

3)

4)

Page 60: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

60

2.16 PROFORMA - 9

JOINT VENTURE

If the applicant intends to enter into joint vent ure for the project, please give the

following information otherwise state “ Not Appli cable ”.

1. Name and address of Joint Venture.

2. Name and address of all Partners of

Joint venture.

3. Name of firm leading the Joint Venture.

4. Indicate the responsibility of the firm

leading the joint venture and respons ibility

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. Certif ied copy

of the agreement of Joint Venture shal l be attached.

.

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

belief.

Page 61: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

61

2.17 PROFORMA - 10

(To be typed on 100 Rs. Stamp Paper)

Responsibilities of lead contractor in case of join t venture

I,......................................................................partner. of...................................firm as.

lead. contractor .of .the tender contract and Shri ........................................................

other partner .................................. of the firm in the Joint Venture for the tender contr act.

We have registered a partnership firm known as ... ............................. bearing

registration No................ for the year 2010, dated .................................. registered in the

office of the Registrar of Partnership firm at .... ................................... for the purpose of

tender.

We hereby certify that, in case of any dispute, br each of contract or liability (Physical

or financial) on the part of any partner of the Joi nt Venture firm, we as the lead firm of the

joint venture shall be liable and responsible to fu lfill all the terms and conditions of the

tendered contract and for all the liabilities inclu ding recoveries if any of financial liabilities

including recoveries if any or financial liabilitie s arising out of the contract or physical

completion of work, till the expiration of the defe ct liability period under the contract.

Place :-

Date :-

Signature of stamp of lead firm

Witness :-

1)

2)

Page 62: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

62

2.18 Proforma - 11

Undertaking of contractor regarding poor performanc e

To,

Superintending Engineer,

Krishna Koyna Lift Irrigation Project Circle,

Sangli.

Sir,

I........................................................................................ Contractor declare that

during last 2 years of the date of this undertaking ,

1. As a contractor, I have never been penalized fo r any work carried out by me nor I

have been blacklisted by any Govt. Deptt. previousl y.

2. I have not abandoned any work for reasons attrib uted to me.

3. I have not delayed completion of any work for re ason attributed to me.

I undertake that the above information is true to t he best of my knowledge & belief. I

fully aware that my prequalification bid or tender will be treated as non responsive &

will be summarily rejected at any time if above inf ormation is found to be false &

misleading by the concerned authority.

Signature of Contractor

Page 63: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

63

2.19 Proforma - 12

Quality Control Equipment with Contractor and Quality assurance plan of

contractor

1) Quality Control Equipment with Contractor

Sr.No. Name Make Capacity

2) Quality Assurance Plan of Contractor

a) Details of personal for looking quality of work

b) Methodology proposed for quality assurance of wo rk

c) Method of reporting of quality assurance of work

Page 64: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

64

2.20 Proforma – 13

Check list of documents submitted along with pre-

Qualification documents. ( to be filled in by contr actor )

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

document

1 2 3 4 5 6 7 8 9

10

Signature of Contractor.

Page 65: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

65

CHECK LIST

(To be filled in by Contractor)

1 Name of Contractor

2 Code No.

3 Bid capacity

4 Turn over

5 Sale Tax Registration Yes / No. (R ef. Page No. )

6 Labour License Yes / No. (Ref. Page No. )

7 Machinery Proof Yes / No. (Ref. Page No. )

8 P.T. Clearance Yes / No. (Ref. Page No. )

Signature of Contractor

Page 66: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

66

2.21 PROFORMA - 14

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREE MENT

FOR CONSTRUCTING

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

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

DEED OF PARTNERSHIP (JOINT VENTURE OF

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

This Memorandum of Understanding for Joint Venture Agreement made and entered into at

“.......................................” this day of ...................... year by and between

1................................................................................................................with its registered

office at ..............................Party No.1 hereinafter referred to as ...................... ...............

AND

2................................................................................................................................. with its

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

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

................................................................................. Party No.2 hereina fter referred to as

“...............................”

DEFINITIONS:

In this deed the following words and expressions sh all have the meanings set out Below :-

“The Joint Venture (“JV” for short) shall mean .... .............................. and................................

Joint Venture collectively acting in collaboration for the purpose of this agreement.

“Appex Co-ordination Body (ACB”) shall mean the bod y comprising Managing Directors of

the parties to Joint Venture.”

“The owner” shall mean –

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

“ The Works” shall mean the Construction of ....... .................................... .. .............................

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

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

“The contract” shall mean the Contract entered into or to be entered into between the Joint

Venture and the owner for the works.

Page 67: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

67

JOINT VENTURE (JV)

Where as the Parties hereto declare that they agree and undertake to form a Joint Venture

for the purposes of execution of the works, as an i ntegrated Joint Venture. The JV shall be

called as “...............................................JOINT VENTURE” for short. Provided that th e

Parties are not, under this agreement, entering int o any permanent partnership or Joint

Venture to Tender or undertake any contract other t han the subject works. Nothing herein

contained shall be considered construe the Parties or Partners to constitute either Party the

agent of the other.

WITNESSES

Whereas the Executive Engineer..................... ...............................

................................................. Maharashtra krishna Valley Development Corporation

(MKVDC) (A Govt. of Maharashtra Undertaking) herein after referred as the Executive

Engineer, have agreed to award the work of Construc tion of

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

...............................................................................hereinafter referred as “the works, to the

Joint Venture.” in case the offer of J.V. is accept ed. Where as ................... and

..................wish to execute the Contract if a warded as per the terms of this indenture.

Now therefore this Deed of partnership Witnesses is as follows:

1. That these recitals are and shall be deemed to have been part and parcel of the present

MOU for JV

2. That this MOU shall come into force from the dat e of this MOU i.e................

2009........................

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

shall be come into force from the date of this MOU i.e..........2010.............

4. That the name of the Joint Venture firm shall be ............................................JOINT

VENTURE (J.V.) in short.

5. That.......................... and ............ ...... shall jointly execute the works according to all terms

and conditions as stated in the relevant instructio ns contained in the Bid

documents/Contract as an integrated JV styled as “. ..................................JOINT

VENTURE” in short

Page 68: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

68

6. That this agreement for Joint Venture firm (here inafter referred to as J.V.) shall regulate

the relations between the parties and shall include , without being limited to them, the

following conditions.

A) ...................................... shall be lead Company in charge of the Joint Venture for al l

intents and purposes.

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

and things pertaining to the contract. The contrac t for the works shall be signed by

Shri

........................................................................................................................ to whom

necessary General Power of Attorney signed by all s ignatory/ies, suitably as

described above shall be issued by the JV and deliv ered to the owner.

C) That the Director of one of the parties to the J.V.M/S ............................................

................................................................. shall be lead Manager of the JV firm and

shall have the power to control and manage the affa irs of the J.V. M/s

D) That on behalf of the Joint Venture Shri (...... ............................) shall have the

authority to incure liabilities, receive instructio ns and payments, sign and execute the

contract for and on behalf of the joint Venture. A ll payments made under the contract

shall be made into Joint Venture’s Bank Account.

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

individual signatories as mutually decided by repre sentatives of the Joint Venture

Partners.

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

the JV benefits of its individual experience, techn ical knowledge and skill and shall in

all respects bear its share of the responsibility including the provision of information,

advice and other assistance required in connection with the works. The share and

the participation of the .......... partners in the JV shall broadly be as follows.

Name of the Contractor Share percentage

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

G) And all the rights, interests, liabilities, obli gations, work experienced and risks (and all

net profits or net losses) arising out of the Contr actor shall be shared or borne by the

Parties in proportion to these shares. Each of the parties shall furnish it’s

proportionate share in any bonds, guarantees, secur ities required for the works as

well as its proportionate share in working capital and other financial requirements, all

in accordance with the decisions of the Apex Coordi nating Body. “ACB”

Page 69: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

69

H) Any loan/advances shall be shared by the ....... ................... and .................. at the

ratio of ......................... & ......... .................... respectively.

I) All funds, finance or working capital required for carrying out and

executing the works or contract shall be procedure and utilised by the parties as

mutually agreed by the then and they shall be liabl e and responsible for the same.

J) Site Management:

The execution of the work on the site will be mana ged by a Project

Manager reporting to the ACB. The Project Manage r shall be authorised

to represent the JV on the site in respect of matte rs arising out of or under the

contract.

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

the owner for the execution of the contract commitm ent in accordance with contract

conditions.

L) The JV deed shall be registered with the Registr ar of firms, Maharashtra State prior

written approval of MKVDC shall be obtained before any changes are proposed to be

made in this Joint Venture Agreement once it is reg istered with the Register of firms,

Maharashtra State, after the initial approval to th e JV deed by the Corporation.

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

liability period as stipulated in the Tender Docume nt conditions of the works and till

all the liabilities thereof are liquidated.

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

the Laws of India.

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

the agreement to any third party without first obta ining the written consent of the

other partner and the MKVDC.

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

Scheduled or Nationalised Bank and the representati ve of JV partners are authorised

to operate upon such accounts individually.

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

proper books of Accounts in respect of the business of the JV firm and the same shall

be closed as at the end of the every financial year .

Page 70: CHIEF ENGINEER (S.P.) W.R.D. PUNE - e Tenderswrd.maharashtra.etenders.in/tpoimages/wrd/tender/Tender8.pdf · Online digitally signed application for Pre-Qualification / Tender for

Contractor No. of Corrections. Executive Engineer

70

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

every year.

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

Account as to the state of affairs of the firm as t he end of the financial year and as to

the profit or loss made or incurred by the firm for the year ended on that date,

respectively shall be prepared and the same shall b e subject to audit by a Chartered

Accountant.

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

during the defect liability period after completion of work.

LEGAL JURISDICTION :

All matter pertaining to or emancing from this J V agreement involving the

owner shall be subject or jurisdiction High Court o f Judicature at Mumbai.

NOTICES AND CORRESPONDANCE. :

U) All correspondence and notices to the J.V. sha ll be sent to any one of the

following address.

(1) ................... (2) ................. ..........

Will be intimated in due course within a week from date of “Work Order”

IN WITNESS WHEREOF the parties have caused their d uly authorized

representatives to sign below:

Signed for the behalf of

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

Signed for the behalf of

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

WITNESS 1)

2)