Construction of Pump House, Rising Main, Delivery Krishna...

74
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. Krishna Koyna Lift Irrigation Project Mhaisal Part - Construction of Pump House, Rising Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump House Stage 6A PRE-QUALIFICATION DOCUMENTS 2639.83

Transcript of Construction of Pump House, Rising Main, Delivery Krishna...

Page 1: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

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, SANGLI.

Krishna Koyna Lift Irrigation Project Mhaisal Part -

Construction of Pump House, Rising Main, Delivery

Chamber for Mhaisal Stage 6A & 6B and Approach

Road for Pump House Stage 6A

PRE-QUALIFICATION DOCUMENTS

2639.83

Page 2: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer,

2

INDEX Sr. No. Particulars Page No.

Time Schedule & Press Tender Notice 5

Detailed Tender Notice. 8

1.00 SECTION 1 : INFORMATION AND INSTRUCTIONS

TO APPLICANTS

10

1.10 General 11

1.20 Method or applying 12

1.26 Manner of submission of pre-qualification documents & it‘s

accompaniments

14

1.30 Definition 16

1.40 Final decision making authority 16

1.50 Clarification 16

1.60 Particulars provisional 17

1.70 Site visit 17

1.80 Minimum eligibility criteria for Pre-qualification 17

1.90 Evaluation criteria for Pre-qualification 19

ANNEX-A

A. Description of the project 22

B. Status of the project 22

C. Climatic conditions 22

D. Scope of the work 23

1. Details of the work 24

2. Information for obtaining documents. 25

3. Work and site conditions. 26

4. Period of completion and programme of work. 26

5. Other date for statements and proforma. 27

6. Minimum Eligibility Criteria for Pre-qualification 27

7. Composition of Evaluation committee 28

8. Evaluation Procedure and allocation of points 29

9. List of machinery 33

Page 3: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

3

Sr.No. Particulars. Page No.

Section – II : PREQUALIFICATION INFORMATION 34

Letter of transmittal 35

2.1 Statement -1 Bid Capacity. 36

2.2 Statement -2 Bid Capacity. 38

2.3 Statement -3 39

2.4 (a) Proforma- 1 40

2.4 Proforma- 1(a) 42

2.5 Proforma- 1(b) 44

2.6 Proforma- 1(c ) 46

2.7 Proforma – 2 47

2.8 Proforma – 3 49

2.9 Proforma – 4 51

2.10 Proforma – 4(a) 52

2.11 Proforma – 4(b) 54

2.12 Proforma – 5 55

2.13 Proforma – 6 58

2.14 Proforma – 7 59

2.15 Proforma – 8 60

2.16 Proforma – 9 61

2.17 Proforma – 10 62

2.18 Proforma – 11 63

2.19 Proforma – 12 64

2.20 Proforma – 13 Check list 65

2.21 Proforma – 14 Joint Venture Format. 68

2.22 Proforma – 15 71

2.23 Agreement clause 72

Page 4: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

4

PRESS NOTICE,

TENDER NOTICE

Page 5: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

5

Maharashtra Krishna Valley Development Corporation

(Government of Maharashtra Undertaking)

eTender Notice No. 1 for 2014-15 Main Portal: http://maharashtra.etenders.in

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

Online application for Bid Capacity of below mentioned work are invited by Maharashtra Krishna Valley Development Corporation from contractors registered in appropriate class with Public Works Department of Government of Maharashtra . The Pre-Qualification Documents are available on website from 0214/08/2014 to 08/09/2014

Sr.No. Name of Work Estimated Cost

(Rs. Lakhs)

Class of Contractor

Period of Completion

1. Mhaisal Part : Construction of Pump Houses, Rising Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump House Stage 6A.

2639.83 Class .I (A) 18 Months

The Contractors participating first time in e-Tendering Bids will have toprocure Digital Signature

Certificate, User name & Password from competent authorities as per guide line mentioned on

homepage of the website.

All requisite information required for the submission of Bid Capacity documents is available in the above said website

If any assistance is required regarding e-Tendering (upload / download) please contact Mr. Dipendra Kulkarni System Integrator (Mob.No. 9167969601 & 9167969604, Phone No. 020-25315555, [email protected])

Sd/- Executive Engineer,

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

Page 6: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

6

<Ç-ÊxÉÊ´ÉnùÉ ºÉÚSÉxÉÉ Gò.1 ºÉxÉ 2014-15

¨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://mkvdc.maharashtra.etenders.in

¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä JÉɱÉÒ±É nù¶ÉÇʴɱÉ䱪ÉÉ EòɨÉɺÉÉ`öÒ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòɨÉ

ʴɦÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ `äöEäònùÉ®úÉEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ ºÉIɨÉiÉÉ ºÉÆSÉ ¨ÉÉMÉÊ´ÉiÉ

+ɽäþiÉ. ºÉnù®ú ºÉÆSÉ ´É®úÒ±É ºÉÆEäòiɺlɳýÉ´É®ú ÊnùxÉÉÆEò 14/08/2014 iÉä 08/09/2014 {ÉɺÉÚxÉ ={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

¨½èþºÉɳý |ÉEò±{É : ¨½è‏ºÉɳ‏ {ÉÆ{ÉMÉÞ½‏ ]õ{{ÉÉ Gò.6+,

6¤É, =v´ÉÇMÉɨÉÒ xÉʱÉEòÉ, Ê´ÉiÉ®úhÉ ½‏Éènù ´É {ÉÆ{ÉMÉÞ½þ

]õ{{ÉÉ Gò.6+ ºÉÉ`öÒ {ÉÉä½‏SÉ ®úºiªÉÉSÉä EòɨÉ

2639.83 ´ÉMÉÇ -1 (+) 18 ¨ÉʽþxÉä

VÉä `äöEäònùÉ®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÷VÉÉÒ]õ±É ˺ÉMÉÊxÉSÉ®ú ªÉÖZÉ®ú +ɪÉb÷Ò ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò¯ûxÉ PÉähÉä +ɴɶªÉEò

+ɽäþ.

<Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þɪªÉiÉÉ +ɴɶªÉEò +ºÉ±ªÉÉºÉ (b÷É>ðxÉ ±ÉÉäb÷/+{É ±ÉÉäb÷) iÉ®ú ¸ÉÒ. Ênù{Éåpù EÖò±ÉE

hÉÔ ÊºÉκ]õ¨É <Æ]õÒOÉä]õ®ú (¨ÉÉä¤ÉÉ<Ç±É xÉƤɮú 9167969601 +ÉÊhÉ 9167969604 ¢òÉäxÉ xÉÆ. 020-25315555,

[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.

Page 7: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

7

TIME SCHEDULE FOR TENDER NOTICE NO.1 for 2014-15 ( e-Tender No )

Sr. No

WRD Stage Contractor Stage Start Date & Time Expiry Date & Time Envelopes

Date Time Date Time

1 Release Tender

- 14/08/2014 10.00 14/08/2014 16.00

2 - Pre Qualification Document Purchase

14/08/2014 10.00 08/09/2014 12.00

3 - Pre-Qualification Document Download & Online Preparation.

14/08/2014 10.00 08/09/2014 12.00

4 Close for Bidding of Pre-Qualification

- 08/09/2014 10.00 08/09/2014 17.45

5 - Re-encryption of Pre Qualification

08/09/2014 12.00 12/09/2014 17.45

6 Pre Qualification Document Opening and short listing.

- 12/09/2014 17.46 07/10/2014 17.45

7 Main Tender Preparation

- 07/10/2014 17.45 17/10/2014 9.59

8 - Main Tender Document Purchase

17/10/2014 10.00 31/10/2014 12.00

9 - Main Tender Document & Online Bid

17/10/2014 10.00 31/10/2014 12.00

10 - Main Tender Schedule A Document & Online Bid

17/10/2014 10.00 31/10/2014 12.00

11 Close for Bidding of Main Tender

- 31/10/2014 12.01 31/10/2014 17.45

12 - Re-encryption of Main Tender

31/10/2014 17.46 03/11/2014 12.00

13 Tender Opening and Short listing (Technical)

- 03/11/2014 12.01 03/11/2014 17.45

14 Financial Bid Opening

- 03/11/2014 12.01 03/11/2014 17.45

15 Tender Award

- 03/11/2014 12.01 03/11/2014 17.45

Page 8: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

8

MAHARASHTRA KRISHNA VALLEY DEVELOPMENT CORPORATION, PUNE

DETAILED TENDER NOTICE NO. 1 FOR 2014-15

CIRCLE :- Krishna Koyna Lift Irrigation Project Circle, Sangli

DIVISION :- Mhaisal Pump House Division No.2, Sangli.

1. Online digitally signed application for Pre-Qualification / Tender for the following

works are invited by the Executive Engineer, Mhaisal 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 Krishna Koyna Lift Irrigation

Project Mhaisal Part -

Construction of Pump House,

Rising Main, Delivery Chamber

for Mhaisal Stage 6A & 6B and

Approach Road for Pump

House Stage 6A

2639.83 26.40 18 Months 25000/- Class I A

2. The forms of Pre-qualification documents are available on the eTendering website of Govt.

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

download Pre-qualification form, from the website mentioned above. While submitting the

dully filled Pre-qualification Documents the Bidder 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. 48712010000506 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-qualification Form Fee amount is not reflected in the I.D.B.I. Bank at

Sangli Branch account No 48712010000506 will not be evaluated further. The bidder has to

fill in online format and upload information regarding Bid Capacity online. Also he has to

download the Pre-qualification application form from website, fill it and upload the scanned

copy of duly filled form, alongwith required documents. The results of Pre-qualification will

be available on website and also will be communicated to the successful bidders by email.

3. The blank tender forms will have to be downloaded by the Pre-qualified contractor only from

the website of Govt. of Maharashtra http://mkvdc.maharashtra.etenders.in ―Tender Purchase.

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 House

Division No. 2, Sangli on account No. 48712010000506 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 Blank Tender Document Form Fee amount is not reflected in the I.D.B.I

Bank at Sangli Branch account No 48712010000506 there envelop No.2 will not be opened.

Page 9: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

9

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

per schedule.

5. The date of Pre-Tender conference will be communicated to qualified bidders.

6 The contractor should upload the documents in readable form, He should take trial of

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

remaining documents will be evaluated. The decision of opening Authority regarding this will

be binding to all contractors.

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

reason by the competent authority.

8 If any assistance is required regarding e-Tendering (upload/download) please contact

Helpdesk Phone No. 020- 25315555, [email protected])

Executive Engineer

Mhaisal Pump House Dn. No.2,

Warnali, Vishrambag, Sangli

Page 10: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

10

SECTION-I

INFORMATION AND

INSTRUCTION TO THE

ALLPICANTS

Page 11: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

11

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 defined in Maharashtra Act XV of 1996.

Maharashtra Krishna Valley Development Corporation, Pune is a body corporate

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

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

quarters of the Maharashtra Krishna Valley Development 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 been 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 projects, construction of projects and

irrigation management of the Major, Medium and Minor 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 of 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 Prequalification Document from the website.

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

be answered. All information requested for in the enclosed forms should be furnished

against the respective columns in the form. If any particular query is not relevant, it

should be stated as ―Not Applicable‖ Only ‗dash‘ reply will be treated as incomplete

information. All applicants are cautioned that incomplete information in the application or

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

responsive.

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

the scanned copy.

Page 12: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

12

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

shall be numbered and should be submitted as package 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, technical know-how and capability of the

applicant) should be signed by the applicant.

1.18 The applicant is encouraged to attach any additional information, (Photographs of works

which were already carried out which he thinks necessary in regards to his capabilities).

No further information will be entertained after submission of pre-qualification documents

unless it is requested by the Maharashtra Krishna Valley Development Corporation,

Pune, (hereinafter referred to as MKVDC or Corporation).

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 with the pre-qualification shall be

treated as confidential and will not be returned.

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

attending discussions, conference in connection with this document, shall not be

reimbursed by the MKVDC, Pune 411 011 under any circumstances.

b) In the event of any applicant wishing to withdraw 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 account of any reason.

1.20 METHOD OF APPLYING.

1.21 If the application is made by an individual, it shall be signed by the individual above his

full name and current address.

1.22 If the application is made by a proprietary firm, it shall be signed by the proprietor above

his full name and the full name of his firm with its current address.

1.23 If the application is made by a firm in partnership, it shall be signed by all the partners of

the firm above their full typewritten names and current addresses or by a partner holding

valid power of attorney on behalf of the firm by signing the application, in which case a

certified copy of the power of attorney shall accompany the application. A certified copy

of the partnership deed, current address of all the partners of the firm shall also

accompany the application.

Page 13: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

13

1.24 If the application is made by a limited company or a Corporation, it shall be signed by a

duly authorized person holding the power of attorney for signing the application, in which

case a certified copy of the power of attorney shall accompany the application. Such

limited company or corporation may be required to furnish satisfactory evidence of its

existence before the pre-qualification is awarded.

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 legally binding on all partners.

b) A Joint venture between single contractors, Partnership Firm, Joint Stock Limited

Company, Private / Public Limited Company may be permitted subject to the following

conditions.

i) The Joint Venture should be partnership firm, duly registered with the Registrar of Firms,

Maharashtra State. In such a case a signed Memorandum of Understanding (MOU) as per

the format prescribed by the corporation between two associating firm / company /

individual already enrolled in the list of Govt. of Maharashtra (P.W.D. registered

contractors, shall be submitted with the application then the proposed joint venture shall

be considered eligible to receive tender documents. The tenderer shall be informed

accordingly, whereupon the tenderer shall be required 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 conditions mentioned in para 1.25 (b) shall

be incorporated in M.O.U. The Joint venture deed registered by Registrar of Firms shall be

submitted by the contractor within 90 days of issue of work order. The copy of the letter

addressed to the Registrar of Firms for registration is to be given to the Engineer-in-

charge.

ii) The Joint Venture deed shall be got approved from MKVDC, before it is registered with the

Registrar of firms Maharashtra State.

iii) Specific stipulation should be made in the joint Venture deed to seek prior written approval

of MKVDC, before any changes are proposed to be made in the Joint Venture deed, once

it is registered with Registrar of Firms, Maharashtra State.

iv) The Joint Venture partnership shall not be dissolved till the completion of defect liability

period as stipulated in tender conditions and till all the liabilities thereof are liquidated.

v) The shares of assets and liabilities of lead firm shall not be less than 60% and the

percentage share of each other firm in Joint Venture partnership deed shall not be less

than 20%. All the firms should be enrolled in the list of GOM (PWD Registered Contractor).

vi) One of the partners shall be nominated, as being in-charge and this authorization shall be

evidenced by submitting a power of attorney signed by a legally authorized signatory of all

the partners.

vii) The partner in-charge shall be authorized to incur liabilities and receive instructions for and

on behalf of any and all partners of the Joint Venture and entire execution of the contract

Page 14: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

14

including payment shall be done exclusively with the partner in charge.

viii) All partners of Joint Venture shall be liable jointly and severally for execution of the

contract in accordance with contract terms, and a relevant statement to this effect shall be

included in the authorization mentioned under (VI) above.

ix) Complete information pertaining to each partner in the respective forms duly signed by

each such partner shall be submitted with the application.

x) In case of Joint Venture of foreign and Indian partners the Indian partners should be

registered with G.O.M. (P.W.D.) as a Contractor.

xi) Separate information in respect of each firm (entered into Joint Venture) should be

submitted in Proforma 1 to 15.

( c ) In case of Joint Venture, the sponsoring firm has to submit complete information and

identify the lead firm. It would be necessary for the Joint Venture to establish to the

satisfaction of the committee that the Venture has been made practical, workable and

legally enforceable arrangements amongst the parties, that responsibilities regarding the

execution and financial arrangements have been clearly laid down and assigned that the

individual parties to whom such responsibilities etc. assigned are capable in their

individual capacity to discharge them completely and satisfactorily and also that the lead

firm has necessary skill and capacity to lead responsibility and involvement for the entire

period of execution as well as leading role in control and direction of the resources of the

entire Joint Venture.

(d) In case of any dispute or any breach of contract, 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 stamp paper for Rs. 100/-) shall be

submitted by the lead firm along with MOU as prescribed in proforma No.10.

(e) An independently pre-qualified firm, or Joint Venture consortia may, during the tender

period, strengthen its capacity by subsequent incorporation of another pre-qualified firm or

Joint Venture to form new Joint Venture amongst them but should seek approval of the

Chief Engineer, (Specified Projects), Pune not later than 15 days prior to bid opening.

(f) Bidders may be pre-qualified independently or in a Joint Venture but they would be

allowed to submit only one bid.

1.26 MANNER OF SUBMISSION OF PRE-QUALIFICATION & ITS ACCOMPANIMENT.

Pre-qualification documents are to be uploaded in master filter proforma. Also they have to

download Prequalification form from web site, fill it completely and upload on web site by

scanning. The Contractor shall submit the documents 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 registered contractor with PWD of Government

of Maharashtra in appropriate class, even though submitted earlier while issuing pre-

qualification booklets. Certificate should be valid on the date of submission.

Page 15: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

15

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

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

OR

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

iii) VAT Registration certificate provided as per Maharashtra Value Added Tax Act 2005

under clause 8 & 9 of rule 58 from Sales Tax Department.

iv) Deed of Partnership or Articles of Association and Memorandum of Association for Limited

Company.

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

vi) List of machinery and plants immediately available with the tenderer for use on this work

and list of machinery proposed to be utilized on this work but not immediately available

and the manner in which it is proposed to be procured ( Please refer Annexure-4, 4(a) and

4(b) ).

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 from P-GD C ( see rule 72 (i) V )

iv) Certificate of fitness in form 38 ( see rule 62 (i) 7 )

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

manufacturers sale certificate shall be produce . In 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 certificate Chartered Accountant a certificate

from a scheduled Bank of having financed the machinery 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 completed in statement No.3

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

under whom the works are completed should be enclosed. In Proforma 1(a),

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

in proforma - 1(a) & (b) along with the value of work 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 proforma –1(b) . The performance of the

contractor should be satisfactory.

ix) Power of Attorney

x) Professional tax clearance.

Page 16: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

16

xi) The detailed year wise quantities executed and amount of work completed and ongoing

for the last five years in proforma 1(c).

xii) Employees provident fund registration and its clearance.

All documents required to be submitted with Prequalification document shall be attested

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

verification.

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

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

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

dully filled Pre-qualification Documents the Bidders 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. 48712010000506 in the I.D.B.I

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

be uploaded.

1.30 DEFINITIONS :

In this document (as herein after defined) the following 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 Venture / Consortia, applying to become

eligible to tender.

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

1.40 FINAL DECISION MAKING AUTHORITY

The Committee headed by Chief Engineer (S.P.) , Water Resources Department, Pune-

11, reserves right to accept or reject any or all the 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 sought separately form either Executive

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

from the Superintending Engineer, Krishna Koyna Lift Irrigation Project Circle,

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

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

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

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

Page 17: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

17

document will not be evaluated and will be rejected.

1.60 PARTICULARS PROVISIONAL :

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

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

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

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

into tender document.

1.70 SITE VISIT :

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

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

1.80 MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION

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

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

pre-qualification must provide evidence of having adequate experience in modern

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

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

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

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

or joint venture. In absence of stipulation of sharing of experience in the agreement the

experience shall be taken in proportion of 80:20 for prime and sub 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 execution of work under consideration, a

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

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

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

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

of turnover and that of execution of similar work is 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 equipment on hire agreement ( to be

provided by necessary documents).

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

-qualification. A evaluation committee appointed for 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 email by the system automatically and Pre-

qualified contractors will be eligible for getting tender documents.

Page 18: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

18

ELIGIBILITY CRITERIA :

The formula for evaluation of bid capacity is –

Bid capacity = ( A x N x 1.50 ) - B

Where,

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

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

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

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

following :

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

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

Registered Co-Op. Societies or Organizations. The information 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 prescribed shall not be taken into account for

calculating value of “A”

2. Ascertained from total contract amount received in a year as stated in Sr. No. 1 (C), in

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

sheets of last 5 years duly certified by the Chartered 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 contractor does not have adequate bid –

capacity and shall not be considered for pre – qualification.

B = Value of existing commitments and works (ongoing) (updated to 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 should 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 certificate 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 = 1.5

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

will be evaluated for pre-qualification.

Page 19: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

19

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 established contractors with

experience and capability for executing this work . Any applicant, who is

able to satisfactorily establish that he/ they can undertake the work and

complete it within the stipulated time, will be able to get pre-qualified.

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

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

The evaluation committee shall have freedom to ask for clarifications and

further related information from the applicants, check references and

make inquiries in respect of works of prospective tender.

B) The evaluation authority will evaluate the submitted pre-qualification

information by scoring evaluation method for the work costing more than

Rs.15 crores, once the applicant gets through the Minimum Eligibility

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

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

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

decided on the basis of satisfying the minimum eligibility criteria and score

evaluation method. The allotted score for the various 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 information submitted by the bidder.

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

expected to go through these formats carefully and submit the information

properly.

Page 20: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

20

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

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

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

gives a short note (please refer proforma 6 of section 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 points is as stated in Para 8 of

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

points under various heads to help to judge the overall capability and

fitness of the 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 unsound, 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 criteria with a view to qualify atleast

three applicants and thus ensure adequate competition in tendering.

1.94 Necessary information will be collected from the details furnished in Proforma

and additional information may be called for at the discretion of the Committee.

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

capacity and quantities of main items executed of prime and sub contractors shall

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

addition is however permitted for working out the minimum 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 will 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 21: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

21

1.97 NO EVALUATION WILL BE DONE -

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

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

considered as non responsive will not be considered for eligibility.

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

completing contract, inordinate delays in completion and financial failure,

is noticed .

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

of Annex-A.

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

officer.

v. If the applicant fails to submit any of the following 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 by 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 be required to produce all original documents of PQ

documents when asked to do so. If he fails to produce original documents

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

shall be recorded and not considered for further evaluation.

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

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

given in para 1.20 Page No. 12 ( Method of applying)

x) If less than three bidders are eligible for further evaluation on account of non-

submission of above documents, then committee may relax or give

concessions for one or more documents with this relaxation further evaluation

will be carried out.

Page 22: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

22

ANNEX – A

TO SECTION I - DETAILED TENDER NOTICE, INFORMATION AND

INSTRUCTIONS

A) DESCRIPTION OF THE PROJECT :

Krishna Koyna Lift Irrigation Project has got third revised administratively

approval 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 Part and Takari Part. In this

project work includes Mhaisal Part - Construction of Pump House, Rising

Main, Delivery Chamber for Mhaisal Stage 6A & 6B and Approach Road

for Pump House Stage 6A It covers irrigation in Jath Taluka. After

completion of this Work 5569 Ha. Area (I.C.A.) will be under irrigation.

B) STATUS OF THE PROJECT :

The present work Mhaisal Stage 6A starts from Km No. 8 of Bilur Canal Part-

I. & Mhaisal Stage 6B starts from Km No. 28 of Devnal canal Part - I

This is major ongoing project namely Krishna Koyna Lift Irrigation Scheme

having two parts viz. Takari and Mhaisal Part. There 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, Salagare, Kavathemahankal

are completed. The branch canals namely Kalambi, Khanderajuri, Salagare

are in progress. The work of Jath Canal 0 to 81 Km are in progress. The work

of Bilur Canal Part-I & Devnal canal part-I & II are in progress.

C) CLIMATIC CONDITIONS :

The worksite is situated at an elevation ranging from R.L.650 to 735M. above

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

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

pre-mansoon showers and post monsoon showers with high velocity winds

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

Atmosphere in other seasons normally remains dry. The temperature varies

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

Page 23: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

23

D) SCOPE OF THE WORK :

The work involves execution of Krishna Koyna Lift Irrigation Project

Mhaisal Part

- Construction of Pump House, Rising Main, Delivery

Chamber for Mhaisal Stage 6A & 6B and Approach Road for Pump

House Stage 6A

The work under this contract includes following principle features

1) Excavation 89.70 T.cum

2) Concrete (all grade) 5.58 T.cum.

3) Steel (Structural / Reinforcement) 614.55 MT

4) M.S. Pipes a)1150 mm 1.53 T Rmt

b) 950 mm 4.60 T Rmt

5) M.S. Specials 9.16 TKG or MT

E) INFORMATION ABOUT WORK SITE:

The information on following points is given in this Annex.

1) Location of work : Ankle & Khalati Village Tal – Jath Dist - Sangli

2) Nearest Railway Station : Dhalgaon .which is 12 kms away from Ankle & 32

Km from Khalati

3) Roads : Approachable by all weather roads Miraj-Kavathemahankal-Daflapur-Jath

4) Telephone & Telegram facility : At Dafalapur which is 13 kms away from

Ankle & 7 Km from Khalati

5) Petrol & Diesel pumps : Dafalapur which is 13 kms away from Ankle & 7 Km

from Khalati

6) Land Acquisition: Under Progress.

Page 24: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

24

1. DETAILS OF WORK:

1.1 Name of work

Krishna Koyna Lift Irrigation Project Mhaisal Part -

Construction of Pump House, Rising Main,

Delivery Chamber for Mhaisal Stage 6A & 6B and

Approach Road for Pump House Stage 6A

1.2 Estimated Cost Rs. 2639.83 lakhs

1.3 Earnest Money (EMD)

Rs. 26.40 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.

48712010000506 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

48712010000506 their tender document envelope No 2 will

not be opened.

OR

1) The Bidder are required to Deposit Rs. 10.00 lakh on account of EMD in any form in the name of Executive Engineer, Mhaisal Pump House Division No-2, Sangli on account No. 48712010000506 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 48712010000506 their tender document envelope No 2 will not be opened.

2) Rs. 16.40 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 Notice

1.4 Security Deposit a) Initial 2.5 %

Rs. 132.00 Lakhs.

Rs. 66.00 Lakhs in the form of DD or

(a) Rs. 20.00 Lakhs in form of D.D. and

(b) Balance Amount of Rs. 46.00 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. 66.00 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

Will be Communicated separately

1.6 Class of contractor Class 1 A

1.7 Period of completion of work 18 Calendar months ( including monsoon )

Page 25: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

25

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.

As per time schedule

2.3 Cost of application form of pre-

qualification document.

Rs. 5000/-

2.4 Time and Date of online submission of

pre-qualification documents.

As per time schedule

2.5 Name and address of the officer

opening pre-qualification documents.

Superintending Engineer,

Krishna Koyna Lift Irrigation Project Circle,

Warnali, Vishrambag, Sangli-416 415.

2.6 Time and Date of opening of pre-

qualification documents.

As per time schedule

2.7 Period of availability of blank tender

form on web site (only for Prequalified

Bidders)

As per time schedule

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

2.9 Date, Time & Place of Pre-tender

conference

As per time schedule

2.10 Time and last date of online submission

tender document.

As per time schedule

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. As per time schedule .

2.13 The name of authority for accepting the

tender.

Chief Engineer (S.P.),

Water Resources Department,

Sinchan Bhavan, Pune-11.

Page 26: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

26

3.0 WORK AND SITE CONDITIONS :

3.1 Location About 75 Km. from District place Sangli.

About 27 (Stage 6A) Km. from Taluka Place

Jath about 13km. from nearest village

Dafalapur

About 15 Km. (Stage 6B) from Taluka Place

Jath

About 7 Km. from nearest village Dafalapur

3.2 Nearest railway Station. Dhalgaon 12 Km from 6A & 32 Km from 6B.

3.3 Nearest Airport. Kolhapur 125 Kms. Away

3.4 Roads. Approachable by all weather roads.

Miraj-Kavathemahankal-Daflapur-Jath

3.5 Nearest Telephone and Telegraph

facility.

At Dafalapur which is 13 Kms. Away from

the Stage 6A & 7 Km away form Stage 6B

3.6 Nearest Petrol and Diesel pump. At Dafalapur which is 13 Kms. Away from

the Stage 6A & 7 Km away form Stage 6B

3.7 Position of land acquisition. Under Progress

3.8 Position of funds. As per availability with MKVDC

4.0 PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME

4.1 Period of completion : 18 Calendar months

(Including monsoon)

4.2 Construction programme of major items to be executed.

Year Excavation

(Tcum)

Concrete (all

grade)

(Tcum

M.S. Pipes

1150 mm

Dia.

M.S.

Pipes

950 mm

Dim

Steel

MT

M.S.

Special

T KG

Amt in

lakh

9 Months 45.50 2.50 0.30 0.90 285.00 2.75 828.18

9 Months 44.20 3.08 1.23 3.70 329.55 6.41 1811.65

Total 89.70 5.58 1.53 4.60 614.55 9.16 2639.83

Page 27: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

27

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)

:

31/03/2014

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)

: 24 Months

5.3 Items for which information about quantities

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

: 1) Excavation

2) Concrete (all grades)

3) Steel

4) M.S. Pipe (Above 900 mm dia.)

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

Present Year 2014-15

Next Year 2015-16

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

category of class with competent authority (Like registration with PWD/ the

registration with registrar of firms/partnership deed etc.)

5.6 Contractor shall produce certificate from Chartered Accountant in support of

present Debt equity ratio, Bank Guarantee, Overdrafts along with its calculation

sheet.

6.0 MINIMUM ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION

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

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

further evaluated.

6.1 EXPERIENCE OF WORK EXECUTION

a) GENERAL EXPERIENCE

The contractor should have executed prescribed minimum quantity of following

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

I. Excavation : 54.00 Tcum

II. Concrete (all grades) : 3.35 Tcum

III Steel : 369.00 MT

IV M.S. Pipes (Above 900 mm dia.) : 3.70 T Rmt

Year No Year

V th 2009-2010

IV th 2010-2011

III rd 2011-2012

II nd 2012-2013

I st 2013-2014

Page 28: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

28

6.2 BID CAPACITY

a) The required bid capacity for this work is Rs. 2639.83 Lakhs.

6.3 ANNUAL TURNOVER

The applicant bidder should have attained maximum annual turnover (excluding

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

last 5 years not less than Rs. 1760 lakhs.

6.4 EXPERIENCE OF SIMILAR TYPE OF WORK

The contractor should have successfully completed at least work of Pump House,

Rising Main, Delivery Chamber, excavation, along with construction of structures

having cost not less than Rs. 1056 lakhs & having executed main items of work

such as Excavation, Pump House, Rising Main and Steel etc.

7.0 COMPOSITION OF THE EVALUATION COMMITTEE

The Evaluation Committee for pre qualification shall 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, Sangli

Member.

4. Superintending Engineer,

Vigillance Circle, Pune.

Member.

5. Superintending Engineer,

C.D.O. (PH) Nasik

Member.

6. Executive Engineer,

Mhaisal Pump House Division No.2, Sangli.

Member Secretary.

The committee shall have freedom to ask for clarifications and further related

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

works of prospective tenders.

8.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS

The evaluation committee will evaluate further the Pre-qualification Documents of the

tenderers who have passed the minimum eligibility criteria as per Para 6.0 of Annex-

A of the Section by allocation points for Particulars ( a to e ) tabulated in Para 1.91(B)

on Page -19 in following manner.

Page 29: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

29

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

Sr.

No.

Item of Work Unit Quantity

Maximum

points

1 Excavation Tcum 54.00 7

2. Concrete (all grades) Tcum 3.35 6

3 Steel MT 369.00 7

4 M.S. Pipes (Above 900 mm) T Rmt 3.70 5

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

( Total 25 Points)

Sr. No. Particulars Maximum points

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

type of work in a single tender of Pump House, Rising Main,

Delivery Chamber and Excavation work having Cost not less

than Rs. 1056 lakhs

25

8.2 Financial Strength Total 50 Points

Sr.No. Particulars Max Point

1 Annual Turnover (Total 10 Points )

For firms having average annual turnover Equal to or greater than

amount shown at 6.3 Annex-A

10

2 Bid Capacity ( Total 10 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 required value

(Maximum upto 5 points)

10

3 Duration of existence of firm (Total 10 Points )

a) If more than 5 years = 10 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 7 Points )

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

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

7

5 Bank Guarantee (Total 7 Points )

a) Without Bank Guarantee = 7 Points

b) With Bank Guarantee = 4 Points

7

6 Overdrafts (Total 6 Points )

a) If not enjoyed = 6 Point

b) If enjoyed = 4 Point

6

Total 50

Page 30: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

30

8.3 Equipment Adequacy:-

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

Documentary proof of machinery / equipments owned by 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

1 Excavators 2 4

2 Tipper 8 2

3 Water tanker 4 2

4 EOT Crane 1 4

5 Roller 2 2

6 Needle vibrator 6 3

7 Generator sets 2 2

8 Welding Unit 2 2

9 Pump sets 4 2

10 Concrete automatic mini batching

plan 2 8

11 Transit mixer 4 4

12 Fabrication Unit 2 2

13 Plate Bending Machine 2 1

14 Ultra sonic X ray testing Machine 1 2

15 Truck mounted crane 2 1

16 Pipe transporter 1 1

17 Sand blasting machine 1 1

18 Pipe guniting Machinery set 1 1

19 Gas Cutter 2 1

20 Quality control lab with wel equipped testing machine

2 1

21 Compressor with jack hammers 4 2

22 Concrete Mixer 2 1

23 Hydra (10 MT) 2 1

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 machinery of his own.

Page 31: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

31

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 requirement 0

Total 8

8.4.1 a) Project Manager/Project Engineer

Project Manager With 5 years experience = 4 Points

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

( Atleast one is compulsory)

10

8.4.2 b) Site staff as below

Site Engineer - B.E. Civil - 4 Nos. = 5 Points

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

10

8.4.3 Supervisory Technical Staff – 5 Nos.

10

Total 30

Page 32: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

32

8.5.1 (b) Equipments for Testing (Total 12 points)

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 certificate of having been quality

assurance setup deployed in previous similar nature of work.

3) The graduate Engineer should have experience work of quality assurance

work for minimum one year of the diploma holder should have experience

work of quality assurance work of minimum three years .

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

Draftsman, Surveyor, Building Supervisors or Architectural Draftsman) with

one year experience.

Sr.No. Test Required

Units

Marks

a) Embankment

1) Field Density

i) Sand replacement 2 0.5

ii) Core cutter 2 0.5

2) Moisture content test 2 1

3) Standard proctor test 2 1

4) Relative density test 2 1

b) Concrete / Masonry

1) Sieve analysis 2 1

2) Silt content of sand 2 1

3) Slump test 2 2

4) Compressive Strength 1 1

5) M.S. Pipes Testing equipment 1 3

Total 12

Page 33: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

33

. 9. LIST OF MINIMUM MACHINERY REQUIRED FOR THIS WORK. Sr. No Equipment Type Minimum Nos. required

1 Excavators 2

2 Tipper 8

3 Water tanker 4

4 EOT Crane 1

5 Roller 2

6 Needle vibrator 6

7 Generator sets 2

8 Welding Unit 2

9 Pump sets 4

10 Concrete automatic mini batching plant 2

11 Transit mixer 4

12 Fabrication Unit 2

13 Plate Bending Machine 2

14 Ultra sonic X ray testing Machine 1

15 Truck mounted crane 2

16 Pipe transporter 1

17 Sand blasting machine 1

18 Pipe guniting Machinery set 1

19 Gas Cutter 2

20 Quality control lab with wel equipped testing machine 2

21 Compressor with jack hammers 4

22 Concrete Mixer 2

23 Hydra (10 MT) 2

Out of total minimum machinery required as above, the Applicant shall have at least 50% of the

machinery of his own.

Note –

1) Contractor shall have 50% own machinery of each category by the firm, for balance 50% machinery

contractor should submit planning of mobilization.

2) Proof of the machinery owned by the firm R.C. /T.C. Books will required to be produced. Invoice will

not be considered for ownership of the equipment by the firm.

9.1

Information regarding work in hand in proforma 1 b.

Contractor has to furnish information of all incomplete 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 knowingly or unknowingly in proforma 1 b, the contractor will

summarily disqualified / his Pre-qualification document will not evaluated / tender will not evaluated

/ tender will be rejected.

9.3 Signing of Documents

When the documents are submitted online, it is not necessary to sign documents by individual.

However in case of true copy it should be attested by Gazetted Officer.

Page 34: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

34

SECTION-II

PRE-QUALIFICATION

INFORMATION

Page 35: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

35

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 –

Krishna Koyna Lift Irrigation Project Mhaisal Part - Construction of

Pump House, Rising Main, Delivery Chamber for Mhaisal Stage 6A &

6B and Approach Road for Pump House Stage 6A

Sir,

Having examined the details given in information and 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 information and relevant documents.

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

supplied in the enclosed statements 1,2,3 and proforma 1 to 15.

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

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

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

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

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

reputation.

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

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

respective works.

1.

2.

3.

4.

Enclosed. - Signature of Applicant/Contractor.

Seal of applicant.

Date of submission:

Page 36: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

36

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 Annex. A to Section 1

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

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

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

of the following

a) Ascertained from the Certificates mentioned above.

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

in Income Tax Clearance Certificate . Contractor shall ensure that information‘s is

filled in by income Tax authorities in case this information 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 year (Excluding advance such as

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

Vth year

2009-10

IV th year

2010-11

IIIrd Year

2011-12

IInd.Year

2012-13

1st.Year.

2013-14

Balance

Amount

Ref. page

No. of

Certificate

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 37: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

37

Work done as per –

Year I.T. Certificate Amount Or Balance Sheet

Amount

Ref. to page No.

Certificate

2009-10

2010-11

2011-12

2012-13

2013-14

Signature of Contractor

Page 38: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

38

2.3 STATEMENT NO 2

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

completed in the period stipulated for completion of 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 cases.

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

belief.

Signature of Contractor

Page 39: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

39

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

Agreement

No.

Amount

of work

done

(Rs. In

lakhs )

Date of

completi

on of

work

Concerned

Ex. Engr’s

office Name &

Address & Tel

No.

Proforma

1(a) of

similar

type of

work

attached

Remark

s

Signature of Contractor

Page 40: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

40

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 41: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

41

16 Details of work done :

Unit Excavation

T.Cum

Concrete

TCum

Steel

MT

M.S. Pipes

(above

900 mm)

T Rmt

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 physical progress and quality of

work:

_______________________________________________________________________

_______________________________________________________________________

_______________________________________________________________________

Outward No.: Seal

Date:

(E.E. Stamp with name)

(Stamp with name)

Page 42: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

42

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 work

6. Annual Turnover

Items Unit Quantities executed (Certificate of concerned authorities is

essential)

6.1 Physical Vth year IVth year IIIrd year IInd year 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 completion

of work if completed in time (Y/N)

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

limit, if so

Page 43: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

43

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 whom the

contents of the preceding Para 1 to 8 could be verified.

10 Name of applicant‘s Engineer-in-charge of the work and

educational qualification

11 Give details of your experience in monthly placement of

important items such as listed in Annex-A

12 Give details of your experience in mobilising large value

contracts with modern technology on the deployment of

latest heavy construction equipment

13 Details of quality control arrangements made by the

contractor of his own on these works

14 Whether bidder penalised under clause 2 slow progress of

work

15 Whether work abandoned by the bidder clause 3. Whether

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 correct to the best of my knowledge and belief

Signature of Contractor

Page 44: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

44

2.5 PROFORMA -1 (b)

Details of works in hand

( Separate information for 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 educational qualification

6. Annual turnover

Sr.No. Item Unit Quantities executed (Certificate of 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 Excavation

2 Concrete

3 Steel

4 M.S.Pipes

T. cum.

T. cum.

M.T.

T.Rmt.

6.2 Financial turnover :

Rs. in

lakhs

Page 45: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

45

Certified that the above information is true and correct 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 46: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

46

2.6 PROFORMA -1 (C)

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

last five years

Sr

No.

Year Items as per Annex A Total

financial

turnover

amount

Rs. in

lakhs

Ref.

Page

No. Excavation

T.Cum

Concrete

TCum

Steel

MT

M.S. Pipes

(above 900

mm dia.)

T Rmt

1 2 3 4

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 correct to the best of my knowledge and belief

Page 47: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

47

2.7 PROFORMA–2

FINANCIAL STATEMENT

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

1. Capital

a) Authorised

b) Issued and paid up

2 a) Date of incorporation of the Firm

b) Duration of existence of the firm

3. Furnish Balance sheet and profit & 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 given 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

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

Page 48: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

48

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 correct to the best of my knowledge and

belief.

Signature of Contractor

Page 49: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

49

2.8 PROFORMA – 3

RESOURCES PERSONNEL

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

proforma.)

1. Details of the Board of Directors

a. Name of the Director (s)

b. Organisation

c. Address

d. Remarks

2. .Details of key / technical and administrative

personnel and consultants and supervisory technical

staff which the applicant will employ on the proposed work.

a. Individual 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 contract

Labour (Regulation & Abolition) Act 1970 and the

Maharashtra Contract Labour ( R and A ) Rules 1971.

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

belief.

Signature of Contractor

Page 50: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

50

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 experience at any time when asked to do so.

Signature of Manager / Project Engineer

Page 51: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

51

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 correct to the best of my knowledge and

belief.

Page 52: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

52

2.10 PROFORMA - 4 (a)

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

constructions of said work in the following proforma.

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

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

1) Name of Equipment :

2) 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 Manufacturer

9) Number of actual working hours :

put in by the machine.

10) Present location :

11) Availability of equipment for this :

work

12) If machine is costing more than :

Rs.10 lakhs attach coloured

photograph

13) The Contractor shall have to :

Page 53: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

53

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 correct to the best of my knowledge and belief

Signature of Contractor.

Page 54: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

54

2.11 PROFORMA FOR - 4 (b)

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

for this work in the following proforma.

(Separate information for each type of equipment )

1. Name of Equipment

2. No. of 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/ manufacturer.

8. Remarks.

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

belief.

Signature of Contractor.

Page 55: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

55

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 Government

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 the parent company have in the project.

f. Joint Venture consortia

( If yes, give name and address of each

partner)

Page 56: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

56

6. Attach the organisation chart showing the structure

of the organisation including the positions of the

directors and key personnel.

7. What best describes you.

a. Engineers and contractors.

b. Consulting Engineers and contractors.

c. If, other, please specify.

8. Number of 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 country)

c. As a sub contractor

i. In own country (Specify)

ii. Internationally (Specify country)

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 57: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

57

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 organisation

ever been an officer or partner of some other

organisation that failed to complete the contract

( if so state name of individual /other organisation)

15. Have any key personnel or partner of your organisation

ever failed to complete the contract awarded in his name.

16. In what 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 laboratories.

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

belief.

Signature of contractor

Page 58: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

58

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 correct to the best of my knowledge and

belief.

Signature of Contractor

Page 59: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

59

2.14 PERFORMA - 7

Details of works tendered for as on the date of submission 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 correct to the best of my knowledge and

belief.

Signature of Contractor

Page 60: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

60

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 the work of Dams/ Canals or any other

type of work in the Maharashtra Krishna Valley Development 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 Area.( 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)

Signature of contractor

Page 61: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

61

2.16 PROFORMA - 9

JOINT VENTURE

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

following information otherwise state ― Not Applicable ‖.

1. Name and address of Joint Venture.

2. Name and address of all Partners of

Joint venture.

3. Name of firm leading the Joint Venture.

4. Indicate the responsibility of the firm

leading the joint venture and responsibility

of other Joint Venture partners.

5. Names and address of bankers of the

Joint Venture.

6. Details regarding financial participation of

each firm in the Joint Venture. Certified copy

of the agreement of Joint Venture shall be attached.

.

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

belief.

Signature of contractor

Page 62: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

62

2.17 PROFORMA - 10

(To be typed on 100 Rs. Stamp Paper)

Responsibilities of lead contractor in case of joint 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 contract.

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

registration No................ for the year , 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, breach of contract or liability (Physical

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

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

tendered contract and for all the liabilities including recoveries if any or financial liabilities

arising out of the contract or physical completion of work, till the expiration of the defect

liability period under the contract.

Place :-

Date :-

Signature of stamp of lead firm

Witness :-

1)

2)

Page 63: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

63

2.18 Proforma - 11

Undertaking of contractor regarding poor performance

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 for any work carried out by me nor I

have been blacklisted by any Govt. Deptt. previously.

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

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

I undertake that the above information is true to the 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 information is found to be false &

misleading by the concerned authority.

Signature of Contractor

Page 64: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

64

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 work

c) Method of reporting of quality assurance of work

Page 65: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

65

2.20 Proforma – 13

Check list of documents submitted along with pre-

Qualification documents. ( to be filled by contractor )

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

document

1 Name of Contractor

2 Valid P.W.D Registration

3 Bid capacity

4 Turn over

5 VAT Registration

6 Machinery Proof

7 P.T. Certificate & Clearance

8 Balance Sheet of last 5 Years

9 EPF Registration & Clearance

10 Letter of Transmittal

11 Statement No.1 Value - A

12 Statement No.2 Value - B

13 Statement No.3 Similar Work

14 Proforma-1 For Completed / Under

Progress work.

15 Proforma – I ( a ) For Completed work.

16 Proforma – I ( b ) Work in hand.

17 Proforma – I ( c ) For Quantities executed

& Amt.of work.

18 Proforma – 2 Financial Statement.

19 Proforma – 3 Personel.

20 Proforma – 3 ( a ) Experience certificate of

Proj .Manager

21 Proforma – 4 Plants & Equipments.

22 Proforma – 4 ( a ) Owned Plants and

Equipments.

23 Proforma – 4 ( b ) Additional Plants

Equipments.

24 Proforma – 5 Structurel organisation.

25 Proforma – 6 Additional information.

26 Proforma – 7 Details of work tendered.

27 Proforma – 8 Certificate Awarded Works in

MKVDC

28 Proforma – 9 Information of J.V.

29 Proforma – 10

Rs. 100 Stamp paper of J.V.

30 Proforma – 11 Poor performance.

31 Proforma – 12 Q.C.Equipment with

Contractor.

32 Proforma – 14 M.O.U. for J.V.

33 Proforma – 15

If Page Nos are not given or improperly given or stated documents are not available on

mentioned Page No then bid will not be evaluated or committee will not be responsible for

incorrect evaluation.

Signature of Contractor.

Page 66: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

66

2.21 PROFORMA - 14

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT

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 hereinafter referred to as

―...............................‖

DEFINITIONS:

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

―The Joint Venture (―JV‖ for short) shall mean .................................. and................................

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

―Appex Co-ordination Body (ACB‖) shall mean the body 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: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

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 integrated Joint Venture. The JV shall be

called as ―...............................................JOINT VENTURE‖ for short. Provided that the

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

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

contained shall be considered 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) hereinafter referred as the Executive

Engineer, have agreed to award the work of Construction of

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

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

Joint Venture.‖ in case the offer of J.V. is accepted. Where as ................... and

..................wish to execute the Contract if awarded 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 date of this MOU i.e................

20........................

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

shall be come into force from the date of this MOU i.e..........20.............

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 instructions contained in the Bid

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

VENTURE‖ in short

Page 68: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

68

6. That this agreement for Joint Venture firm (hereinafter 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 all

intents and purposes.

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

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

Shri

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

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

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

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

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

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

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

authority to incure liabilities, receive instructions and payments, sign and execute the

contract for and on behalf of the joint Venture. All 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 representatives of the Joint Venture

Partners.

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

the JV benefits of its individual experiences, technical 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, obligations, work experienced and risks (and all

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

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

proportionate share in any bonds, guarantees, securities 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 Coordinating Body. ―ACB‖

Page 69: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

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 procured and utilised by the parties as

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

J) Site Management:

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

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

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

contract.

K) That ―......................‖ and ―......................‖ shall be jointly and severally liable towards

the owner for the execution of the contract commitment in accordance with contract

conditions.

L) The JV deed shall be registered with the Registrar 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 registered with the Registrar of firms,

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

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

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

all the liabilities thereof are liquidated.

N) That question relating to validity and interpretation 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 obtaining 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 representatives of JV partners are

authorised to operate upon such accounts individually.

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

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

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

Page 70: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

70

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

every year.

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

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

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

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

Accountant.

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 JV agreement involving the

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

NOTICES AND CORRESPONDANCE. :

U) All correspondence and notices to the J.V. shall 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 duly authorized

representatives to sign below:

Signed for the behalf of

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

Signed for the behalf of

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

WITNESS 1)

2)

Page 71: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

71

2.22 Proforma - 15

Undertaking about inclusion of all works in hand in statement

No 1 (b) and correctness of the data.

To,

Superintending Engineer,

Krishna Koyna Lift Irrigation Project Circle,

Sangli.

Sir,

1) I undertake that the given information in prequalification documents are true and

correct.

2) I have not committed any work in hand i,e information provided in proforma (1b)

includes all the work in hand.

3) I know that if at any time, it is noticed that I have not submitted, information

regarding all the work in hand (works in hand means, the works for which final bill

is not passed and work is physically incomplete), that I will be disqualified from

tender process at any stage of the bidding by the department.

Signature of Contractor

Page 72: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

72

AGREEMENT CLAUSE:

Quality Assurance Clause:- On award of contract, the Contractors will have to provide

adequate quality assurance setup including QA Engineer backed with suitable laboratory

assistants, labours and well equipped laboratory for taking necessary field test required as

per Indian standards and as per specifications and as per instructions of Engineer-in-

charge.

Contractor shall provide all test reports as desired from the approved laboratories and from

Quality Control laboratories as per directions Contractor shall provide periodical quality

assurance report (Weekly/fortnightly/monthly) to Engineer in Charge along with proofs in

support of quality of work executed. All material account which is brought for the work

consumed in the work and any other data necessary to assess the quality of work.

If he fails to fulfill the requirement, the required manpower for testing and field laboratory

with required equipments will be deployed by the Engineer in charge and the charges will

be recovered from the contractor

PERSONEL FOR QUALITY ASSURANCE

Sr.No. Personnel with Qualification Nos

1. Quality Assurance Engineer (Graduate with 2 Year

experience in QA testing and report generation work)

One

2. Laboratory Assistants

(ITI certified course Certificate holder with

2 year experience in testing of material)

Two to Four

(As per work)

3. Laboratory Attendants (Testing Experience 1 year) Two (One for each

LA.)

Equipment

Sr. No. Equipments Apparatus for Tests

1 Earth Work -Field testing

Equipments

Std. Proctor Test, field density (sand

replacement & core cutter), Moisture

Content, Sieves for Filter Criteria, Weigh

balance, Oven

2 Concrete Work - Silt, Gradation, Moisture Content,

Slump, Crushing Strength mould &

core, Mix Design, Weigh balance

3 Masonry Silt, Gradation, Moisture Content,

Flow, Crushing Strength mould.

Page 73: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

73

Formats for inclusion in Pre Bid Document for selection of bidders,,

ADEQUACY OF PERSONEL & EQUIPMENTS FOR QUALITY ASSURANCE

Sr. No. Particulars Min. Nos.

required

Marks

Available

(100%)

(Deployment

Commitment) (50%)

1 Quality Control Engineer

(Graduate Engineer with

minimum 2 year Experience

OR D.C.E. with 5 year

experience in testing) for

Q-A.)

1 40

100%

20

50%

2 Laboratory Assistant (ITI

certified course and 1

years experience)

2 - 4 Nos. / Lab.

(Depending on

quantum of work)

10

100%

5

50%

3 Laboratory Attendants As per

requirement

Sr.

No.

Test

Required units

Marks

Available

(100%)

Commitment

(50%)

(a) Embankment

50

100 %

25

50%

1) Standard proctor 2

2) Apparatus for Moisture

content

2

3) Apparatus for Field

Density

i) Sand replacement 2

ii) Core cutter 2

4) Apparatus for 2

(b) Concrete/Masonry

Apparatus for

I) Sieve Analysis /

Gradation

2

2) Silt Content of sand 2

3) Slump Test, Flow Test 2

4) Compressive Test 1

1) M.S. Pi[pe

testing

equipment

1

Page 74: Construction of Pump House, Rising Main, Delivery Krishna ...mkvdc.maharashtra.etenders.in/tpoimages/mkvdc/... · 7 Main Tender Preparation - 07/10/2014 17.45 17/10/2014 9.59 8 -

Contractor No. of Corrections. Executive Engineer

74

Note:

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.

The bidder should submit the performance certificate of having been quality assurance setup deployed

in previous similar nature of work.

. 3) The graduate engineer should have experience of quality assurance testing for minimum three year or

the diploma holder should have experience work of quality assurance work for minimum five year.

The laboratory Assistant should have passed ITI certificate course (e.g. Civil

Draftsman, Surveyor, Building Supervisor or Architectural Draftsman) with one year

experience.