EXECUTIVE ENGINEER, SINA MADHA PROJECT DIVISION, … · qualification Documents will be available...

41
1 Contractor No. of Corrections Executive Engineer Authorised Use Only MAHARASHTRA KRISHNA VALLEY DEVELOPMENT CORPORATION, PUNE-11 ( A Govt. of Maharashtra Undertaking) Chief Engineer (S.P.) WRD, Pune-11 Superintending Engineer Kukadi Project Circle, Pune- 11 EXECUTIVE ENGINEER, SINA MADHA PROJECT DIVISION, BHIMANAGAR NAME OF WORK:- Constructing Structures in Km. No. 9 To 14 of Minor No.8 of Modnimb Dy. For Sina Madha L. I. Scheme. Tal- Madha. Estimated Cost:- Rs. 194.22 Lakhs BID CAPACITY DOCUMENTS

Transcript of EXECUTIVE ENGINEER, SINA MADHA PROJECT DIVISION, … · qualification Documents will be available...

1

Contractor No. of Corrections Executive Engineer

Authorised Use Only

MAHARASHTRA KRISHNA VALLEY

DEVELOPMENT CORPORATION, PUNE-11

( A Govt. of Maharashtra Undertaking)

Chief Engineer (S.P.) WRD, Pune-11

Superintending Engineer Kukadi Project Circle, Pune- 11

EXECUTIVE ENGINEER, SINA MADHA PROJECT DIVISION, BHIMANAGAR

NAME OF WORK:- Constructing Structures in Km.

No. 9 To 14 of Minor No.8 of

Modnimb Dy. For Sina Madha L. I.

Scheme. Tal- Madha.

Estimated Cost:- Rs. 194.22 Lakhs

BID CAPACITY DOCUMENTS

2

Contractor No. of Corrections Executive Engineer

I N D E X

Sr.No. Particular Page No.

Press Notice 4-6

Detailed Tender Notice 7-8

Tender Schedule 9

1.00 SECTION-I : INFORMATION & INSTRUCTION TO APPLICANTS 10

1.10 General 11-12

1.20 Method of applying 12-14

1.26 Manner of submission of Bid Capacity

documents & it’s accompaniments.

14-15

1.30 Definition 15

1.40 Final Decision making authority 16

1.50 clarification 16

1.60 Particulars Provisional 16

1.70 Site Visit 16

1.80 Minimum eligibility criteria for Bid

Capacity.

16-17

1.90 Evaluation criteria for Bid Capacity. 18-19

ANNEXURE-A

A- Description of Project 20

B- Status of the Project 20

C- Climate Conditions 20

D- Scope of the Work 21

E- Information about worksite 21

1. Details of the Work 22

2. Information of obtaining documents 23

3. Work & Site Conditions. 24

4. Period of completion & programme of

work

24

5. Other date for statement & proforma 24

6. Minimum Eligibility Criteria for Bid

Capacity.

25

7. Composition of Evaluation committee 25

3

Contractor No. of Corrections Executive Engineer

Sr.No. Particular Page No.

2.00 SECTION-II : PREQUALIFICATION INFORMATION

Letter of transmittal 27

2.1 Statement-1 Bid Capacity 28

2.2 Statement-2 Value of “B” 29

2.3 Proforma-1 30-31

2.4 Proforma-2 32

2.5 Proforma-3 33

2.6 Proforma-4 34

2.7 Additional Information 35

2.8 Check List 36

2.9 Joint Venture Format 37-41

4

Contractor No. of Corrections Executive Engineer

PRESS NOTICE

&

DETAILED TENDER NOTICE

5

Contractor No. of Corrections Executive Engineer

Maharashtra Krishna Valley Development Corporation, Pune-11

(Govt. of Maharashtra Undertaking)

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

MKVDC Portal : http://mkvdc.maharashtra.etenders.in Online application for Bid Capacity of below mentioned works are invited by

Maharashtra Krishna Valley Development Corporation, Pune from The

contractors registered in appropriate class with Public Works Department of

Government of Maharashtra. The Bid Capacity Documents are available on

website from 02.09.2014 to 26.09.2014

Sr. No.

Name of work Estimated Cost Rs. (in lakhs)

Class of Contractor

Period in

Months

1 Constructing Structures in Km. No.

1 to 9 in Minor No.8 of Modnimb Dy.

for Sina Madha L.I. Scheme

368.10 2 & above 24

2 Constructing Structures in Km. No.

9 to 14 in Minor No.8 of Modnimb

Dy. for Sina Madha L.I. Scheme

194.22 3 & above 18

The Contractor Participating first time in e-Tendering Bids will have to procure

Digital Signature Certificate, Username & Password from competent authorities as per

guidelines mentioned on homepage of the website.

All requisite information required for the submission of Pre-qualification

documents is available in the above said website.

If any assistance is required e-Tendering (upload / download) Please contact

System Integrator (Mob.No., , PhoneNo.020-25315555, email-

[email protected])

Executive Engineer Sina Madha Project Division,

Bhimanagar Tal. Madha. Ph.No.02183-236042

E-mail – [email protected]

6

Contractor No. of Corrections Executive Engineer

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

¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉbÆ÷³ý, {ÉÖhÉä- 11

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

Main Portal : http://maharashtra.etenders.in MKVDC 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

¤ÉÉÆvÉEòÉ¨É Ê´É¦ÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ ä̀öEäònùÉ®úÉEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ {ÉÚ´ÉÇ

ºÉIɨÉiÉÉ ºÉÆSÉ ¨ÉÉMÉÊ´ÉiÉ +ɽäþiÉ. ÊxÉÊ´ÉnùÉ {ÉÚ´ÉÇ ºÉIɨÉiÉÉ ºÉÆSÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú Ên.

02.09.2014 iÉä Ên.26.09.2014 {ɪÉÈiÉ ={ɱɤvÉ +ɽäþiÉ

Sr.No.

Name of Work Estimated Cost

( Rs. Lakhs)

Class of Contractor

Period of Completion

1 ºÉÒxÉÉ ¨ÉÉføÉ ={ɺÉÉ ËºÉSÉxÉ

ªÉÉäVÉxÉÉ- ¨ÉÉäb÷ËxÉ¤É Ê´ÉiÉ®úÒEòÉ-

±ÉPÉÖÊ´ÉiÉ®úÒEòÉ Gò. 8 ÊEò.¨ÉÒ. 1 iÉä

9 ¨ÉvÉÒ±É ¤ÉÉÆvÉEòɨÉä Eò®úhÉä.

368.10 2 ´É ´É®úÒ±É 24

2 ºÉÒxÉÉ ¨ÉÉføÉ ={ɺÉÉ ËºÉSÉxÉ

ªÉÉäVÉxÉÉ- ¨ÉÉäb÷ËxÉ¤É Ê´ÉiÉ®úÒEòÉ-

±ÉPÉÖÊ´ÉiÉ®úÒEòÉ Gò. 8 ÊEò.¨ÉÒ. 9 iÉä

14 ¨ÉvÉÒ±É ¤ÉÉÆvÉEòɨÉä Eò®úhÉä.

194.22 3 ´É ´É®úÒ±É 18

VÉä ä̀öEäònùÉ®ú {Éʽþ±ªÉÉÆnùÉSÉ <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉäiÉ +ɽäþiÉ iªÉÉÆxÉÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú

Ênù±É䱪ÉÉ ¨ÉÉMÉÇnù¶ÉÇEò iÉi´ÉÉxÉÖºÉÉ®ú |ÉlÉ¨É Êb÷ZÉÒ]õ±É ʺÉMxÉäSÉ®ú ªÉÖZÉ®ú ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò°üxÉ PÉähÉä

+ɴɶªÉEò +ɽäþ.

<Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þɪªÉiÉÉ +ɴɶªÉEò +ºÉ±ªÉÉºÉ (b÷É>ðxÉ ±ÉÉäb÷ / +{É ±ÉÉäb÷) ʺÉκ]õ¨É

<Æ]õÒOÉä]õ®ú (¨ÉÉä¤ÉÉ<Ç±É xÉƤɮú , , ¡òÉäxÉ xÉÆ.020-25315555, [email protected])

ªÉÉÆSªÉɶÉÒ ºÉÆ{ÉEÇò ºÉÉvÉÉ´ÉÉ.

<Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉÉ EòɨÉɺÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ ¨ÉÉʽþiÉÒ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ={ɱɤvÉ +ɽäþ.

EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ

ºÉÒxÉÉ ¨ÉÉføÉ |ÉEò±{É Ê´É¦ÉÉMÉ

ʦɨÉÉxÉMÉ®ú iÉÉ.¨ÉÉføÉ

nÖù®úv´ÉxÉÒ Gò. 02183-236042

E-mail – [email protected]

7

Contractor No. of Corrections Executive Engineer

Maharashtra Krishna Valley Development Corporation, Pune-11

DETAILED TENDER NOTICE NO. 1 FOR 2014-15.

CIRCLE :- Kukadi Project Circle, Pune

DIVISION :- Sina Madha Project Division, Bhimanagar Tal. Madha.

1. Online digitally signed application for Bid Capacity Document/ Tender Document for the

following work is invited by the Executive Engineer, Sina Madha Project Division,

Bhimanagar Tal. Madha 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

Class of Registration

1 Constructing Structures in Km. No. 1 to 9 in Minor No.8 of Modnimb Dy. for Sina Madha L.I. Scheme

368.10 3.70 24 10000 ll & above

2 Constructing Structures in Km. No. 9 to 14 in Minor No.8 of Modnimb Dy. for Sina Madha L.I. Scheme

194.22 1.95 18 10000 lll & above

2. The forms of Pre-qualification documents are available on the e-Tendering website of

MKVDC 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 Prequalification Documents

form fee of Rs.5000/- (Rs. Five Thousand only) is remitted in the A/c of Executive

Engineer, Sina Madha Project Division, Bhimanagar Tal. Madha Dist. Solapur on

account No.49112010000134 in the IDBI Bank at Tembhurni 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 IDBI Bank at Tembhurni Branch

account No.49112010000134 will not be evaluated further. The Pre-qualification

Documents be submitted online on the website www.mkvdc.maharashtra.etenders. Pre-

qualification Documents will be available from 102/09/2014 to 26/09/2014 up to 12.00 hrs.

for downloading. The bidder has to download the Pre-qualification application form from

website. The bidder has option of submitting the Pre-qualification Documents and Tender

Documents by scanning documents and uploading on the website (online submission) The

last date of submission of duly filled Pre-qualification Documents is 30/09/2014 up to 12.00

hrs. No. change in the Pre-qualification Documents is allowed after 12.00 hrs as on

30/09/2014. Opening of E-Prequalification Documents will be done on 04/10/2014 at 15.00

hrs. if possible. The results of Pre-qualification will be available on website and will be

communicated to the successful bidders by email.

8

Contractor No. of Corrections Executive Engineer

3. The contractor has to prepare & submit Pre-qualification Documents online on or before

30/09/2014 upto 12.00 hrs and again submit the bid (Re-encryption) 04/10/2014 upto 12

hrs. in the office of the Superintending Engineer, Kukadi Project Circle, Pune-11 on or

before upto 12.00 Hrs.

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

from the website of MKVDC http://mkvdc.maharashtra.etenders.in under “Tender Purchase”

from 20/10/2014 to 03/11/2014 While submitting the dully filled Tender Documents the

Bidders are required to Deposit Tender fee amount Rs. 10000/- (Rs.Ten thousand only) in

the name of Executive Engineer, Sina Madha Project Division, Bhimanagar Tal. Madha

Dist. Solapur on account No.49112010000134 in the IDBI Bank at Tembhurni. The

Scanned copy of Proof of Deposit of such amount should be uploaded. Those contractor

whose Blank Tender Document Form Fee amount is not reflected in the IDBI Bank at

Tembhurni Branch account No.49112010000134 their envelope No.2 will not be opened.

5. Pre-Tender conference for the works will be held on 27/10/2014 at 15.00 hrs. in the office

of the Chief Engineer(S.P.) Water Resources Dept, Pune.

6. Duly filled online tender form will be accepted on or before 03/11/2014 at 12.00 hrs. on

http://mkvdc.maharashtra.etenders.in & again submit the Bid on or before (Reencryption /

decryption) 07/11/2014 upto 12.00 hrs.

7. Opening of E-tender forms will be done on 27/11/2014 at 15.00 hrs if possible.

8. 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.

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

assigning any reason by the competent authority.

Executive Engineer Sina Madha Project Division,

Bhimanagar Tal. Madha. Ph.No.02183-236042

E-mail – [email protected]

9

Contractor No. of Corrections Executive Engineer

Tender Schedule

Seq. No

MKVDC Stage Vender Stage Start Date & Time

Expiry Date & Time

Envelopes

1 Release Tender -

2 Processing Fee of PQ/Bid Capacity Evaluation

02.09.2014

10.00 am

--- Pre-Qualification

3 Pre-Qualification Documents Download & Preparation

02.09.2014

10.00 am

26.09.2014

17.00 pm

Pre-Qualification

4 Close for Bidding of Pre Qualification

02.09.2014

10.00 am

26.09.2014

17.00 pm

Pre-Qualification

5 Re-encryption of Pre Qualification

--- 26.09.2014

17.00 pm

Pre-Qualification

6 Pre-Qualification Opening & Short listing

30.09.2014

10.00 am

04.10.2014

12.00 pm

Pre-Qualification

7 Main Tender Preparation

04.10.2014

12.01 pm

18.10.2014

17.00 pm

Commercial Envelope-C1, Technical Envelope- T1

8 Processing fee for Main Tender

19.10.2014

13.01 am

19.10.2014

17.00 pm

Commercial Envelope-C1, Technical Envelope- T1

9 Pre Tender Conference in the Office of C.E. (SP) WRD Pune-11

20.10.2014

10.00 am

03.11.2014

17.00 pm

10 Main Tender Document & online Bid

27.10.2014

15.00 pm

--- Technical Envelope- T1

11 Main Tender Schedule A Document & online Bid

20.10.2014

10.00 am

03.11.2014

17.00 pm

Commercial Envelope-C1,

12 Close for Bidding of Main Tender

20.10.2014

10.00 am

03.11.2014

17.00 pm

Commercial Envelope-C1, Technical Envelope- T1

13 Re-encryption of Main Tender

03.11.2014

17.00 pm

14 Tender Opening & Short listing (Technical)

03.11.2014

17.01 pm

07.11.2014

12.00 pm

Technical Envelope- T1

15 Financial Bid Opening 07.11.2014

12.01 pm

07.11.2014

17.00 pm

Commercial Envelope-C1,

16 Tender Award 07.11.2014

12.01 pm

07.11.2014

17.00 pm

10

Contractor No. of Corrections Executive Engineer

SECTION- I

INFORMATION AND INSTRUCTION TO THE

APPLICANTS

11

Contractor No. of Corrections Executive Engineer

SECTION – I

1.0 INFORMATION AND INSTRUCTION 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 04/04/1996. The head quarters of the Maharashtra Krishna Valley Development

Corporation, Pune (MKVDC, Pune or MKVDC for short, and here after referred to only as

Corporation) is Pune. The official postal address for correspondence is

Office of the Executive Director,

Maharashtra Krishna Valley Development Corporation

Sinchan Bhavan, Barne Road,

Mangalwar Peth, PUNE-411 011

GENERAL INFORMATIOIN

The function and powers of the corporation have been listed in the Maharashtra Act XV of 1996. In

general, has been entrusted with the work of investigation, planning, designing of projects,

maintenance of completed projects, and 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 form are invited by the Corporation, from the contractors in

registered 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 Documents are

invited from the contractors.

1.12 The contractor should download Prequalification Document /Bid Capacity Documents from the website

1.13 The online forms of master file 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

prescribed form will render application to be rejected as non responsive.

12

Contractor No. of Corrections Executive Engineer

1.14 The pre-qualification documents / Bid Capacity Documents shall be typed on applicant’s letter

head and uploaded the scanned copy.

1.15 Any overwriting or correction shall be attested by contractor with dated initials. All pages of

the pre-qualification documents shall be numbered along with index and should be

submitted as a 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 Bid Capacity 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 additional information (photographs of the work which

were already carried out which he thinks necessary in regard to his capabilities). No further

information will be entertained after submission of the pre-qualification documents unless it

is requested by the Maharashtra Krishna Valley Development Corporation, Pune (here in

after referred to as MKVDC or Corporation).

1.19 The pre-qualification documents /Bid Capacity Documents in prescribed forms as required in

this booklet duly completed and signed should be submitted along with all relevant

documents. The documents submitted in connection with the pre-qualification /Bid Capacity

Documents 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

discussion, conferences in connection with this documents, will not be reimbursed by the

MKVDC, Pune-411011 under any circumstances.

b) In the event of any applicant wishing to withdraw for pre-qualification the applicant must

write an explanatory letter to the Chief Engineer (S.P.) Pune, to return the documents.

However the cost of pre-qualification documents already paid shall not be refunded in any

case or on account of any reason.

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 in block letters 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 in block letters and 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 typed written names and current addresses or by a partner holding valid

power of attorney for the firm by signing the application, in which case a certified copy of the

13

Contractor No. of Corrections Executive Engineer

power of attorney shall accompany the application. A certified copy of the partnership deed,

current addresses of all partners of the firm shall also accompany the application.

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

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 firm as partners: Please

refer Annex-B

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)

between the tenderer and associating firm/Company individual shall be considered as

adequate proof for association subject to the condition that on being considered eligible to

tender for the work, the tenderer shall be informed accordingly, where upon the tenderer

shall be required to enter into a Joint Venture (JV) partnership by signing an instrument on

judicial stamp paper of appropriate value. The various conditions mentioned in Para 1.25 (b)

shall be corporate in MOU. The Joint Venture deed shall be submitted by the contractor,

then the tender of such venture shall not be opened but same will be recorded and

considered non responsive.

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

with the Registrar of Firms, Maharashtra State.

iii. Specific stipulation be made in the Joint Venture deed to seek prior written approval of the

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

registered with the Registrar of Firm, Maharashtra State.

iv. The joint Venture partnership shall not be dissolved till the completion of defects liability

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

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

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

than 20%. The lead firm should be enrolled in the list of selected contractors of MKVDC.

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 legally authorized signatories of all

the partners.

14

Contractor No. of Corrections Executive Engineer

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

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

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

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

contract in accordance with the contract terms, and a relevant statements 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 in the

list of select Contractors of Class II and above of MKVDC, Pune.

xi. Separate information in respect of each firm (Entered in to Joint Venture) should be

submitted in Proforma 1 to 4.

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

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 roll in control and direction on 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, of Joint Venture consortia may, during the tender

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

Joint Venture to form new Joint Venture amongst themselves but should seek approval of

the Chief Engineer, MKVDC, 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 / BID CAPACITY

DOCUMENTS & ITS ACCOMPANIMENT.

The Pre-qualification documents / Bid Capacity documents are to be submitted by

uploading it online. It is compulsory to submission done online, the bidder should not

submit the tender. It the tender is submitted in both the forms it will be rejected.

The Pre-qualification document / Bid Capacity documents are to be download

form from the web site http://mkvdc.maharashtra.gov.in The bidder should fill the

downloaded documents and upload all the documents by scanning.

15

Contractor No. of Corrections Executive Engineer

The Applicant Bidder shall submit the documents listed as below along with Pre-

qualification booklet along with checklist prescribed in proforma 8 (a). The additional

information for documents shall be submitted in separate file as mentioned in para 1.17.

i) Certificate in original or certified copy thereof as a registered contractor with PWD

Government of Maharashtra in appropriate class, even though submitted earlier for issuing

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

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 Article of Association and Memorandum of Association for Limited

Company.

v) List of machinery and plants immediately available with the tenderer for use on this work. vi) Details of works of similar type and magnitude carried out by the contractor duly certified

by the head of office under whom the works were completed.

vii) Power of Attorney.

viii) Professional Tax clearance.

ix) Employees provident fund registration and its clearance.

All documents required to be submitted with Pre-qualification document shall be attested

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

x) The forms of Bid Capacity documents are available on the e-Tendering website of MKVDC

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.2000/- (Rs.Two

Thousand Only) in any form in the name of Executive Engineer, Sina Madha Project

Division, Bhimanagar Tq. Madha ,Dist. Solapur. on account No.49112010000134 in

the IDBI Bank at Tembhurni Branch. The scanned copy of Proof of Deposit of such

amount should be uploaded.

1.30 DEFINITIONS:

In this documents (as hereinafter defined) the following words and expression will have the

meaning hereby assigned to them.

A) MKVDC:

MKVDC means Maharashtra Krishna Valley Development Corporation, Sinchan Bhavan,

Pune-11.

B) APPLICANT:

Applicant means individual, proprietary firm, firm in partnership, Limited Company

Corporation or group of firm forming a joint venture consortia applying to become eligible

to tender.

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

16

Contractor No. of Corrections Executive Engineer

1.40 FINAL DECISION MAKING AUTHORITY:

The committee headed by Chief Engineer (S.P.) W.R.D.Pune-11 reserves right to accept

or reject any of the application for pre-qualification without assigning any reasons thereof

and its decision will be final.

1.50 CLARIFICATION:

The clarification(s), if any, may please be sought separately from either Executive

Engineer, Sina Madha Project Division, Bhimanagar Tq. Madha ,Dist. Solapur

Tel.No.02183-236042 or the Superintending Engineer, Kukadi Project Circle, Pune-11

mentioned in Annex - 'A` Para 2.1, 2.50.

1.60 PARTICULARS PROVISIONAL:

The particulars of the proposed works given in Annex -'A' to this section are provisional

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

the particulars is not guaranteed in any form this pre-qualification documents 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 appointment with

Executive Engineer or his authorized representative concerned with the work.

1.80 MINIMUM ELIGIBILITY CRITERIA FOR PRE-QUALIFICATION / BID CAPACITY : The applicant must be well established contractor with experience and capability in

construction of work similar to the work given in this document.

In order to asses the experience and capability of contractor for execution of the work

under. Consideration, minimum criteria has been specified. These minimum criteria will be

judged from the past experience of the contractor.

The applicant bidder, as a prime contractor subcontractor should have adequate bid

capacity, executed the quantities of main items (as stated in Annex - 'A`) in anyone year

during a period of last five years.

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

Capacity. A Evaluation committee appointed for this will approve the evaluation as per

G.R. of Irrigation Dept.No.misc./1098/(237/98) (p) dtd.05.12.2000.

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.

ELIGIBILITY CRITERIA:

The formula of evaluation of bid capacity is :

BID CAPACITY = (A x N x 2) - B

where

17

Contractor No. of Corrections Executive Engineer

A = Maximum value of Civil Engineering works in 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 office in case of Limited Companies and

Registered Cooperative Societies or Organizations. The information is to be submitted in

proforma 1 (a) and 1 (b) as enclosed in Section II for completed and ongoing works

respectively. Information given in any other format that prescribed shall not be taken into

account for calculating value of "A".

2) The contractor shall submit balance sheet of last five years duly certified by the Chartered

Accountant.

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

submission of anyone or both, it shall be concluded that contractor does not have

adequate bid capacity and shall not be considered.

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

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

completion of work of the present tender. (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 certificates as prescribed in Proforma 1 (b)

and stated in Statement No.2 enclosed in Section II. If the information found to be false

tender / prequalification will not be considered.

N = Number of years prescribed for completion of work for which the bids are invited as

stated in Annex -'A', Para 4.1

Only those applicants who satisfy the minimum criteria as stated in Para 6 of Annex -`A`

will be evaluated for pre-qualification. N=1.5

18

Contractor No. of Corrections Executive Engineer

1.90 EVALUATION CRITERIA FOR PRE-QUALIFICATION:

Only those applicants who satisfy the minimum criteria of eligibility i.e. 194.22 crores as

stated in para 1.80 above will be evaluated for Bid Capacity.

Bid Capacity of prospective tenderers is to be done to ensure that final bids for the work are

received from well established contractors with experience and capability for executing this

work. Any applicant, who is able to satisfactorily establish that he/they can undertake the

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

The pre-qualification information booklet should be indexed and paged. The evaluation for

prequalification is not 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 given references of the information

given in booklet.

The other evaluation factors shall include.

i) Record of completing the works in time.

ii) Quality Control arrangements by the applicant.

The evaluation for Bid Capacity of the applications shall be done by a committee as

mentioned in para 7.0 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 tenderer.

The evaluation authority will evaluate the submitted Bid Capacity information shall be

decided on the basis of satisfying the minimum eligibility criteria and other information

submitted by the applicant.

1.91 Necessary information will be collected from the details furnished in proforma and additional

information may be called for at the discretion of the committee.

1.92 In case of joint venture partnership or a partnership the yearly turnover to bid capacity and

quantities lf main items executed of prime and sub contractors shall be added together for

determining the minimum criteria of pre-qualification no addition is however permitted for

working out the maximum cost of similar type of work executed.

1.93 The Contractor if the works is awarded to him will have to provide adequate quality control

testing laboratory.

19

Contractor No. of Corrections Executive Engineer

1.97 NO EVALUATION WILL BE DONE:-

a) If the information given in section -II, Proforma -1 to 15 & statement 1,2, & 3 is incomplete

/ misleading / false, such application will be considered as non responsive will not be

considered for eligibility.

b) If the record of poor performance such as abandoning work, not properly completing

contract, inordinate delays in completion and financial failure, is noticed. The contractor shall

give the undertaking to this regards in proforma 4 & enclosed it with Bid Capacity

Documents.

c) If not presented neatly & readable manner.

d) If applicant dose not submit Bid Capacity document properly as per procedure given in

para 1.20 ( Method of applying).

20

Contractor No. of Corrections Executive Engineer

ANNEXURE - A

SECTION I – DETAILED TENDER NOTICE, INFORMATION AND INSTRUCTIONS

A) DESCRIPTION OF THE PROJECT:

The Sina Madha Lift Irrigation scheme has been administratively approved by

Govt. of Maharashtra vide Marathi letter No. Sina Madha /1089/213/89 dated

17.05.1994 to irrigate 16151 Ha. draught prone area from 40 villages of Madha

Tahsil, Dist. Solapur.

B) STATUS OF PROJECT

The Lift Irrigation scheme has been commissioned in Sept.2005. Out of

16,151 Ha.(ICA) at this stage 7810 Ha. (ICA) area is under irrigation through Main

Canal, Right Bank Canal, Left Bank Canal, Pimpalner Dy. , Nimgaon Dy. , & Dy

No.1 of RBC . Now, the disnet works are in progress.

C) CLIMATIC CONDITION

The site is situated in low rainfall zone. The rainy season generally starts from

Mid of June & ends by the end of September. The average annual rainfall is about

400 mm. The temperature in this region varies from minimum of 100 C in winter to

the maximum of 450 C in summer season.

21

Contractor No. of Corrections Executive Engineer

D) SCOPE OF THE WORK:

The Minor No.8 of Modnimb Dy is 16 Km long. The earthwork of Minor No.8 of

Modnimb Dy. is almost completed. Now, “the Structures in Km. No. 9 to 14 of Minor No.8 of

Modnimb Dy. for Sina Madha L.I. Scheme” are to be constructed.

The work includes following Structures.

Sr. No. Type of Structure Nos. 1 Super Passage 7

2 CTB/VRB 6

3 HPC 5

Total 18

The main items & tentative quantities required to be executed are tabulated as below.

Sr. No. Item Unit Quantity

1 Excavation for Structure Cu.M. 12670.00

2 Cement Concrete Cu.M. 1522.00

3 Reinforcement M.T. 23.00

E) INFORMATION ABOUT WORK SITE:-

The information on following points is given in this Annex.

1 Location About 70 Km form District place Solapur.

About 30 Km form Taluka place Madha.

About 04 Km form nearest Village Solapur.

2 Nearest Railway Station Modnimb,

About 09 Km away form work site.

3 Nearest Airport Solapur.

About 70 Km away form work site.

4 Roads Pune-Solapur National Highway

5 Nearest Telephone facility At-Post- Aran Tal. Madha Dist. Solapur.

Which is 2 Km away form work site.

6 Nearest Petrol & Diesel

pump

Modnimb,

About 09 Km away form work site.

7 Position of Land

acquisition

The earthwork is almost completed by taking

consents from farmers.

22

Contractor No. of Corrections Executive Engineer

1.0 DETAILS OF THE WORKS

1.1 Name of Work- Construction Structures in Km. No. 9 to 14 of Minor No.8

of Modnimb Dy. for Sina Madha L.I. Scheme.

1.2 Estimated Cost. Rs. 194.22 Lakhs.

1.3 Earnest Money 1% 1. 95 Lakhs. The bidders are required to Deposit in the name of Executive Engineer Sina Madha Project Division, Bhimanagar on A/C

No.49112010000133 in the IDBI Bank at Tembhurni branch. The scanned copy of proof of deposit such amount should be uploaded. Those contractor whose EMD amount is not reflected in the IDBI Bank at Tembhurni branch account

No.49112010000134 their tender documents envelop No.2 will not be opened.

OR 1) The bidder are required to Deposit Rs.1.00 lakh on A/c of EMD in any form in the name of Executive Engineer Sina Madha Project Division,

Bhimanagar on A/C No.49112010000133 in the

IDBI Bank at Tembhurni branch. The scanned Copy of proof of deposit such amount should be uploaded. Those contractor whose EMD amount is no reflected in the IDBI Bank at Tembhurni

branch account No.49112010000133 their

tender documents envelop No.2 will not be opened. 2) Rs.0.95 lakhs in form of irrecoverable Bank Guarantee of any Nationalized schedule 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.

1.4 Security Deposit 5% Rs. 9.72 Lakhs

i) Initial 2.5% Rs. 4.86 lakhs in form of D.D.Payable at Tembhurni. OR i) Rs. 2.00 lakhs in form of D.D. ii) Rs. 2.86 lakhs in form of irrevocable Bank Guarantee from Nationalised/Scheduled Bank in Maharashtra State.

ii) Through R.A. Bill 2.50 Rs. 4.86 Lakhs

1.5 Date, time and place of pretender conference

Will be intimated to qualified tenderers separately. Place : Office of the Chief Engineer (S.P.) , WRD Sinchan Bhavan, Pune-11

1.6 Class of contractor Class IIl & above

1.7 Period of completion of work

18 Calendar Months (including monsoon)

23

Contractor No. of Corrections Executive Engineer

2.0 INFORMATION FOR OBTAINING BID CAPACITY DOCUMENTS, TENDER PAPERS AND ITS SUBMISSION.

2.1 Name and address of the Executive

Engineer in-charge of the work issuing

tender papers / Bid Capacity

documents and in whose name

Earnest Money and Security Deposit is

to be pledged.

Executive Engineer, Sina Madha Project

Division, Bhimanagar, Tal. Madha.

Pre-qualification documents & tenders are to

be downloaded from website and will not

issued by the office,

Tel.No.(02183) 236042.

2.2 Period of availability of

Prequalification document on web site.

As per detailed tender notice.

2.3 Cost of application form of

Prequalification document.

Rs. 5000/-

2.4 Time and Date of online submission of

Prequalification documents

As per detailed tender notice.

2.5 Name and address of the officer

opening Pre-qualification documents.

Superintending Engineer,

Kukadi Project Circle, Pune

Tel. No.020-26128076

2.6 Time and Date of opening of

Prequalification documents.

As per detailed tender notice.

2.7 Period of availability of blank tender

form on web site (only for requalified

Bidders)

As per detailed tender notice.

2.8 Cost of blank tender forms Rs. 10000/-

2.9 Date, Time & Place of Pre-tender

conference

Will be communicated to the qualified

bidder separately.

2.10 Time and last date of online

submission of tender document.

As per detailed tender notice.

2.11 Name and address of the officer

opening the Tender documents.

Superintending Engineer,

Kukadi Project Circle, Pune

2.12 Time and date of opening of tender As

per time Schedule.

As per detailed tender notice.

2.13 The name of authority for accepting

the tender.

Chief Engineer (S.P.) Water Resources

Department, Sinchan Bhavan, Pune-11

24

Contractor No. of Corrections Executive Engineer

3. WORK AND SITE CONDITIONS :

3.1 Location At-Post- Aran Tal. Madha Dist. Solapur., Which is 4 Km away

3.2 Nearest Raillway Station Modnimb, which is 9 Km away from work site.

3.3 Nearest Airpost Station Solapur, which is 70 Km away from work site.

3.4 Roads Pune-Solapur National Highway .

3.5 Nearest Telephone facility

At-Post- Aran Tal. Madha Dist. Solapur., Which is 4 Km away

3.6 Nearest Petrol & Diesel pump

Modnimb, which is 9 Km away from work site.

3.7 Position of Land acquisition

The earthwork is almost complete by taking consents from

farmers.

3.8 Position of Funds Adequate funds are available.

4.0 Period of completion & Construction Programme

4.1 Period of Completion : 18 Calendar Months (including monsoon)

4.2 Construction programme of major items to be executed :

Sr. No.

Item Total Qty Programme 1st

(6 months) 2nd

(6 months) 3rd

(6 months)

1 Excavation for Structure 12670 Cum 4000 4500 4170

2 Cement Concrete 1522 Cum 500 520 502

3 Reinforcement 23 MT 8 8 7

4

5

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

5.1 Date for calculating balance cost of the in the hand of the bidder for Statement-2

:

5.2 The period for calculating value of the works in the hand of the bidder which he has to complete vide Statement-2

:

5.3 Items for which information of quantities Executed for use in proforma (1A, 1B & 1C)

: i) ii) iii) iv) v)

25

Contractor No. of Corrections Executive Engineer

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

Year No. Year

Vth 2009-10

IVth 2010-11 Present Year-2014-15

lllrd 2011-12 Next Year- 2015-16

llnd 2012-13

lst 2013-14

6.0 MINIMUM ELIGIBILITY CRITERIA FOR BID CAPACITY

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

who satisfy the Minimum criteria of eligibility as stated below will be eligible for

purchase of blank tender documents.

6.1 BID CAPACITY

The required Bid capacity for this work is Rs 195.00 Lakhs.

7.0 COMPOSITION OF THE EVALUATION COMMITTEE

The evaluations committee for Prequalification shall be as below

1 Superintending Engineer Kukadi Project Circle, Pune-11

Chairman

2 Superintending Engineer Vigilance, Pune-11

Member

3 Executive Engineer, Sina Madha Project Division Bhimanagar. Tal. Madha

Member Secretary

The Committee shall have freedom to ask for clarifications & further related

information from the applicants, check references & makes enquiries in respect of works of

prospective tenders.

8.0. LIST OF MACHINARY REQUIRED FOR THIS WORK

Sr.

No.

Equipment Type Required Machinery in

No.

1 Poclain- 200 2 Nos

2 Concrete Mixer 3 Nos

3 Self loader (Computerised) [ 2 Cum Capacity] 1 Nos

4 Needle Vibrator 5 Nos

5 Generator 1 Nos

6 Water Tanker 3 Nos

7 Tipper / Dumper (7.5 ton capacity) 2 Nos

8 Air Compressor (210-225 Cfm) 2 Nos

9 Pump Set for Dewatering 2 Nos

10 Power Roller 1 No

26

Contractor No. of Corrections Executive Engineer

SECTION- lI

PREQUALIFICATION INFORMATION

27

Contractor No. of Corrections Executive Engineer

LETTER OF TRANSMITTAL

To,

The Superintending Engineer,

Kukadi Project Circle, Pune-11

Subject : - Submission of Pre-qualification Application for the work of Construction

Structures in Km. No. 9 to 14 of Minor No.8 of Modnimb Dy. for Sina

Madha L.I. Scheme.

Dear Sir,

Having examined the details given in information & 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 document.

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

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

I/We have furnished all information and details necessary for Pre-qualification as bidder(s)

and that no further information remains to be supplied.

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

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

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

general reputation.

I/We submit the following certificate(s) in support of our eligibility, technical knowledge,

capability and having successfully completed the works from the clients/ owners of respective

works.

1.

2.

3.

4.

Encl. : Signature of Applicant / contractor

Seal of applicant:

Date of submission:

28

Contractor No. of Corrections Executive Engineer

2.1 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.

Sr. No.

Name of Work

Value of Civil Engineering works done during the year ( Excluding advance such as mobilization advance and Machinery advance etc.) Rs. in lakhs.

vth Year 2009-10

ivth Year 2010-11

lllrd Year 2011-12

llnd Year 2012-13

lst Year 2013-14

Balance Amount

Ref.Page No.of

certificate

1 2 3 4 5 6 7 8 9

Factor of updating

1.5 1.4 1.3 1.2 1.1

Update Value of

Work

NOTE : 1) For number of years please refer Para 5.3 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 by the contractor. For this, he

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

Accountant.

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

29

Contractor No. of Corrections Executive Engineer

2.2 STATEMENT NO. 2

Statement for determining value of 'B' i.e. Value of existing commitments and ongoing woks to be completed in the period stipulated for completion of the work. Certificate regarding this will be required to be countersigned by the Engineer-in-charge.

Amount in Rs. Lakhs.

Sr. No.

Name of Work

Month & year of

commencement of work

Amount of

Contract

Revised Tender

cost

Period of Completion

Schedule date of

completion

Balance cost as on date given in Annex-A Para 5.1

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

NOTE:

1) Figures in Column 3 to 9 should be supported by certificates issued by Executive Engineer in case of Government I Semi Government works and by head of office in case of other organization.

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

belief.

Signature of Contractor

30

Contractor No. of Corrections Executive Engineer

2.3(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

31

Contractor No. of Corrections Executive Engineer

16. Details of Work done :

Unit Earthwork done

Structures Linning in Sq.M.

Concrete in Cu.M

cost of works [Rs.in Lakhs]

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)

32

Contractor No. of Corrections Executive Engineer

2.4 PROFORMA - 2

Details of works tendered for as on the date of submission of Bid Capacity document.

Particular (1) (2) (3) (4) (5) (6)

1 Name of work

2 Estimated cost, put to tender

3 Tender 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 Remark

Notes:-

1) Earthwork includes excavation in S.S./ H.S. , embankment form borrow area,

deposited soil etc. if there is simultaneous utilization of excavated materials, quantity

may be considered under excavation or under embankment (i.e. only once)

2) Under concrete item lining quantity should not be included.

3) For composite lining & masonry lining, element of bed lining, should be considered

under masonry items.

4) The signature of Executive Engineer should be with name.

5) Amount should be given in lakhs with decimal only.

6) The proforma has been generally prepared keeping in view, earthwork, lining, canal

structures etc. How ever , if the nature of work is different information of item as in

Annex A 5.3 should be furnish.

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

belief.

Signature of the Contractor.

33

Contractor No. of Corrections Executive Engineer

2.5 PROFORMA - 3

JOINT VENTURE

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

information otherwise State 'Not Applicable'

1 Name and address of Joint Venture. :-

2 Name and address of all partners of Joint

Venture.

3 Name of firm leading the Joint Venture.

4 Indicate the responsibility of the firm

leading the Joint Venture and

responsibility of other Joint Venture

partners

5 Name and address of Bankers of the

Joint Venture.

6 6. Details regarding financial particulars

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 the Contractor.

34

Contractor No. of Corrections Executive Engineer

2.6 PROFORMA – 4

Undertaking of contractor regarding poor performance.

To,

Superintending Engineer, Kukadi Project Circle, Pune-11 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

back listed by any Govt. Department 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 Pre-qualification 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

35

Contractor No. of Corrections Executive Engineer

2.7 ADDITIONAL INFORMATION

1 Please and any further information

which the Applicant considers

relevant In regard to his capabilities.

:-

2 Please give a brief note Indication

how the applicant Considers himself

eligible for Pre-qualification for the

work.

:-

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

belief.

Signature of the Contractor.

36

Contractor No. of Corrections Executive Engineer

2.8 Check List

Check list of documents submitted along with Bid Capacity documents

(to be filled in by contractor)

Sr. No.

Name of Document Page No. of Contractor submitted document

1

2

3

4

5

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

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

37

Contractor No. of Corrections Executive Engineer

2.9 M.O.U. for Joint Venture

MEMORENDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT FOR

CONSTRUCTION

…………………………………………………………………………………………………………………

…………………………………………………………………………………………………………………..

DEED OF PARTNERSHIP (JOINT VERTUNE OF

…………………………………………………………………………………………………………………

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

“……………………..………..…….” this day of ……………………….………….year by the 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 Joints 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.

38

Contractor No. of Corrections Executive Engineer

JOINT VENTURE (JV)

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

purpose 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 to Constitute either Party the agent of the other.

WITNESS

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

Maharashtra Krishna Valley 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………………..2009…………

3. That the operation of this MOU for JV firm concerns and is confined to the work only, shall be

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

4. That the Name of Joint Venture firm shall be…………………………………………….. JOINT

VENTURE (JV) in short.

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

and conditions as stated in the relevant instruction contained in the Bid documents / Contract

as an integrated JV styled as “……………………………JOINT VENTURE” is short.

6. That this agreement for joints 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.

39

Contractor No. of Corrections Executive Engineer

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/lies, suitably as described above shall be

issued by the JV and delivered to the owner.

c) That the Director of one the parties to that(c) That the Director of one of the parties to the JV

M/s ........................... ....................................... ............................ ..................... .................. ...

............. .................. ...... ................. ........................... ............................................ shall be

lead Manager of the JV firm and shall have the power to control and manage the affairs of J.V.

(d) That on behalf of the Joint Venture Shri.(...........................) shall have the authority to incur

liabilities, receive instructions and payments , sign and execute the contract for and one behalf

of the Joint Venture all.

(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 respect

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 rights, interests, liabilities, obligations, work experience and risks ( and all net

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

proportion to these shares. Each of the parties shall furnish its proportionate share in any

bonds, guarantees, sureties 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.

(h) Any loan/advance 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 utilized by the parties as mutually agreed by then

and they shall be liable and responsible for the same.

40

Contractor No. of Corrections Executive Engineer

(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 authorized to represent the JV on site in respect of

matters arising out of or under 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, M.S. 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 Register of firms, Maharashtra State, after the initial

approved to the JV deed by the Corporation.

(m) This Joint Venture Agreement shall not be dissolved till the completion of the defect

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

liabilities thereof are liquidated.

(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 Joint Venture firm may be opened with any Scheduled or

Nationalized Bank and the representatives of JV partners are authorized 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.

(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.

41

Contractor No. of Corrections Executive Engineer

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

during the defect liability period after completion of work.

LEGAL JURISDICTION :

All matters pertaining to or emancing from this JV agreement involving the owner shall be

subject to jurisdiction of 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

addressee.

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

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

IN WITNESS WEHEREOF the parties have caused their duly authorized representative to sign

below.

Signed for and behalf of

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

Signed for and behalf of

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

WITNESS

1) ........................................

2) ......................................