77
1 Contractor No of correction Executive Engineer TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON [GOVERNMENT OF MAHARASHTRA UNDERTAKING] HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST. JALGAON Pre-qualification Document Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon. JALGAON IRRIGATION PROJECT CIRCLE, JALGAON MINOR IRRIGATION DIVISION, JALGAON

TAPI IRRIGATION DEVELOPMENT CORPORATION, …...TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON 3. The cost of Pre-Qualification Documents is Rs.5,000/- only. It is necessary to draw

  • Upload
    others

  • View
    90

  • Download
    0

Embed Size (px)

Citation preview

1

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON

[GOVERNMENT OF MAHARASHTRA UNDERTAKING]

HHAATTGGAAOONN--22 MM.. II.. TTAANNKK,,

TTAALL.. CCHHAALLIISSGGAAOONN DDIISSTT.. JJAALLGGAAOONN

PPrree--qquuaalliiffiiccaattiioonn DDooccuummeenntt

CCoonnssttrruuccttiinngg EEaarrtthh WWoorrkk && SSttrruuccttuurreess ooff

MMaaiinn CCaannaall aanndd DDiissttrriibbuuttoorriieess ooff HHaattggaaoonn--22 MM.. II.. TTaannkk,,

TTaall.. CChhaalliissggaaoonn DDiisstt.. JJaallggaaoonn..

JALGAON IRRIGATION PROJECT CIRCLE, JALGAON

MINOR IRRIGATION DIVISION, JALGAON

2

Contractor No of correction Executive Engineer

Tapi Irrigation Development Corporation , Jalgaon

Issue letter of pre-qualification documents for -

HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST. JALGAON

Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

Class of Registration of the Bidder Class II & Above Limit of Tendering Rs. Validity period of registration From To Issued to ---------------------------------------------------------------------------

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

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

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

D.R.No.

Date

Sr.No. Date

Senior Divisional Accounts Officer, Minor Irrigation Division, Jalgaon.

3

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON

Name of Work HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST.

JALGAON

Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

INDEX

Sr. No.

Particulars Page No.

Issue of Pre-qualification Document 02 02

Tender Notice 06 08

Key Dates- 09 09

Guidelines to contractors regarding Govt. of Maharashtra e-tender system.

10 14

1.00 SECTION – 1 15 45

INFORMATION AND INSTRUCTIONS TO APPLICANTS

1.10 General 16 18

1.20 Method of applying 19 23

1.30 Definition 23 24

1.40 Final decision making authority 24 24

1.50 Clarification 24 24

1.60 Particulars provisional 24 24

1.70 Site visit 24 24

1.80 Minimum eligibility criteria for pre-qualification. 24 27

1.90 Evaluation criteria for pre-qualification 27 31

4

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON

Sr. No. Particulars Page No.

ANNEXURE - A 32 45

A Description of the Project 32 32

B Status of the Project 32 32

C Climatic condition 32 33

D Scope of the work 33 33

1 Details of the work 33 34

2 Information for obtaining documents 35 37

3 Work and site condition 37 37

4 Period of completion and programme of work 37 37

5 Other data for Statements and Proforma 38 38

6 Minimum criteria for Pre-qualification 39 39

7 Composition of Evaluation committee 40 41

8 Evaluation procedure and allocation of points 41 43

9 List of equipments 44 44

10 List of Staff 45 45

2.00 SECTION – II 46 73

PREQUALIFICATION INFORMATION

2.1 Proforma – 1 (a) 47 48

2.2 Proforma – 1 (b) 49 50

2.3 Proforma – 1 (c) 51 51

2.4 Proforma – 2 52 53

2.5 Proforma – 3 54 54

5

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON

Sr. No. Particulars Page No. 2.6 Proforma – 4 55 55

2.7 Proforma – 4 (a) 56 56

2.8 Proforma – 4 (b) 57 57

2.9 Proforma – 5 58 60

2.10 Proforma – 6 61 61

2.11 Proforma – 7 62 62

2.12 Proforma – 8 63 63

2.13 Proforma – 9 64 64

2.14 Proforma in support of Sr. No. 8.1.2 65 65

2.15 Proforma in support of Sr.No.8.2.1 to 8.2.6 66 66

2.16 Letter of Transmittal 67 67

2.17 Proforma in support of Sr.No.6.4 68 69

2.18 Statement No.1 70 70

2.19 Statement No.2 71 71

2.20 Statement showing the details of working personals in

organization upto lowest level.

72 72

2.21 Abstract of quantities executed of main items as per

Certificate.

73 73

6

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON.

E-TENDER NOTICE Tapi Irrigation Development Corporation, Jalgaon.

E-TENDER NOTICE NO. 17 / 2011-12.

Sealed Online Tender (e-tender) in B-1 form for the following work are invited by the Executive Engineer, Minor Irrigation Division , Jalgaon. Phone No. 0257-2262668 on Government of Maharashtra Electronic Tender Management System (https://maharashtra.etenders.in) through sub-portal of (https://tidc.maharashtra.etenders.in) from the contractors enrolled with the Tapi Irrigation Development Corporation, Jalgaon in appropriate class mentioned. Sr. No.

Name of work Estimated cost in (Rs.in Lakh)

Time Limit

for comple-tion of work

E.M.D. (Rs.in Lakhs)

Cost of

Blank tender form (Rs.)

Class of Registration

1 2 3 4 5 6 7

1.

HATGAON-2 M. I. TANK, TAL. CHALISGAON DIST. JALGAON

Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

446.04 24 Months including monsoon

(Rs.1.00

Lakhs in the form of D.D.

+ Rs.3.50 Lakhs

in the form of Bank

Guarantee.)

10,000 2nd or above

1. Detailed tender notice can be seen on the notice board in the office of Executive Engineer. (Copy can be obtained free of cost from Executive Engineer on request). Blank tender booklets are available on the Government of Maharashtra website (https://maharashtra.etenders.in) through Sub-Portal of (https://tidc.maharashtra.etenders.in). The competent autority reserves all right of rejecting tender without assigning any reason.

2. Pre-Qualification Documents will be available on the Government of Maharashtra website (https://maharashtra.etenders.in) through Sub-Portal of (https://tidc.maharashtra.etenders.in) from dated 28/05/2012 and 10.00 hrs. to date 02/06/2012 at 17.45 hrs. The bidders have to submit the pre-qualification documents online as per key dates mentioned below.

7

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION, JALGAON

3. The cost of Pre-Qualification Documents is Rs.5,000/- only. It is necessary to draw the Demand Draft of Rs.5,000/- in favour of Executive Engineer, Minor Irrigation Division, Division Jalgaon , and should submit in the office of Executive Engineer before submission date, otherwise the documents uploaded on the site cannot be considered for evaluation. Mentioning of D.R.No.in payment stage of purchased document is must.

4. Only those contractors who are short-listed in Pre-Qualification stage are eligible for participating in main tender. The cost of main tender is Rs.10,000/- only. It is necessary to draw the D.D. of Rs.10,000/- in favour of Executive Engineer, Minor Irrigation Division Jalgaon, and should submit it in the Office of E.E. on or before the date of submission.

5. It necessary to give the undertaking as follows-

“Contractors are not allowed to make any changes in tender documents downloaded from website. If it is so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per the Rules.” Tender documents published on Government Website are considered as an authentic and legal documents; in case of any complaint about the tender.

6. It is necessary to give the undertaking as follows-

“I have seen detailed drawings of works on website. It is part of tender documents. I have filled the tender by considering all these things. I am ready to sign on the drawing before depositing security deposit and taking work order if my tender will be accepted.”

7. In order to participate in the tenders floated using the Electronic Tender Management System (E.T.M.S.), all contractors / Bidders are required to get enrolled on the E.T.M.S.portal (https://maharashtra.etenders.in).

8. The bids submitted online should be signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. The registered contractors has to obtain the Digital Certificate. The information required to issuance of Digital Certificate, he may Contact ETMS Help Desk- 020 - 2531 5555

- 022 - 2661 1117 (Ext 25 / 26) e-mail : [email protected]

8

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

Office of the Superintending Engineer, Jalgaon Irrigation Project Circle, Jalgaon,

Akashwani chowk, N.H. No:-6 Jalgaon 425001.

9. For submitting the bids online, the contractors / bidders are required to make online

payment using the electronic payments gateway service Bid Submission Fee Rs.1024/-

The different modes of electronic payments accepted on the ETMS is available and can

be viewed online on the ETMS Website (https://maharashtra.etenders.in).

10. The activities of tender document Purchase / Download, preparation of bid (submit

Bid Hash online), submission of bids, submission of EMD and other documents shall be

governed by the time schedule given under “Key Dates”.

11. The Bidders has to submit (Upload Scan Copies / fill in) his offer / credentials online

as required in the Bid Capacity Assessment Form / tender in the online templates in

relevant envelopes. The Scanned D.D. for Earnest Money Deposit shall be scanned and

uploaded while submitting the main tender documents, duly filled in. Original D.D. for

E.M.D. need to be submitted, physically, along with i) D.D. for cost of main tender

documents, ii) Hard copy of uploaded main tender documents form, in office of the

“Superintending Engineer, Jalgaon Irrigation Project Circle, Jalgaon ”. Before last date

and time of on-line Re-encryption of main Tender Document, as mentioned in ‘Key

Dates’.

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

activities https://maharashtra.etenders.in.

13. Pre-tender conference of pre-bid, prospective tenderers who have downloaded the

main tender document and uploaded scanned D.D. of cost of the main tender document

will be held in the Office of Chief Engineer, Tapi Irrigation Development Corporation,

Near Akashwani Center, on 25/06/2012 @ 12.00 Hrs. Chief Engineer will issue

clarifications (if any) on line. These clarifications, referred as “common set of

conditions” uploaded on the web site shall be the part of Main Tender Document.

Bidders shall submit, on line, the same with Main Tender Document on line.

9

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

KEY DATES. (HATGAON) Sr. No.

TIDC Stage Vendor Stage Start Date & Time

Expiry Date & Time

1 Release of e-Tender.

24/5/2012 10:00

26/5/2012 17:45

2 Pre qualification Document Download /

purchase

28/5/2012

10.00

02/06/2012

17:45

3 Pre qualification Online Preparation

29/5/2012 10.01

03/06/2012 17.45

4 Closing for bidding & Generation of Super Hash

04/06/2012

10.00 05/06/2012

17.45

5 Re-encryption of Pre Qualification / Submission

05/06/2012 17.46

07/06/2012 17.45

6 Pre Qualification Document opening and short listing

08/06/2012

10:00 18/06/2012

17:45

7 Main Tender preparation / Uploading

19/06/2012

10:00 21/06/2012

17.45

8 Main Tender document download/ purchase

22/06/2012 10:00

27/06/2012 17:45

9 Main Tender Document Online preparation

23/06/2012 10.00

27/06/2012 17.45

10 Close for Bidding of Main Tender

28/06/2012 10.00

28/06/2012 17.45

11 Re-encryption of Main Tender / submission

29/06/2012

10.00

02/07/2012

17.45

12 Technical and Commercial Bid opening

03/07/2012

10.00 04/07/2012

17.45

14. The contractor shall study the guidelines regarding e – tendering to get clarify

e-tendering procedure.

10

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

Guidelines to Contractors Regarding Government of Maharashtra e –

tendering system.

1. These conditions will overrule the conditions stated in the Tender Documents, wherever

relevant and applicable. However, in case of dispute on any contradictory meaning of

two or more clauses, decision of the Superintending Engineer shall be final and binding

on both parties.

2. Registration of the Contractors :

The Contractors registered with Government of Maharashtra, Public Works Department,

in appropriate class of contractors, are eligible to participate in Open Tenders process

and are required to get enrolled on the Portal https://maharashtra.etenders.in and get

empanelled in relevant sub portal. After submitting their enrollment request online, the

enrollment shall be required to be approved by the Representative of the Service

Provider. After the approval of enrollment, the Contractors shall have to apply for

empanelment online which shall be required to be approved by the Nominated Authority

of the Department. Only after the approval in the relevant Class, the Contractor shall be

able to participate in the Open Tenders online.

Govt. of Maharashtra may process OPEN Tenders in which eligible Contractors may

enroll on the Portal in OPEN category to participate in such Tenders. The online

Enrollment of such Contractors shall be required to be approved by the Representative

of the Service Provider.

The approval of enrollment of Contractors is done by the Representative of the Service

Provide upon submission of mandatory documents by the Contractors. The Contractors

may obtain the list and formats of required documents from the Nodal Officer of e –

Tendering System for Government of Maharashtra / Service Provider.

11

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

3. Obtaining a Class II – Digital Signature Certificate :

The Bids required to be submitted online should be signed electronically with a Class II

– Digital Signature Certificate to establish the identity of the Bidder bidding online.

These Digital Certificates are issued by an approved Certifying Authority, authorized by

the Controller of Certifying Authorities, Government of India.

A Digital Signature Certificate may be used in the name of Authorised Representative of

the Organisation. A Digital Certificate is issued upon receipt of mandatory identity

proofs. Only upon the receipt of the required documents, a Digital Signature Certificate

can be issued.

Bid for a particular Tender may be submitted only using the Digital Signature

Certificate, which is used to encrypt the data and sign the hash during the stage of Bid

Preparation and Hash Submission. In case, during the process of a particular Tender, the

Authorised User loses his / her Digital Signature Certificate (i.e.due to virus attack,

hardware problem, operating system problem etc.) ; he / she may not be able to submit

the Bid online. Hence, the Authorised User is advised to back up his / her Digital

Signature Certificate and keep the copies at safe place under proper security to be used

in case of emergencies.

In case of online tendering, if the Digital Signature Certificate issued to the Authorised

User of a Firm is used for signing and submitting a Bid, it will be considered equivalent

to a no objection certificate / power of attorney to that User. The Digital Signature

Certificate should be obtained by the Authorised User enrolling on the behalf of the

Firm on the e – Tendering System for Government of Maharashtra.

Unless the Digital Signature Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed by the Maharashtra as per Information Technology Act.2000. The Digital Signature of this Authorized User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or sub Certifying Authority, if the Authorized User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorised User.

12

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

The same procedure holds true for the Authorized Users in a Private / Public Limited

Company. In this case, the Authorisation Certificate will have to be signed by the

Directors of the Company. (process of procuring Digital Certificate will take

minimum 4 / 5 days)

4. Set up of Computer System :

In order to operate on the e – Tendering System for Government of Maharashtra the

User’s Computer System is required to be set up. A Help File on setting up of the

Computer System can be obtained from the Service Provider or downloaded from the

Home Page of the Portal https://maharashtra.etenders.in. The Bidders may refer e –

Tendering Tool Kit available online to perform their online activities as mentioned

below. In case of any querry he may contact Help Desk for the same.

5. Online Viewing of Detailed Tenders Inviting Notice :

The Contractors can view the detailed Tenders Inviting Notice and the detailed Time

Schedule (Key Dates) for all the Tenders processed by Government of Maharashtra

using the e – Tendering System for Government of Maharashtra on

https://maharashtra.etenders.in.

6. Online Purchase / Download of Tender Documents :

The Tender documents can be purchased / downloaded by registered and eligible

Contractors from the e – Tendering System for Government of Maharashtra available on

https://maharashtra.etenders.in.

7. Submission of Bid Seal (Hash) of Online Bids :

Submission of Bids will be preceded by submission of the digitally signed Bid Seals

(Hashes) as stated in the Tender Time Schedule (Key Dates).

8. Generation of Super Hash :

After the expiry of the time of submission of digitally signed Bid Seals (Hashes) by the

Contractors has lapsed, the Bid round will be closed and a digitally signed Super hash

will be generated by the Authorised Officers of Government of Maharashtra. This is

equivalent to sealing of the Tender Box.

13

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

9. Decryption and Re-encryption Online Bids :

Contractors have to decrypt their Bids and immediately re-encrypt their Bids online and

upload the relevant Documents for which they generated the respective Hashes during

the Bid Preparation and Hash Submission stage after the generation of Super Hash

within the date and time as stated in the key Dates. The Bids of only the Contractors

who have submitted their Bid Seals (Hashes) within the stipulated time, as per the

Tender Time Schedule (Key Dates), will be accepted by the e – Tendering System for

Government of Maharashtra. A Contractor who has not submitted his Bid Seals

(Hashes) within the stipulated time will not be allowed to submit his Bid.

For submitting the Bids online, the contractors / bidders are required to make online

payment suing the electronic payments gateway service, Bid Submission Fee is

Rs.1024/-. The different modes of electronic payments are accepted on the e –

tendering portal.

10. Submission of Earnest Money Deposit :

Contractors have to submit the Earnest Money Deposit in a Sealed Physical Envelope

and the same should reach the Office of the concerned official before the last Date and

Time of on-line Re-encryption of Bid (Tender) Documents as mention in “Key Dates”.

Contractors are required to keep Demand Draff for Earnest Money Deposit ready as the

details of the Earnest. Money Deposit instrument are required to be entered during the

Bid Preparation and Hash Submission stage. The details of the Earnest Money Deposit

shall be verified during the Tender Opening event and only those Contractors whose

online Earnest Money Deposit details shall be found matching with the physical Earnest

Money Deposit instrument (submitted in the office of tender opening authority) shall be

short listed for opening of other envelopes.

14

Contractor No of correction Executive Engineer

TAPI IRRIGATION DEVELOPMENT CORPORATION,

11. Opening of Electronic Bids : As per Tender / Prequalification Documents for details.

12. Key Dates :

The Contractors are strictly advised to follow the Dates and Times as indicated in the

Time Schedule for each Tender. All the online activities are time tracked and the e –

Government Procurement System enforces time-locks that ensure that no activity or

transaction can take place outside the Start and End Dates and Time of the stage as

defined in the Notice Inviting Tenders.

15

Contractor No of correction Executive Engineer

SECTION - I

PRE-QUALIFICATION INFORMATION

16

Contractor No of correction Executive Engineer

SECTION - 1 1.0 INFORMATION AND INSTRUCTION TO APPLICANTS

1.1 GENERAL :

"Corporation " Shall mean the TAPI IRRIGATION DEVELOPMENT,

CORPORATION, JALGAON acting through its Executive Director as

defined in Maharashtra Act. XVII of 1997.

Tapi Irrigation Development Corporation Jalgaon, is a body corporate

constituted under the Maharashtra Act XVII of 1997, and has been

established by the notification published in the Gazette Irrigation

Department dated 4/12/97. The head quarters of Tapi Irrigation

Development Corporation, Jalgaon (TIDC, or TIDC for short and

hereinafter referred to only as corporation) is at Jalgaon. The official

postal address for correspondence is. Executive Director.

Tapi Irrigation Development Corporation, Jalgaon Near Akshwani Chowk N. H. No. 6,

Jalgaon 425001

The functions and powers of the corporation has been listed in the

Maharashtra Act XVII of 1997. In general it has been entrusted with the

work of investigation, planing, designing of projects, maintenance of

completed projects, construction of projects and irrigation management of

the major, medium and minor projects (command area more than 250

ha.) in the Tapi River basin. The projects comprise irrigation,

hydroelectric projects along with the command area development and

multipurpose scheme. The projects area to be completed so as to utilise

water in Tapi basin pertaining to Maharashtra state by Tapi water

tribunal. This work is to be completed by 2014 AD. During the projects

time slice it is expected to increase the performance efficiency of the

completed projects and to complete further on going and new work, so as

to utilise the allocated water from Tapi basin.

17

Contractor No of correction Executive Engineer

Sealed tenders in B-1 form are invited by the Corporation from the

contractor registered in appropriate class in Public Works Department

(Govt of Maharashtra ) for the work details of which are given in Annex A

of this Section.

1.1.1 Forms for pre-qualification and letter of transmittal : The enclosed forms should be filled in completely and all questions

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

should be furnished against the respective columns in the form. If any

particular query is not relevant it should be stated as "Not Applicable"

only 'dash' reply will be treated as incomplete information. All applicants

are cautioned that incomplete information in the application or any

change(s) made in the prescribed forms will render application to be

rejected as non responsive. The pre-qualification document shall be

typed on applicant's letter head. Any overwriting or correction shall be

attested.

1.2.1 All pages of the pre-qualification document shall be numbered and should

be submitted as a package with a signed letter of transmittal. Number of

pages should be mentioned in words & figures and duly signed.

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

1.1.4 All the information certificate(s) furnished along with the application form

(the respective application that vouchers to the suitability, technical know-

how and capability of the applicant) should be signed by the applicant.

1.1.5 The applicant is encouraged to attach any additional information

(Photographs of the works which were already carried out which he

thinks necessary in regard to his capabilities). No further information will

be entertained after submission of pre-qualification documents unless

the TIDC, Jalgaon , permits.

1.1.6 All statements should be attached separately.

1.1.7 The pre-qualification documents in prescribed forms as required in this

booklet duly completed and signed should be uploaded must be

subscribed as pre-qualification document for Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon. Constructing Earth Work & Structures

of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

18

Contractor No of correction Executive Engineer

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

clarification or attending discussion's conferences in connection with this

document, shall not be reimbursed by the TIDC, Jalgaon under any

circumstances.

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

the applicant must write an explanatory letter to the Superintending

Engineer, Jalgaon Irrigation Project Circle, Jalgaon to return the

documents. However the cost of pre-qualification documents already paid

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

1.2 METHOD OF APPLICATION

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

individual above his full name and current address and phone number.

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

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

address and phone numbers.

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

the partners of the firm above their full typewritten names and current

addresses or by a partner holding valid power of attorney of the firm by

signing the application, in which case a certified copy of the power of

attorney shall accompany the application. A certified copy of the

registered partnership deed, current address of all the partners of the

firms shall also accompany the application. If the application is duly

authorised

19

Contractor No of correction Executive Engineer

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

case a certified copy of the power of attorney shall accompany the

application. Such limited company or Corporation may be required to

furnish satisfactory evidence of its existence before the pre-qualification

is awarded.

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

firms as partners.

a. The application shall be signed so as to be legally binding on all parties.

b. A Joint Venture between single contractors, partnership firm, joint stock

limited company, private/public my be permitted subject to the following

conditions.

i A Joint Venture should be a partnership firm, duly registered with

Registrar of Firms. Maharashtra State in such a case a signed

memorandum of understanding (MOU) between the tender and

associating firm / company/ individual shall be considered as adequate

proof for association subject to the condition that on being considered

eligible to tender for the work, the tenderer shall be informed accordingly,

where upon the tenderer shall be required to enter into a Joint Venture

(iv) partnership by signing an instrument on judicial stamp paper of

appropriate value. The various conditions mentioned in par. 1.2 b shall be

incorporated in MOU. The joint venture deed shall be submitted by the

contractor before submission of tender. If the joint venture deed is not

submitted by the contractor, the tender shall not be opened but same will

be recorded.

ii. The Joint Venture deed shall be got approved from TIDC before it is

registered with the Registrar of Firms, of Maharashtra state.

iii. Specific stipulation should be made in Joint Venture deed to seek prior

written approval of TIDC before any changes are proposed to be made in

the Joint Venture deed, once it is registered with Registrar of Firms,

Maharashtra State.

20

Contractor No of correction Executive Engineer

iv. The Joint Venture partnership shall not be desolved till the completion of

defect liability period as stipulated in tender conditions and till all the

liabilities thereof are liquidated.

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

and percentage share of each other firm in Joint Venture partnership

deed shall not be less than 40 %.

vi. The lead firms must be well-established contractors appearing in the list

of selected contractors of TIDC.

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

authorisation shall be evidenced by submitting a power of attorney signed

by legally authorized signatories of all the partners.

d) The partner in-charge shall be authorized in incur liabilities and receive

instructions for and on behalf of any and all partners of the Joint Venture

and entire execution of the contract including payment shall be done

exclusively with the partner in-charge.

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

execution of the contract in accordance with contract terms, and a

relevant statement to this effect shall be included in the authorisation

mentioned under (c. above).

f) Complete information pertaining to each partner in the respective form

duly signed by each such partner shall be submitted with application.

g) In case of Joint Venture of foreign and Indian partners, the Indian

partners should be registered for Civil Works contract of Class-II & above

with P. W. Deptt. of Govt. of Maharashtra.

h) Separate information in respect of each firm (entered into Joint Venture

should be submitted in proforma for Annex 1 to 6)

In case of Joint Venture the sponsoring firm shall submit complete

information and identify of the lead firm. If would be necessary for the

Joint Venture to establish to the satisfaction of the authority that the

Venture has been made practical, workable and legally enforceable

arrangements amongst the parties, that responsibilities regarding the

21

Contractor No of correction Executive Engineer

execution and financial arrangements have been clearly laid down and

assigned that the individual parties to whom such responsibilities etc.

assigned are capable in their individual capacity to discharge them

completely and satisfactorily and also that the lead responsibility and

involvement for the entire period of execution as well as a leading role in

control and direction on the resources of the entire Joint Venture.

An independently pre-qualification firm, or Joint Venture consortia may

during the tender period, strengthen its capacity by subsequent

incorporation of another pre-qualification firm for Joint Venture to form

new Joint Venture amongst themselves but should seek approval of the

Chief Engineer, TIDC Jalgaon. 15 days prior to bid opening. Bidders may

be pre-qualification independently or in a Joint Venture but they would be

allowed to submit only one bid.

1.3 DEFINITION :

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

expression will have the meaning hereby assigned to them.

i. TIDC

TIDC means TAPI IRRIGATION DEVELOPMENT CORPORATION,

JALGAON.

APPLICANT

Applicant means individual, proprietary firm, firm in partnership, limited

company, corporation or group of firms forming a joint venture/consortia

applying to become eligible to tender for the subject work.

ii Contractor / Subcontractor :

A contractor means a legal entity/firm, which without engaging any other

agency/subcontractor, has himself executed the entire work on a legal

contract between himself and the client.

A subcontractor means agents of a contractor who has entered into a

legal subcontract to execute the work which the contractor on a legal

22

Contractor No of correction Executive Engineer

contract has agreed to executed for the client, and the client having

approved the subcontractor.

1.4 FINAL DECISION MAKING AUTHORITY

The Committee as below reserves right to accept or reject any of the

applications for pre-qualification without assigning any reasons there of

and its decision.

1. Chief Engineer,

Tapi Irrigation Development Corporation, Jalgaon

Chairman

2. Superintending Engineer,

Jalgaon Irrigation Project Circle, Jalgaon.

Member

3. Superintending Engineer,

Quality Control Circle, Aurangabad

Member

4. Superintending Engineer, (M. D.)

Central Design Organisation, Nasik

Member

5. Executive Engineer,

Minor Irrigation Division, Jalgaon

Member

Secretary

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

Executive Engineer, Minor Irrigation Division, Jalgaon Ph. No. (0257)

2262668 or from the Superintending Engineer, Jalgaon Irrigation Project

Circle, Jalgaon (0257) 2235031, 2235032.

1.6 PARTICULARS TO BE PROVISIONAL The particulars of the proposed works given herein as well as in the

technical note are provisional and must be considered only as advance

information to assist applicants. The accuracy of the particulars is not

guaranteed in any form and this pre-qualification document of the

technical note or the Model Tender Provision shall not form part of any

contract which may subsequently be entered into tender document.

23

Contractor No of correction Executive Engineer

1.7 SITE VISIT The applicant can inspect the site, if he so desires by prior appointment

with the Executive Engineer, Minor Irrigation Division, Jalgaon

1.8 ELIGIBILITY & MINIMUM CRITERIA FOR PREQUALIFICATION The applicant must be well established contractor with experience and

capability in construction of canal earth work & structure works like

Aqueducts, Slab Culvert and Box Culverts, H. P. drain & Road bridges,

cross regulators, falls, Head Regulators, Canal outlets escapes, S. W. F.

etc.

The applicants applying for pre-qualification must provide evidence of having adequate experience of modern technology in carrying out

civil work like excavation and concreting etc. with adequate quality control aided by an up to date testing laboratory.

1.8.1 Experience of the prime or sub contractors approved by the owner shall be only considered for pre-qualification in such a case share of the experience of the prime and sub contractor shall be counted in the proportion as stated in the agreement of subletting. In absence of stipulation of sharing of experience in the agreement, the experience shall be taken in proportion of 20:80 for prime and sub

contractor respectively. In case of the subletting is not approved by the owner, the experience of work shall be considered that of prime contractor.

1.8.2 In order to assess the experience and capability of contractor for

execution of the work under consideration a minimum criteria has been

specified. The minimum criteria will be judged from the past experience of

the contractor. The applicant bidder as a prime contractor should have

adequate bid capacity, executed the quantities of main item in any one

year during a period of last five years. The other requirements such as

that of turnover & execution of work of similar nature and complexity.

24

Contractor No of correction Executive Engineer

1.8.3

MINIMUM ELIGIBILITY CRITERIA

Pre-qualification will be based on meeting all the following minimum

criteria as demonstrated by the applicants responses in the forms

attached to the letter of Application.

The bidder will be evaluated for qualification for Part-I of the eligibility

criteria as mentioned below first.

The contractors qualifying the Part-I, will only be evaluated further for the

Part-II of the eligibility criteria mentioned below.

PART- I : General Experience (As per A. B. & C. as mentioned below)

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

Where A = Maximum Value of Civil Engineering Works executed in

any one year during the last five years. (updated to current

price level which will take into account the completed

works.)

The maximum value of civil engineering works (A) executed in a

years shall be minimum of following.

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

Government and Semi-Government and from the head of offices in case

of large companies of organisations. The certificate, in which the

information is to be submitted, shall not be prescribed in bid assessment

form information given in any other format than prescribed shall not be

taken into account for calculating value of "A" This point please be noted.

2. Ascertained form total contract amount received in a year as stated in Sr.

No. 5 (c) in Income tax clearance certificate contractor shall ensure that

income Tax authorities fill in this information. In case this information is

not filled in, the contractor shall submit balance sheets of last 5 years duly

certified by the chartered Accountant.

25

Contractor No of correction Executive Engineer

The submission of information in (1) and (2) above is obligatory. Incase

of non-submission of any on or both it shall be concluded that contractor

does not have adequate bid capacity and no blank tender papers shall be

issued.

Where B = Value of existing commitment and ongoing works to be

completed in the period stipulated for completion of work of the present

tender. (All certificates should be countersigned by the Engineer-in-

charge not below the rank of Executive Engineer of concerned

Department). Any misleading information given will force TIDC authorties

to reject the application. Contractor should submit a declaration in the

form of an affidavit that no other works than specified in the statement are

in the hands of the Tenderer.

Where N = Number of years prescribed for completion of the work for

which this bid is invited i. e. 2 (Two) year

Bid Capacity = (A x N x 2 ) - B Bid capacity so calculated should not be less than the cost of work

put to tender.

(Note :- Please mention the references in enclosed proforma / annexes

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

26

Contractor No of correction Executive Engineer

B) GENERAL EXPERIENCE Civil Engineering works

Contractor should have completed the following components of the work in any one year during the last five years i.e. from 2007-08 to 2011-12

Sr. No. Component Unit Quantity

1 Excavation in soft strata Cum. 12150

2 Excavation in hard strata Cum. 4500

3 Embankment with hearting & casing Cum. 41000

4 Concrete Cum. 2100

NOTES :

1. The quantities for general experience will be calculated from the

certificates on prescribed proforma only (duly signed)

2. Any column dashed only will be considered as Nil.

3. For J. V. quantities will be taken as per proportion for single type.

C) TURNOVER As a prime contractor he should have minimum annual turnover of Rs.

335 Lakhs (excluding advances such as machinery / mobilisation etc.)

once over a period of last five years. He should submit certificate that

turnover amount does not included the advances and only advance

received are deducted from the amount. The same should be certified by

Chartered Accountant.

D) WORK OF SIMILAR NATURE : As a prime contractor he should have completed or one work must have

done the work under ongoing agreement of a similar nature and

complexity comparable to this work i. e. construction of earthwork for

main canal along with earth work & structures like Aqueduct, slab Culvert,

Box Culvert, H. P. drains, road Bridges, Cross regulators, falls, Head

regulators, canal outlets, canal escapes, SWF etc. during the period of

last five year any where in India, the cost of which shall be Rs. 335 Lakhs

(updated cost).

27

Contractor No of correction Executive Engineer

Only those applicants who satisfy the minimum criteria of eligibility will be

evaluated for pre-qualification on mark basis as per 1.9

1.9 EVALUATION CRITERIA FOR PRE-QUALIFICATION

The evaluation authority will evaluate the submitted pre-qualification

documents for the eligible bidder qualifying Part-I & II of para 1.8.3 by

scoring evaluation method. To pre-qualify the applicant must score at

least 70% (Seventy percent) point of grand total

1. General experience 70 Points

2. Adequacy of personal capability 20 Points

3. Equipment adequacy 40 Ponts

4. Financial capability 50 Points

5. Other evaluation factor 20 Points

General Total 200 Points

The other evaluation factors shall include

i) Record of completing the works in time. The firm/he should submit

the declaration that there is no penal action in force.

ii) Quality control and Mechanical, Electrical equipment testing the

facilities and arrangements available with the applicant.

1.10 JOINT VENTURE :

In case of joint venture or partnership, the yearly turnover relating to the

year taken for calculation will be considered only in proportion of the

percentage share of each party. However the details regarding the

partner in charge which will be

a) In charge of the actual execution of the work

b) In charge of the organisation, equipment and machinery etc. on site and

c) In charge of financial matters as regards all payments including payments

for work done, claims etc. primarily considered for determining the pre-

qualification by evaluation criteria.

The detailed procedure of system of evaluation of pre-qualification is

laid down in Section 5.

28

Contractor No of correction Executive Engineer

1.11 RELAXATION RIGHTS

The evaluation committee has got right to relax the criteria. The

committee may use its discretion to relax the appropriate criteria with a

view to at least three year applicants and thus ensure adequate

competition in tendering.

However the decision regarding the relaxation will be the final authority of

the committee.

1.12 RESTRICTION ON AWARDING NUMBER OF CONTRACTS

A. The TIDC has taken up a number of irrigation projects for

construction. In order to complete the works in time bound

programme, it has been considered necessary to restrict the

number of works, which may be awarded to a contractor at a time,

so that the contractor can concentrate fully on the progress of the

contracts awarded to him.

B. Not withstanding the fact that contractors satisfying criteria 1.8.3 A

and D above, no contractor / JV will be considered for qualification

for this work, if he has been already awarded on work of dam/

Barrage or three works of any nature within the jurisdiction of TIDC.

The bidder/firm should submit of the list of works in hand in the

jurisdiction of TIDC, Jalgaon (as per Annex 8 Section 3).

For additive JV every applicant should not have been awarded work

of that type in TIDC i. e. Canal earth work & structures. The

evaluation will be done by the Executive Engineer, Minor Irrigation

Division, Jalgaon and will be approved by the Committee

comprising as stated para 1.4 above. The decision of the competent

authority will be final binding on applicants. No correspondence will

be entertained in this regard.

29

Contractor No of correction Executive Engineer

C.1 In any case individual contractor, or the joint venture firm of any of the

joint venture partners(s), of the same joint venture as separate entity shall

not have more than three works in hand at a time of all types or not more

than *one work of one type. Even if any one of the partner of joint firm as

a separate entry OR as partner OR in another joint venture and/ or the

joint venture firm, has been awarded, three works as specified above

group-wise in Tapi Irrigation Development Corporation, prior to the date

of opening of this pre-qualification document that the venture firm with

that individual entity as partner shall not be considered eligible for getting

any other contract for the work and his/their pre-qualification document

shall be ignored.

ii) For the purpose of verification of the above stipulations, the contractor

shall submit the information in the enclosed format of certificate enclosed

as proforma for annex 8 in section 3. This certificate is applicable to joint

venture also. The names of the partner(s) in the joint venture shall also

be given when information in the certificate is submitted for the joint

venture.

1.13 No evaluation will be done :

i) If the information given in Section 3 Annex 1 to 9 is

incomplete/misleading false; such application will therefore be

considered as non responsive, the misleading information may be

in any form.

ii) If the record of poor performance such abandoning work; not

properly completing contract inordinate delays in completion or

financial failure.

iii) If the applicant does not fulfill the minimum criteria for eligibility laid

down in clause 1.8 above.

iv) If he does not have been executed at least one work of similar type

& complexity.

30

Contractor No of correction Executive Engineer

SECTION 2

2.0 PRE-QUALIFICATION INFORMATION

2.1 Issue letter of PRE-QUALIFICATION DOCUMENT FOR THE WORK OF

Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon :- Constructing

Earth Work & Structures of Main Canal and Distributories of Hatgaon-2

M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

Class of Registration of Bidder : Class II & Above

Limit of Tendering :

Rs. Lakhs to verify

Validity period of registration :

From To

Name & Address of Contractor :-

31

Contractor No of correction Executive Engineer

2.2 Letter of Transmittal To, Superintending Engineer,

Jalgaon Irrigation Project Circle, Akashwani Chowk, Jalgaon

Sub :- Submission of PRE-QUALIFICATION DOCUMENT FOR THE WORK

OF Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon :- Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

Dear Sir,

I / (We) have submit the pre-qualification information and relevant

documents. I / (We) have furnished all information and details necessary for pre-qualification as bidder(s) and that no further information remain to be supplied. I / (We) have furnished all information and details necessary for pre-qualification as bidder(s) and that no further information remain to be supplied. I / (We) submit the request certificate solvency certificate and authorise

the project authorties to verify the correctness thereof, as well as to approach any

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

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

competence and general reputation.

I / (We) submit the following certified certificate(s) in support of our

eligibility, technical know-how capability and having sucessfully completed the

works from the client / owners of respective works.

1.

2.

3.

Enclosed.

Signature of Contractor

Seal of Applicant

Date of submission

32

Contractor No of correction Executive Engineer

Calculation of BID CAPACITY Bid Capacity ( A x N x 2 ) - B

N : 2 Years A :

B : Bid Capacity = Rs. Lakhs

Signature of Contractor

(Note - Reference for A & B should be given)

33

Contractor No of correction Executive Engineer

2.3 PROFORMA FOR ANNEX - 1

Information required for calculating the Bid Capacity

STATEMENT NO. 1 Statement for determining value of "A" i. e. maximum value (updated to

current price level of Civil, Works executed in any one year during last

five years.

Year Name of work Value of Civil Engineering works done during the year (excluding advances such as mobilisation and machinery etc.

Updated value of work done

Total value of Civil works done during the year (based on information in Col. 2 and Col. 3)

Remarks

2007-08 i) Civil works

Total for the year

2008-09 i) Civil works

Total for the year

2009-10 i) Civil works

Total for the year

2010-11 i) Civil works

Total for the year

2011-12 i) Civil works

Total for the year

34

Contractor No of correction Executive Engineer

NOTES :

1) All the certificate of the work showing value of work done should be

attached yearwise and summary of yearwise value of A should be,

shown, Unless and untill all the certificates should be clear and

calculations should be attached.

2) This value should be updated to current price level 2011-12 by use of

multiplication factors as given in proforma for item No. 3 (ii), Annex 1

(d) P. No. 34

3) Figures in col. No. 3 to be supported by certificates given by project

authorities, not below the rank of an Executive Engineer.

4) In support of annual turnover as required above, income tax clearance

certificate should be attached or balance sheets of last five years duly

certified by Chartered Accountant should be attached.

5) In case of J. V. of three parties specialising in each area of

specialisation viz. Civil the above information should be given

separately for each partner to the J. V.

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

knowledge and belief.

Signature of Contractor

.

35

Contractor No of correction Executive Engineer

STATEMENT NO. 2

(Civil Works)

Statement for value of value of "B" i. e. Value of existing commitments and ongoing works (updated to current price level of 2011-2012) to be

completed in the period stipulated for completion of the work in the present tender. Certificates regarding this will be required to be countersigned by the

Engineer in charge not below the rank of Executive Engineer.

(Amount - Rs. in Lakhs)

Value of work to be completed between

Sr. No. Name of work Name of Division

Work order No. / Year

Year of Commencement

Amount of Contract

Cost of work Done

Expected balance as on 31/3/12 1/4/2012 –

31/3/2013 1/4/2013 – 31/3/2014

Ref. Page no. of Certificate

1 2 3 4 5 6 7 8 9 10 11 1

2

3

4

5 & on ward

Total value of Civil Engineering Works (A)

36

Contractor No of correction Executive Engineer

2.4 PROFORMA FOR ANNEX -1 (A) Civil Engineering Works :

Details of the Civil Engineering works completed and applicants

performance record for the last five year in the following proforma (separate

information for each work should be submitted)

1. Name of work :

2. Agreement No. and year :

3. Balance and quantity :

4. Total tendered cost of work (Rs. in Lakhs) :

5. Cost of work done on 31/03/2012 (Rs. in Lakhs) :

6. Balance cost as on 01-04-2012 (Rs. in Lakhs) :

7. Name of applicants Engineer in-charge with

educational qualification

8. annual turnover : Information on 6.1 and 6.2

6.1 Quantities executed.

Quantities executed (Certificate of concern authorties is essential) (in thousand cum)

Items Unit

Vth Year IVth Year IIIrd Year IInd Year Ist Year a) Excavation

i) Soft strata

Cum

ii) Hard strata Cum

b) Embankment with hearting

& casing

Cum

c) Lining Sq.m

d) Concreting Cum

37

Contractor No of correction Executive Engineer

Note :- Quantities of hearting zone and casing zone should be given separately.

Certificate of appropriate authorties are essential.

8.2 Financial Turn Over (Rs. in

lakhs) (defined as billing for

works excluding advance

payment such as mobilisation

and machinery received duly

certified by concerned

authorities

:

9. Period of completion :

6.1 Date of commencement

6.2 Originally stipulated time

limit.

:

6.3 Scheduled date of

completion

6.4 Extended time limit :

6.5 Actual time taken to

complete the work.

:

6.6 Certificate of concerned

authority of work if complete in

time

:

6.7 Reasons for non completion

of work in the stipulated time

limit/ extended time limit if so.

:

10. Were there any penalties / fines

/ stop notice/ compensation /

liquidated damages imposed (

Yes or No ) (if yes, give amount

and explanation)

:

11. Name, designation, department and complete address with

whom the content of the

preceding paragraphs 1 to 6

could be verified.

38

Contractor No of correction Executive Engineer

12 Name of applicant's Engineer-

in- charge of the work and his

educational qualifications.

:

13 Give details of your experience

in monthly placement of

concrete and masonry and

excavation in hard and soft

strata bank of earthen dam.

:

14 Give details of your experience

in mobilising large value

contract with modern

technology on the deployment

of latest heavy construction

equipment.

:

15 Details of quality control

arrangement made by the

contractor of his own on these

works.

:

(Note :- Certificate of quantities not below the rank of Executive Engineer should

be attached. Serially showing details of year-wise executed quantity and total

quantity in the proforma given in Annex. 9)

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

knowledge and belief.

39

Contractor No of correction Executive Engineer

2.5 PROFORMA FOR ANNEX -1 (b) :

a: Civil Engineer Works

Details of work in hand and applicant's performance record for the last

five year as on the date of submission of pre-qualification documents in

the following proforma (Separate information for each work).

1. Name of work :

2 Agreement No. and year :

3. Place and Country :

4. Total tendered cost of work (Rs.

in Lakhs)

:

5. Cost of work done on

31/03/2012 (Rs. in Lakhs)

:

6. Balance cost as on

01/04/2012 (Rs. in Lakhs)

:

7. Name of applicants Engineer in

Charge with educational

qualifications

:

8. Annual turnover : Information on 8.1 and 8.2 as below to be given for

each year of the last five years.

8.1 Quantities executed :

Quantities executed (certificate of concern authorities is essential) (in thousand Cum)

Items Unit

Vth Year

IV Year IIIrd Year IInd Year Ist Year

a) Excavation i) Soft strata

Cum

ii) Hard strata Cum

b)Embankment for Hearting & casing for Earthen Canal

Cum

c) Lining Sq.m

d) Concrete Cum

40

Contractor No of correction Executive Engineer

Note :- Quantities of hearting zone and casing zone should be given

separately . Certificates of appropriate authorities are essential.

8.2 Financial turn over ( Rs. in

lakhs ) (defined as billing for

works excluding advance

payment such as mobilisation

and machinery received duly

certified by concerned authorities

:

9.2 Details of work in hand.

a. % of physical completion and

amount billed for the work

completed.

b. Cost of work remaining to be

executed (Rs. in lakhs)

:

c Stipulated date of completion

d Anticipated date of completion

of the work within stipulated time

limit.

:

e Explanation for non completion

of the work within stipulated time

limit

41

Contractor No of correction Executive Engineer

10. Were there any penalties / fines /

stop notice / compensation/

liquidated damages imposed ?

(Yes / No ) If yes, give amount

and explanation.

:

11. Where there is any fine, claims or

stop notice filed by the employer

(Yes/No) If yes, give amount and

explanation

:

12. Except yearwise programme of

completion (For year period 3.7

of (Page 6.1) Technical Note)

i) Present year

ii) Next year

13. Name of applicant's Engineer in

charge of the work and

educational qualification.

14. Details of quality control

arrangement made by the

contractor of his on these works.

15. Name and Designation and

complete address with whom

above contents can be verified.

(Note : Certificate of quantities not below the rank of Executive Engineer should be

attached. serial showing details of yearwise executed quantity and total executed

quantity in proforma given in Annex. 9)

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

knowledge and belief.

Signature of contractor

42

Contractor No of correction Executive Engineer

2.6 PROFORMA FOR ANNEX - 1 (C) a) Civil Engineering works.

Year wise details of quantities executed and amounts of work done

(completed and ongoing ) for last five years.)

Q - Quantity in tcm. for civil

works

A - Amount Rs. in lakhs

O - Ongoing works. C - Completed works.

Excavation

S S H. S.

Embankment

Concrete Total financial turnover during the year

Ref. Page No. of P.Q. document

Sr. No.

Year

Q A Q. A Q. A A C 2007-2008

O

1

Total

C 2008-2009

O

2

C 2009-2010

O

3

Total

C 2010-2011

O

4

Total

C 2011-2012 O

5

Total

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

Signature of Contractor (Note :- The details of working quantities should be furnished)

43

Contractor No of correction Executive Engineer

2.7 PROFORMA FOR ANNEX - 2

a. Civil Engineering Works FINANCIAL STATEMENT

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

1. Capital

a. Authorized

b. Issue and paid up

2. Firms information

a. Duration of existence of the

firm

b. Details of the works completed

& the applicant's performance

record for last five years (Vide

Annex-1a)

:

c. Details of works in hand and

applicants performance record for

last five years as on date of

submission of pre-qualification

(Vide Annex - 1b)

:

3. Balance sheet information

Furnish balance sheet and profit

and loss statement with C. A.'s

report for the last five years, it

should interalia with the following

information.

:

a. Working capital :

b. Turnover on Civil Engineering

works.

:

44

Contractor No of correction Executive Engineer

Year Amount of turnover during the year (Rs. in Lakhs)

Multiplying factor

Amount of turnover brought to current price level (by multiplying Col. 2 by factors given in col. 3 (Rs. in Lakhs)

1 2 3 4

2007-2008 1.464

2008-2009 1.331

2009-2010 1.21

2010-2011 1.10

2011-2012 1.00

c. Gross income of applicant

(Rs. in Lkahs)

i. In the year 2007-2008

In the year 2008-2009

In the year 2009-2010

In the year 2010-2011

In the year 2011-2012

4. Total Liabilities

a. Current Ratio

Current assets (Rs. in lakhs)

Current liabilities (Rs. in lakhs)

b) Total liabilities to net worth

c) Debt equity ratio (Defined as

(Debt / Equity))

5. Works carried out

What is the maximum value of the

project that you can handle ?

(Rs. in lakhs)

45

Contractor No of correction Executive Engineer

6 Govt. Tender :

Have you ever been denied

tendering facilities by the Govt.

Dept. / Public Sector undertaking

(Give details)

:

7. Sources of Finance :

What are your sources of finance

? (Please give complete details,

bank reference also)

:

8 Financial Soundness

Certificate of financial soundness

from the bankers of applicant.

9 Bank information :

Furnish the following information

for last five years (duly certified by

the respective banks)

a. Bank guarantee limit enjoyed

by the firm during each of the

last five years with bankwise

breakup (Rs. in lakhs)

b. Portion of Bank guarantee

already utilised as on date of

application (Rs. in lakhs)

10. Overdraft information

Overdraft limits enjoyed during

each of the last five years with

bankwise breakup (Rs. in lakhs)

11. Bankers

Name and address of bankers

from whom reference can be

obtained.

46

Contractor No of correction Executive Engineer

12. Have you ever been declared

bankrupt ?

(Yes/No. ) If yes please give

details.

13. Sales Tax - VAT

The tender rates are inclusive of

all taxes, rates cesses and are

also inclusive of the leviable tax in

respect of sale by transfer of

property in goods involved in the

execution of work contract under

the provision of Rule 58 of

Maharashtra Value Added Tax

Act 2005, for the purpose of levy

of Tax.

The contractor shall duly comply

with all the provision of

Maharashtra Sales Tax on the

transfer of goods involved in the

execution of works contracts

(reenacted) Act 1989. He shall

obtain registration under this act

then he is registered dealer.

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

knowledge and belief.

Signature of contractor

47

Contractor No of correction Executive Engineer

2.8 PROFORMA FOR ANNEX - 3 RESOURCES : PERSONAL

Please give details of key technical and administrative personnel in the

following proforma.

1. Details of the Board of Directors

a. Name of the Director(s)

b. Organisation

c. Address

d. Remarks

Design / Technical and

Administrative Details

Details of key design / technical

and administrative personnel and

consultants and supervisory

technical staff which the applicant

will employ on the proposed work.

a. Individual's Name

b. Educational Qualification

c. Details of training given for

such type of work

d. Present position of office

e. Professional experience and

number of years of experience

on similar work.

f. Years with the applicant

h. Distribution of above personnel

on work in hand and on this

work for which applied for PQ

i. Remarks.

48

Contractor No of correction Executive Engineer

3. Professional Tax

Contractor shall submit

Professional Tax Certificate in

prescribed form attached as

Annex - 2 a on next page.

4 Labour License

Contractor shall submit a valid

and current license issued in his

favour under the provisions of

contract labour (Regulation and

Abolition ) Act. 1970 and the

Maharshtra Contract Labour (R

and A ) Rule 1971.

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

my knowledge and belief.

Signature of Contractor

49

Contractor No of correction Executive Engineer

2.9 ANNEX - 3 a Certificate of registration with the professional Tax officer of the district in

Form 1 A certificate of registration under sub-section I of section 5 of the

Maharashtra sales Tax on professions, trades, calling and employment act 1975,

form is as below

PROFESSIONAL TAX CLEARANCE CERTIFICATE

This is to certify that M/S. __________________________________________ of

(address) of registered dealer under the Maharshtra state Tax on professions,

Traders, Callings Employment Act No. XVI of 1975 holding Registration Certificate

No. ____________________________ w. e. f. ________________ The said

dealer has paid all dues upto 31th March 2011 under the act. The dealer has paid

the professional tax dues for the employees mentioned below ,

Sr. No. Name of Employee Designation

There is no professional tax dues outstanding against the dealer under

the act. This Certificate is valid one year from date of issue.

Place :

Date

Signature

Professional Tax Officer

District.

50

Contractor No of correction Executive Engineer

2.10 PROFORMA FOR ANNEX - 4

RESOURCES : PLANT AND MACHINERY.

Machinery with contractor Machinery to be

deployed for other works Machinery to used for this work Item of excavation with quantity

per seasons Machinery Capacity

& output Machinery Capacity

& output Owned Machinery

Capacity &output

Hired Machinery

Capacity & output

A) Excavation i) S. S.

ii) H. S.

B) Embankment

C) Lining

D) Concrete

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

51

Contractor No of correction Executive Engineer

2.12 PROFORMA FOR ANNEX - 4 (A) Civil Works.

Details of plants and equipment owned by the Applicant :

Details of plants and equipment owned by the applicant which shall be

used for Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon. Constructing Earth Work & Structures of Main Canal and Distributories of Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist.

Jalgaon.

Poclain Tipper Pump Roller

1 Name of Equipment :

2 Name of Unit :

3 a) Make / Manufacture :

b) Source from where procured :

4 Production Capacity :

5 Type of Prime - mover :

6 Horse Power / KVA of Prime

Mover

:

7 Normal life plant hours specified

by the Manufacture

:

8 Number of actual working hours

put in by the machine

:

9 Present Location :

10 Availability of equipment and

machinery for this work

:

11 For each machine costing more

than Rs. 10 lakhs attach coloured

photograph. Also give source

from where it was procured /

purchased and ownership

document.

:

12 The contractor shall have to

attach the documentary proof in

:

52

Contractor No of correction Executive Engineer

respect of machinery owned by

him as below

:

i) R. T. O. Registration :

ii) Certificate of Taxation :

iii) Goods Carriage permit in Form

P-Gd C (See Rule 72) (i) (vii)

iv) Certificate of fitness in Form 38

(See Rule 62 (i) 7)

NOTE :- In the case of Non- RTO

machinery, in the machinery is

new the manufacture's sale

certificate shall be produced. In

case of second hand machinery

the purchase document with proof

of payment and balance sheet

certified by the Chartered

Accountant shall be the produced.

In lieu of the certificate of the

Chartered Accountant. a

certificate from a Schedule Bank

of having financed the machinery

will be acceptable.

13 Remarks

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

knowledge and belief.

signature of Contractor

53

Contractor No of correction Executive Engineer

2.13. PROFORMA FOR ANNEX - 4 (B)

Civil Works

Details of additional plants and equipment which shall be procured by the

applicant for this work in the following proforma.

(Separate information for each type of equipment)

1. Name of Equipment :

2. No of Unit :

3. Kind of make :

4. country of Origin :

5. Capacity :

6. Approximate cost in Rupees :

7. How it is proposed to be

procedure and give details of

source / manufacturer

:

8 Remarks :

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

knowledge and belief.

signature of Contractor

54

Contractor No of correction Executive Engineer

2.14 PROFORMA FOR ANNEX - 5

STRUCTURE AND ORGANISATION

1. Name of Applicant :

2 Nationality of Applicant :

3. Office Address, Telephone

Number, Telex Number, Fax

Number

:

4. a. Year established (when &

where) & legal name as

formed individual / firm /

company.

:

b. Class of registration with

P.W.D. Maharashtra

:

5. Whether the applicant is

a. An individual

b. A Proprietary firm

c. A. limited company or

Corporation.

:

d. A member of a group of

companies (if yes, give

name, address, connections

and description of other

components)

:

e. A subsidiary of a large

organisation (if yes, give

name and address of the

organisation) if the company

is subsidiary, if any will the

present company have in the

project.

55

Contractor No of correction Executive Engineer

f. Joint Venture consortia

(if yes, give name and

address of each partner)

:

6. Attach the organisation chart

showing the structure of the

organisation including positions of

the directors and key personnel

:

7 What best describes you

a. Engineers and Contractors. :

b. Consulting engineers &

contractors

:

c. If other, place specify :

8. Number of years of experiences

a. As prime contractor

i. In own country (Specify)

ii. Internationally (Specify

country )

b As a joint venture

i. In own country (Specify)

ii. Internationally (Specify

country )

c. As a Sub - contractor

i. In own country (Specify)

ii. Internationally (Specify

country )

56

Contractor No of correction Executive Engineer

9. How many year has your

organisation been in business

under your present name ? and

what were your fields when you

established your organisation ?

when did you add new field (if any

?)

:

10 Where you required to suspend

construction for a period of more

than six months continuously

after you started ? if so reasons

thereof

:

11. Have you are ever failed to

complete any work awarded to

you ( if so which, where, and

why ?)

:

12. In how many project have you

asked arbitration after rectification

( if so, when where any why) and

how many cases settled in your

favour ?

:

13. In how many projects you were

imposed penalties for delay

:

14 Have any key personnel or

partner of your organisation ever

been as officer or partner of some

other organisation that failed to

complete the contract (if so state

name of individual / other

organisation)

:

57

Contractor No of correction Executive Engineer

15. Have any key personnel or

partner of your organisation ever

failed to complete the contract

handed in his name.

:

16. In what field do you claim

specialisation and are interested

to work ?

:

17. Give details of your experience in

constructing, bank work with

modern technology, latest

machinery and proper quality

control.

:

18. Give details of your material

testing laboratory and mobile

laboratories.

:

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

knowledge and belief.

signature of Contractor

58

Contractor No of correction Executive Engineer

2.15 PROFORMA FOR ANNEX - 6

ADDITIONAL INFORMATION.

1) Please add any further information which the applicant

considers relevant in regard to his capabilities.

2) Please give a brief note including how the applicant

considers himself eligible for pre-qualification for the work.

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

knowledge and belief.

signature of Contractor

59

Contractor No of correction Executive Engineer

2.16 PROFORMA FOR ANNEX - 7

CIVIL WORKS.

Details of work tendered for as on the date of submission of pre-qualification document in the following proforma.

1 2 3 4 5

1 Name of work

2 Brief description of work

3 Tendered cost (Rs. in Lakhs)

4 Details of work tendered for

a) Estimated cost (Rs. in Lakhs)

b) Quantity and amount of principal items (Excavation bank work concrete etc.)

c) Date when decision is expected

d) Stipulated date and period of completion.

5 Name designation and address with whom the contents of the above information can be verified.

6 Remarks

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

signature of Contractor

60

Contractor No of correction Executive Engineer

2.17 PROFORMA FOR ANNEX – 8

JOINT VENTURE. CIVIL WORKS

If the applicants intends to enter into a joint venture for the project

please give the following information otherwise state "Not applicable"

1. Name and address of joint

venture

:

2. Name and addresses of all

partners of Joint Venture.

:

3. Name of firm leading the Joint

Venture.

:

4. Indicate the responsibility of the

firm leading the Joint Venture and

responsibility of other Joint

Venture partners.

:

5. Names and address of bankers of

the Joint Venture.

:

6. Details regarding financial

participation of each firm in the

Joint Venture certified copy of the

agreement of Joint Venture shall

be attached.

:

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

knowledge and belief. signature of Contractor

61

Contractor No of correction Executive Engineer

2.18 PROFORMA FOR ANNEX - 9

The below mentioned certificates should be attached in the following

proforma only

CERTIFICATE.

Note :- All the details must be filled in strike out the item which is not applicable

to the tenderer.

Certified that

1. I/(We) have not been awarded any contract for the work of Dams/

Canals or any other type of work in the Tapi Irrigation Development

Corporation on .................... (Enter date of opening of tender)

2. I/(We) have not been awarded following contract (s) for the work of

Dams/ Canals or any other works on ............ (Enter date of opening of

tender) in TIDC Area (The works awarded prior to formation of TIDC are

also to be included)

Sr. No.

Particular 1 2 3 4 5 & so on

1 Name of work

2 Estimated cost put to tender

3 Contract No. and date of work

order

4 Contract Amount

5 Amount of work executed to date

6 Period of completion

7 Schedule date of completion

8 Name of Division

9 Name of Circle

62

Contractor No of correction Executive Engineer

3. I/We have tendered for the following work(s) in TIDC as on ................

(Enter date of opening of tender) and my offer is lowest respective offer.

Sr. No.

Particular 1 2 3 4 5 & so on

1 Name of work

2 Estimated cost put to tender

3 Tender Amount

4 Date when decision is expected

5 Schedule date of completion

6 Name of Division

7 Name of Circle

signature of Contractor

63

Contractor No of correction Executive Engineer

ANNEX - 10 PROFORMA FOR GIVING INFORMATION OF THE WORKS

COMPLETED / IN HAND

(Use this Proforma separately for each mentioned in annex 1 (a), 1 (b)

Name of Department : Name of Circle : Name of Division :

(Amount in Rs. Lakhs)

1. Name of work :

2 Estimated Cost :

3 Agreement No. :

4 Name of the Contractor :

5 Tender Cost :

6 Date of work order :

7 Stipulated period of completion :

8 Schedule date of completion :

9 No. of Extension(s) granted and

Extended date of completion

:

10 Final date of completion (for

completed work)

:

11 Revised amount of work

(including claims/extra items

arbitration amount if any)

:

12 Cost of work executed (As per

final bill or as on 31-3-2012

:

13 Balance amount of work :

14 Whether final bill paid :

15 Reasons for non completion of

work in Schedule period of

completion.

:

64

Contractor No of correction Executive Engineer

16 Whether any penalties Liquidated

damages imposed and cancelled

(Yes OR No) if yes furnish the

following

:

a. Period and rate fine :

b. Refund of compensation if

any

:

17 Details of work done

Excavation Cum. S.S. H.S.

Embankment Cum.

Concrete Cum

Tendered Quantity

Revised Quantity

Executed Quantity

Balance Quantity

2007-2008

2008-2009

2009-2010

2010-2011

2011-2012

NOTE : 1. All type of gates such as cross regulator gates, head

regulator gates, canal outlet gates etc. shall be added and shown under canal regulation gates column

65

Contractor No of correction Executive Engineer

2. All type of concerting except concrete lining of canal

shall be cumulatively shown under column concrete.

Quantity of concrete lining of canals shall not be

included under this column. 3. All type and diameters of R. C. C. hume pipes, steel

pipes, PVC pipes more than 300 mm. diameter shall

be added under RCC. pipe column.

18 Remarks of the Executive

Engineer about the performance

of the contractor, working style,

quality consciousness, tendency

of claims/ arbitration etc.

:

Place

Date

Executive Engineer

Minor Irrigation Division, Jalgaon

(With name address, Ph. No. & Fax No. )

(Note :- This certificate shall be signed by an officer not below the rank of

Executive Engineer of equivalent in case of other Department and by the Head of

Office in case of Limited Companies and registered Co-Operative Societies or

Organisation)

66

Contractor No of correction Executive Engineer

SECTION - 3 TECHNICAL NOTE 3.0 NAME OF WORK :

Hatgaon-2 M. I. Tank, Tal. Chalisgaon Dist. Jalgaon :- Constructing

Earth Work & Structures of Main Canal and Distributories of Hatgaon-2

M. I. Tank, Tal. Chalisgaon Dist. Jalgaon.

3.1 INTRODUCTION :

The work consist of earthwork and structure on Hatgaon-2 M. I. Tank,

Tal. Chalisgaon Dist. Jalgaon. The site is situated near Hatgaon Tal.

Chalisgaon .

3.2 CLIMATIC CONDITIONS :

The work site is total hilly range of low rainfall zone. Rainy season

normally starts from 15th June and ends on 15th October. However off

seasonal showers occurs in the area. The annual rainfall in region

normally varies from 500 to 600 mm.

3.3 COMMUNICATIONS :

A. AIRPORT :

Aurangabad is nearest inter state airport which is about 160

km. from site. The nearest international air port is Mumbai

about 430 km. from site which is connected with major cities of

India.

B. RAILWAYS : The nearest railway station is Rohini which is 4 km. from work

site

C. ROADS :

A network of roads is available in the vicinity of work. The sites

are approachable from Chalisgaon and Nandgaon Road.

D. HOTELS/GUEST HOUSE FACILITIES.

Good hotels are available at Chalisgaon and Jalgaon, good

lodging & boarding facilities are available in these cities.

67

Contractor No of correction Executive Engineer

3.4 GENERAL FACILITIES :

a. LABOUR

Chalisgaon and Nandgaon Taluka’s are 30 Km. from site,

some skilled / semi skilled labours can be available from this

area. The area in vicinity of the canal site is hilly area

unskilled labours can be available.

b. HOUSING

No housing facilities are available near work site. Contractor

will have to make his own arrangement for housing required

for labour and supervisory staff.

c. MARKETING FACILITIES

Marketing facilities for day to day needs are available at

Chalisgaon 25 Km. from work site. The bigger marketing

center is Jalgaon located at about 125 km. from work site.

d. WATER SUPPLY

The contractor will have to make his own arrangement for

water supply to his colony for construction activities related

to work.

e. HOSPITAL

Primary Health center is located at Chalisgaon and major

Hospital facilities are available at Jalgaon.

f ELECTRICITY

Electric lines are passing near vicinity of work area. The

electricity can be obtained from M. S. E. B.

h. SUPPLY OF PETROL, DIESEL, LUBRICANTS

Petrol, Diesel, Lubricants are available at Nandgaon which

is situated on Chalisgaon Nandgaon Road and is 4 Km.

away from work site.

68

Contractor No of correction Executive Engineer

3.5 CLIMATE AT SITE

a) Temperature Temperature at the work site

various from 10 0 C to 46 0 C

b) Work season from :- The rainfall normally occurs in

the period

Annual rain fall

15th June to 15th October. The

average rain fall in the area is

500 to 600 mm. However.

Season showers also occurs

3.6 BRIEF DETAILS OF WORKS

The work proposed consists of Constructing Earth Work &

Structures of Main Canal and Distributories of Hatgaon-2 M. I.

Tank, Tal. Chalisgaon Dist. Jalgaon.

69

Contractor No of correction Executive Engineer

3.7

PHYSICAL AND FINANCIAL PROGRAMME.

Year Soft

Strata Cum

Hard Strata Cum

Embankment from

available / borrow

Concrete Cum

Financial requirement in Lakhs

Remarks

2012-2013 12137.64 4247 40957.84 2092.31 223.02

2013-2014 12136.99 4247 40957.84 2092.32 223.02

Total 24274.63 8494 81915.68 4184.65 446.04

70

Contractor No of correction Executive Engineer

3.8 CONSTRUCTION MATERIAL

The Construction Material required for his work is as below

Sr. No. Item Unit Quantity

1 Cement M . T. 1517.94 M. T.

2. Aggregate & rubble M3 7102.69 Cum

3 Sand M3 1902.90 Cum

4 Steel M. T. 43.36 M. T.

The contractor will have to bring his own material for masonry concrete etc.

machinery etc. No. machinery will be made available to the contractor for the said

work. No construction material will be supplied by the department such as

cement, steel, explosive, pipes and fuel etc. to the contractor as Schedule 'A'

material. The contractor will have to investigate thoroughly the quarries for rubble,

sand, aggegate and soil to his satisfaction and has to make his own arrangement

for the above said materials. 3.9 LAND ACQUISITION

The land required for this work is being acquired with the due Land

Acquisition procedure. The land acquisition proposals are under section

52 (A)

71

Contractor No of correction Executive Engineer

SECTION - 4 PROCEDURE AND RULES FOR EVALUATION OF

PREQUALIFICATION OF APPLICATIONS

Constructing earthwork and structures in K. M. No. 1 to 3 of Hatgaon-2

M. I. Tank, Tal. Chalisgaon Dist. Jalgaon of Hatgaon-2 M. I. Tank, Tal.

Chalisgaon Dist. Jalgaon.

4.1 PROCEDURE :

Pre-qualification of tenderers to be done to ensure that final bids for the

work are received from well established contractors with experience

and capacity in designing, planning constructing the earthen dam,

spillway, outlets and other appurtenant works etc. Any applicant, who is

able to satisfactorily establish that he can undertake the work and

complete it within the stipulated time will be able to pre-qualify.

An applicant can earlier be an individual, a proprietary firm, a firm in

partnership, a limited company or corporation or a group of firms known

as Joint Venture. In case of a joint venture the sponsoring firms has to

submit complete information and identify the lead firm. It would be

necessary for the joint venture to establish to the satisfaction of

competent authority of TIDC, that the venture has made practical,

workable and legally enforceable arrangement amongst the parties, that

responsibilities regarding the execution and financial arrangements

have been clearly laid down and assigned that the individual parties to

whom such responsibilities etc. assigned are capable in their individual

capacity to discharge them completely and satisfactorily and also that

the lead firm has necessary skill and capacity to lead the responsibility

and involvement for the entire period of execution as well as leading.

role in control and direction on the resources of the entire joint venture.

The evaluation will be done with the greatest care so good parameters

for an objective evaluation of the application has been established. The

Joint Venture shall not be desolved till the completion of defect liability

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

liquidated.

72

Contractor No of correction Executive Engineer

The competent Authority from Tapi Irrigation Development Corporation,

Jalgaon shall have the freedom to ask for clarifications and further

related information from the applicants, check references and make

inquiries on prospective tenderers of work.

4.2 RULES 4.2.1 NO EVALUATION WILL BE DONE

As per para 2.13 (i) to (iv)

4.2.1 A. ELIGIBILITY CRITERIA : (As per 1.8.3) The criteria for eligibility is as below :

PART I

I. BID CAPACITY : As per section - 2, para 1.8.3 A

B GENERAL EXPERIENCE : As per section - 2, para 1.8.3 B

C CIVIL ENGINEERING WORKS : As per section - 2, para 1.8.3 (Part II)

NOTE : 1. The quantities for general experience will be calculated from the

certificates of prescribed proforma only (duly signed)

2. Any column dashed only will be considered as negative.

3. For J. V. quantities will be taken as per proportion for single type.

C TURNOVER As a prime contractor he should have minimum annual turnover of Rs.

335 Lakhs (excluding advances such as machinery/ mobilisation etc. )

one over a period of last five years. He should submit certificate that

turnover amount does not include the advances and only advance

received are deducted from the amount.

D WORK OF SIMILAR NATURE As a prime contractor he should have completed one work of a similar

nature and complexity comparable to this work i. e. construction of

canal earth works & structures with appurtenant works be Rs. 335

Lakhs (updated cost).

4.2.2 No correspondence will be entertained in this regard.

4.2.3 DISQUALIFICATION RULE If an applicants is judged to be financially unsound he would be

disqualified.

73

Contractor No of correction Executive Engineer

4.2.4 QUALIFICATION RULE.

Applicants must in order to quality secure at least 70% of grand total on

the basis of rules listed below in 4.2.8

4.2.5 RELAXATION RULE

In case, the number of qualifying applicants is less than three the

Competent Authority may use its discretion to relax the criteria or

minimum qualifying points with the view to qualify at least three

applicants and thus ensure adequate competition in tendering.

4.2.6 A. ADDITIONAL INFORMATION

Necessary information will be collected from the details furnished in

proforma and additional information may be called for at the discretion

of the competent authority.

4.2.6 B. In the applicant is Joint Venture the details regarding the lead firm

which will be. a. In charge of the actual execution of the work.

b. In charge of the Organisation, equipment and machinery etc. on site

and

c. In charge of financial details as regards all payments including

payments for work done, claims etc.

Primarily considered for determining the pre-qualification by

excavation criteria.

Note : In case of Joint venture, the capacity and proportional interest

in the tendered work of the lead firm will be considered subject to

fulfillment of conditions in para 1.2 of section - 1

74

Contractor No of correction Executive Engineer

4.2.7 COMPOSITION OF EVALUATION COMMITTEE. The evaluation committee for pre qualification of the applicant shall be

as below

1. Chief Engineer,

Tapi Irrigation Development Corporation, Jalgaon

Chairman

2. Superintending Engineer,

Jalgaon Irrigation Project Circle, Jalgaon.

Member

3. Superintending Engineer,

Quality Control Circle, Aurangabad

Member

4. Superintending Engineer, (M. D.) Central Design

Organisation, Nasik

Member

5. Executive Engineer,

Minor Irrigation Division, Jalgaon

Member

Secretary

The decision of the committee will be final and binding on applicants.

No correspondence will be entertained in this regard.

List of Staff required for this work.

Sr. No. Particulars Minimum Nos

required

Nos. of Marks

30

1 Project Manager / Project Engineer 1 10

2 Supervisory Tech. staff Diploma

(Civil ) Engr.

2 5

3 Site staff

1) Supervisors

2) Mukadam

4

8

5

5

75

Contractor No of correction Executive Engineer

4.2.8 EVALUATION METHOD AND ALLOCATION OF POINT

Sr. No.

Category Point

1] GENERAL EXPERIENCE : TOTAL POINTS 70

(Ref. of annexes 1 (a),1 (b), 1 (c),4

A Successful experience as prime contractor in completing at

least one contract of similar nature and complexity

comparable to the proposed contract during last Five years.

30

B Execution of quantities of relevant main items in any one

year in last five years.

I. Excavation in Soft Strata 10

II. Excavation in Hard Soft 10

III. Embankment 10

IV. Cement Concrete 10

2] Adequacy of personal capacity (total points 20)

I. Project Manager/ Project Engineer 05

II. Site staff (2 Civil Engineers) 10

III. Supervisory technical site staff 05

3] Equipment Adequacy (Total point 40)

I. Machinery /equipment availability with the contractor

(the list of machinery required for this work is given

in para 4.3 below. (more weightage will be given if

75% of the machinery is owned by the contractor

and will be available readily for this work.

30

II. Equipment planning for this job. 10

4] Financial Capacity (total point 50)

I. Annual Turnover 25

For firms having average annual turnover equal to or

greater than amount shown at section - 2, para 1.8.3 C (For

firms having annual turnover less than amount shown

.

76

Contractor No of correction Executive Engineer

Sr. No. Category Point

at section - 2 para 1.8.3 C point shall be given in linearly

reduced proportion )

II. Bid Capacity

a. If bid capacity is equal to the required value. 05

b. In addition one point for every 100 lakhs above the

required value (maximum upto 4 points)

02

III. Duration of existence of firm.

a. If more than 5 years. 05

b. If more than 3 year 03

c. If more than 2 years 02

IV. Debt/Equity (defined as Debit/Equity)

a. If ratio is up to 1:1 05

b. if ratio is more than 1:1 02

V. Bank Guarantee

a. Without Bank Guarantee 05

b. With Bank Guarantee limit between 60% to 100% 02

VI. Overdrafts

a. If not enjoyed 05

b. If enjoyed 02

5] Other Evaluation Factors (total points 20)

I. Record of completing works in time. No penal action

should be in force

10

II. Quality control arrangements used in previously executed

works particularly in earthen dam.

10

77

Contractor No of correction Executive Engineer

4.3 LIST OF MACHINERY REQUIRED FOR THIS WORK

Sr. No. Particulars Min. Nos.

required

1. Poclain or excavator Ex. 200 (equivalent) 2

2. Poclain Braker 1

3. Dumpers/ Tippers 7.5 ton capacity 10

4. Dozers 2

5. Water Tankers (10,000 liters capacity) 2

6. Road roller (10 Ton) 2

7 Pump sets 3

8. Compressor's 250 CFM 2

9. Concrete mixer 7/10 CFM 4

10 Needle Vibrators 5

11 Weigh batch for cement, sand, metal 1

12. Centering plates. 1000

To pre-qualify the applicant must score at least 70% of grand total.

NOTES :

1. In case of partnership, the yearly turnover relating to the year taken for

calculation will be considered only in proportion of the percentage share

of each party.

2. Superintending Engineer, Jalgaon Irrigation Project Circle, Jalgaon will

open the pre-qualification documents as mentioned in Key Dates. All

the documents said to have been sent by the applicants will be checked

and arranged further for their safe custody till other arrangements are

ordered.

3. The evaluation will be done by the Executive Engineer, Minor Irrigation

Division, Jalgaon and will be approved by the Committee comprising as

stated above. The decision once given by the competent authority shall

be final and binding on the applicant No correspondence will be

entertained in this regard.