executive engineer, sina madha project division, … · qualification documents will be available...
TRANSCRIPT
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
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-
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
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) ......................................