45
1 VIDARBHA IRRIGATION DEVELOPMENT CORPORATION , NAGPUR. (A Govt. of Maharashtra undertaking) CHIEF ENGINEER, GOSIKHURD PROJECT, WATER RESOURCES DEPARTMENT, NAGPUR GOSIKHURD PROJECT CIRCLE, NAGPUR GOSIKHURD DAM DIVISION, WAHI (PAUNI) Dist.: BHANDARA NAME OF WORK :- ESTIMATED COST :- PUT TO TENDER “Construction of Enclosure on Dam top for control room & power pack and Left bank irrigation outlet at R.D. 820 Mtr. & Right bank irrigation outlet at R. D. 7856 Mtr., of Gosikhurd Project.” Rs. 141,74,945/- EXECUTIVE ENGINEER, GOSIKHURD DAM DIVISION, WAHI (PAUNI) Dist.: BHANDARA Phone No. : 07185-255312 Email : [email protected] BID CAPACITY DOCUMENT [ For Authorised Use Only ]

READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

1

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION , NAGPUR.

(A Govt. of Maharashtra undertaking)

CHIEF ENGINEER, GOSIKHURD PROJECT,

WATER RESOURCES DEPARTMENT, NAGPUR GOSIKHURD PROJECT CIRCLE, NAGPUR

GOSIKHURD DAM DIVISION, WAHI (PAUNI) Dist.: BHANDARA

NAME OF WORK :-

ESTIMATED COST :- PUT TO TENDER

“Construction of Enclosure on Dam top for control room & power

pack and Left bank irrigation outlet at R.D. 820 Mtr. & Right bank

irrigation outlet at R. D. 7856 Mtr., of Gosikhurd Project.”

Rs. 141,74,945/-

EXECUTIVE ENGINEER, GOSIKHURD DAM DIVISION, WAHI (PAUNI) Dist.: BHANDARA

Phone No. : 07185-255312 Email : [email protected]

BID CAPACITY DOCUMENT

[ For Authorised Use Only ]

Page 2: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

2

Contractor Sign No.of Correction Executive Engineer

Vidarbha Irrigation Development Corporation, Nagpur

Command Area Development Authority, Nagpur

BID CAPACITY DOCUMENTS

NAME OF WORK : “Construction of Enclosure on Dam top for control room & power pack and

Left bank irrigation outlet at R.D. 820 Mtr. & Right bank irrigation outlet at R. D. 7856 Mtr., of

Gosikhurd Project.”

Tender Cost : Rs. :- 141,74,945/-

This general description of work does not, in any way, limit the performance of the whole work

and supply of plants, labourers, materials etc. necessary for complying with plans and

specifications as per various conditions of contract.

Prepared & recommended for Approval

Sectional Engineer Sub Divisional Engineer ……………………………

Verified

&

Recommended for approval

Executive Engineer,

Gosikhurd Dam Division, Wahi (Pauni)

Recommended for approval

SUPERINTENDING ENGINEER

GOSIKHURD PROJECT CIRCLE, NAGPUR

Approved

CHIEF ENGINEER, GOSIKHURD PROJECT,

WATER RESOURCES DEPARTMENT, NAGPUR

Page 3: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

3

Contractor Sign No.of Correction Executive Engineer

NAME OF WORK :-

“Construction of Enclosure on Dam top for control room & power pack

and Left bank irrigation outlet at R.D. 820 Mtr. & Right bank irrigation

outlet at R. D. 7856 Mtr., of Gosikhurd Project.”

INDEX Sr. No.

Particulars Page No.

From To

1

E-TENDER NOTICE NO. 5 FOR 2013-14

4 4

2. SECTION-I-DETAILED TENDER NOTICE .

5 6

3. KEY DATES

7 7

4 SECTION-II – DEFINITIONS

8 12

5 SECTION-III - INSTRUCTIONS TO BIDDER

13 21

6 SECTION-IV- WORK SPECIFIC INFORMATION

22 24

8 LETTER TO THE PROJECT AUTHORITY

25 25

9 CHECK LIST OF DOCUMENTS TO BE UPLOADED

26 27

10 SECTION-V- PROFORMAE & FORMATS

28 45

BID CAPACITY DOCUMENTS

Page 4: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

4

Contractor Sign No.of Correction Executive Engineer

Vidarbha Irrigation Development Corporation.

(Government of Maharashtra Undertaking)

E-TENDER NOTICE NO. 7 FOR 2013-14

(System Generated No. 263 ) Main Portal: http://maharashtra.etenders.in SUB- Portal : http://vidc.maharashtra.etenders.in

Online digitally signed Tenders (e –tender) in C form for the following work are invited by the Executive Engineer,

Gosikhurd DAM Division WAHI (PAUNI), Dist BHANDARA Phone No. 07185-255312 on Government of

Maharashtra Electronic Tender Management System (http://maharashtra.etenders.in) through Sub Portal of

http://vidc.maharashtra.etenders.in from only contractors who have been short-listed (selected) as qualified

in Bid-capacity assessment and registered with the Public Works Department, Government of Maharashtra, in

appropriate class of contractors as mentioned below.

In first phase Bid-capacity of the intended Contractors will be assessed. Contractors who will be short-listed

as having adequate Bid-capacity will be allowed to participate in Main Bidding Process Bid-capacity documents and Estimates, Rate Analysis, Drawings documents etc. will be available on above mentioned web

site as per programme under Key-Dates.

Further Main Tender Document in C- form, Estimates, Rate Analysis, Drawings documents will be made

available (only to short listed bidders) on above mentioned web site as per programme under Key-Dates.

Sr.

No

Name of Work Cost of work Earnest Money

Time Limit

for

completion

(Months)

Cost of

Bid-capacity

_________

e- Main

tender form

(Rs.)

Class of

Registration

1 2 3 4 5 6 7

1

“Construction of

Enclosure on Dam

top for control room

& power pack and

Left bank irrigation

outlet at R.D. 820

Mtr. & Right bank

irrigation outlet at

R. D. 7856 Mtr., of

Gosikhurd Project.”

Rs. 141.75 Lakhs.

Rs 01.07 Lakhs.

06 (SIX) Months

(Including Monsoon)

Rs. 2000/-

_______

Rs. 5000/-

By NEFT

or RTGS

Class IV and

above,

under Public

Works

Division,

Government

Of

Maharashtra

Additional details regarding ‘e’ tendering process are available on the above website in Bid-capacity

Document.

Executive Engineer,

Gosikhurd Dam Division, Wahi (Pauni) Dist.: Bhandara

Phone No. : 07185-255312

Email : [email protected]

Page 5: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

5

Contractor Sign No.of Correction Executive Engineer

SECTION NO. I

DETAILED TENDER NOTICE

VIDARBHA IRRIGATION DEVELOPMENT CORPORATION, NAGPUR

DETAILED TENDER NOTICE NO. 7 FOR 2013-14

(System Generated No.263 )

CIRCLE :-

SUPERINTENDING ENGINEER, GOSIKHURD PROJECT

CIRCLE, NAGPUR

DIVISION

:- Gosikhurd Dam Division, Wahi (Pauni) Dist.: Bhandara

1.1 Online digitally signed Tenders (e –tender) in C form for the following work are invited by the Executive

Engineer, Gosikhurd DAM Division WAHI (PAUNI), Dist BHANDARA Phone No. 07185-255312 on Government

of Maharashtra Electronic Tender Management System (http://maharashtra.etenders.in) through Sub Portal of

http://vidc.maharashtra.etenders.in from only contractors who have been short-listed (selected) as

qualified in Bid-capacity assessment and registered with the Public Works Department, Government of

Maharashtra, in appropriate class of contractors as mentioned below.

In first phase Bid-capacity of the intended Contractors will be assessed. Contractors who will be short-

listed as having adequate Bid-capacity will be allowed to participate in Main Bidding Process Bid-

capacity documents and Estimates, Rate Analysis, Drawings documents etc. will be available on above

mentioned web site as per programme under Key-Dates.

Further Main Tender Document in C form, Estimates, Rate Analysis, Drawings documents will be made

available (only to short listed bidders) on above mentioned web site as per programme under Key-Dates. .

Name of work Cost of work

Processing fee for Evaluation / Cost of

(Rs.)

Earnest

Money

Deposit

(Rs. Lakh)

Time limit for

completion

Class of

Registration

Cost of Bid-capacity

Documnt

e-Main

Tender

Documnt

“Construction of Enclosure on

Dam top for control room & power pack and Left bank

irrigation outlet at R.D. 820 Mtr. & Right bank irrigation outlet at

R. D. 7856 Mtr., of Gosikhurd Project.”

Rs. 141.75

Lakhs.

2000/-

By NEFT or RTGS

5000/-

By NEFT or RTGS

1.07

06 (SIX) Months

(Including Monsoon)

IV & above under Public

Works Division,

Government Of

Maharashtra

1.11 Bid-capacity of intended Bidders shall be assessed in first phase on the basis of

information submitted on-line, by the bidder along with Online digitally signed and duly

filled in Bid-capacity document. Only Pre-qualified Bidders shall be allowed to

participate for further bidding for Main e-Tender documents in B-1 form.

1.12. Bid-capacity & further, Main e-Tender documents is / will be made available on web

sites. http://maharashtra.etenders.in through Sub Portal of

http://vidc.maharashtra.etenders.in

1.13 Duly Completed/filled in Bid-capacity documents along with requisite supporting documents & proof of payment of processing fee / cost of Bid-capacity documents shall

be uploaded, online as required in the online respective templates.

Page 6: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

6

Contractor Sign No.of Correction Executive Engineer

1.14 Bidders shall deposit cost of Bid-capacity documents in Bank Account of Executive Engineer bearing No. 20134801205 in Bank Of Maharashtra, Ganeshpur Branch,

Bhandara, (Maharashtra). Bidders shall upload the scanned copy of proof of payment of

processing fee / cost of Bid-capacity documents along with Bid-capacity document. The

documents submitted by bidders, whose Bid-capacity processing fee / cost of Bid-

capacity documents is not reflected in the said bank account of Executive Engineer, at the

time of actual on-line opening, shall not be evaluated and treated as non-responsive.

1.15 The contractor should upload the documents in readable form. The unreadable documents

shall not be considered for evaluation and treated as non-responsive. The decision of

opening Authority or/and Committee regarding the evaluation of Bid-capacity documents

shall be final and binding.

1.16 All rights are reserved to reject any or all Bid-capacity documents without assigning any

reason by the competent authority or/and Committee .

1.17 The main tender document in C form shall have to be downloaded from the said website,

only by short-listed (selected) bidders as qualified (bidders) in Bid-capacity. Short-listed

(selected) bidders shall be informed on-line, accordingly.

1.18 Short-listed (selected) qualified Bidders shall deposit the Bid processing fee / cost of Main

Tender Document in C Form and amount of Earnest Money Deposit in Bank Account of

the Executive Engineer bearing No. 20134801205 in Bank Of Maharashtra, Ganeshpur

Branch, Bhandara, (Maharashtra) along with Main e-Tender Document in C Form to be

submitted on-line. The Bid documents submitted (on-line) by bidders, whose Bid

processing fee / cost of main tender document in B-1 Form and/or amount of Earnest

Money Deposit are not reflected in the said bank account of Executive Engineer, at the

time of actual on-line opening, shall not be evaluated and treated as non-responsive.

1.19 Pre-Tender Conference of short-listed (selected) qualified bidders shall be held in the

office of the Chief Engineer Water Resources Department, Sinchan Sewa Bhavan, Civil

Lines, Nagpur- as stated in “Key Dates” i.e. Schedule of Bid processing.

1.20 The Bidder shall upload the duly completed Main Tender Document in C Form along with

requisite supporting documents (duly filled in and digitally signed ) in readable form. The

unreadable Main Tender Document in C Form &/or requisite supporting documents, shall

not be considered for evaluation and treated as non-responsive. The decision of Bid

Opening Authority regarding this shall be final and binding.

1.21 To take part in the process involving Electronics Tender Management system (ETMS)

contractors will have to get themselves registered in the portal. http://maharashtra.etenders.in

and should also get empanelled in the concerned sub portal http://vidc.maharashtra.etenders.in

To obtain Digital certificate contractors may contact ETMS Help desk at the

following numbers Pune Help desk No. 020-25315555 / 56, 9167969601 / 04 /14

Page 7: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

7

Contractor Sign No.of Correction Executive Engineer

KEY DATES

1 Preparation for Release of Bid-

capacity -

10/02/2014

10.00

17/02/2014

10.00

2 - Bid-capacity Document On-line

Purchase, Download

17/02/2014

10.01

05/03/2014

18.00

3 -

Bid-capacity Document

Download, Online Preparation &

Online Encryption Submission

17/02/2014

10.01

05/03/2014

18.00

4

Close ( Online) for Bidding of

Bid-capacity by generation of Super Hash

- 05/03/2014

18.01

07/03/2014

18.00

5 - Re-encryption (Re-submission)

of Bid-capacity 07/03/2014

18.01 09/03/2014

18.00

6 Bid-capacity Document

Opening and Short-listing -

09/03/2014 18.01

13/03/2014 18.00

7 Main e-Tender Document in

C- Form Preparation -

13/03/2014 18.01

14/03/2014 18.00

8 -

Main e-Tender Document in C-

Form On-line Purchase,

Download, Preparation & Online Encryption Submission

14/03/2014

18.01

26/03/2014

18.00

9 Pre Tender Conference

On 20/03/2014 At 11.00 AM In the office of

Chief Engineer, Gosikhurd Project ,

Water Resources Department, Sinchan Sewa Bhavan, Civil Lines, Nagpur-440 001.

12 Close ( Online) for Bidding of Main e- Tender in C- Form

by generation of Super Hash

- 26/03/2014

18.01

28/03/2014

18.00

13 -

Re-encryption (Re-submission)

of Main e-Tender Document in C- Form

28/03/2014

18.01

31/03/2014

18.00

14 Technical Bid opening -

31/03/2014 18.01

04/04/2014 18.00

15 Financial Bid Opening -

31/03/2014 18.01

04/04/2014 18.00

Tender Award -

04/04/2014 18.01

30/06/2014 18.00

Page 8: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

8

Contractor Sign No.of Correction Executive Engineer

2.0.0. e tendering Instructions to Applicants

1. Detail tender notice can be seen on the notice board in the Executive Engineer’s office.

(Copy can be obtained free of cost from Executive Engineer on request).

2. Bid-capacity and further Main e-Tender Document in C form, Estimates, Rate Analysis,

Drawings shall be made available on the Government of Maharashtra website

(http://maharashtra.etenders.in) through Sub Portal of http://vidc.maharashtra.etenders.in . The competent authority reserves all rights of rejecting any or all tender without assigning any reason.

It is necessary to give the undertaking as:-

3. "Contractors are not allowed to make any changes in Bid-capacity, Main e-tender

documents downloaded from website. If it so the tender of such contractors will be rejected and the contractors who made such changes are liable for action as per Rules''.

Tender documents published on Government website are considered as authentic and

legal documents in case of any complaint about the tender.

4. "I (the bidder) have seen detailed drawings of works on website / made available in the

office of the Executive Engineer. It is part of tender documents. I have filled tender by

considering all these things. I am ready to sign on the drawings before depositing

security deposit and taking work order, if my tender is accepted.”

5. In order to participate in the tenders floated using the Electronic Tender Management

System (ETMS), all contractors/bidders are required to get enrolled on the ETMS portal

(http://mahrashtra.etenders.in)

The bids i.e. Bid-capacity, Main e-tender documents submitted online, in the online

respective templates, should be signed electronically with a Digital Certificate to

establish the identity of the bidder bidding online. The registered contractors have to

obtain the Digital Certificate for the information required to issuance of Digital

Certificate he may contact ETMS Help Desk. Phone no. 020-41466666

Pune Help desk No. 020-25315555 / 56, 9167969601 / 04 /14

ADD :

Office of the Superintending Engineer,

Gosikhurd Project Circle, Nagpur,

3 rd floor, Sinchan Seva Bhavan,

Near Divisional Commissioner’s Office,

Civil Lines, Nagpur 440001.

6. For submitting the bids i.e. Bid-capacity, and further Main e-tender documents in B-1 Form online, in the online respective templates, the contractors/bidders are required to

make online payment using the electronic payments gateway service Bid Submission

Fee Rs 1038/- at each time. The different modes of electronic payments accepted on the

ETMS is available and can be viewed online on the ETMS Website

(httip://maharashtra.etenders.in).

Page 9: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

9

Contractor Sign No.of Correction Executive Engineer

7. The activities of Bid-capacity, and further Main e-tender documents in B-1 Form, i.e.

purchase/Download, Preparation of Bid (Submit Bid Hash online), Submission of Bids,

Submission of Documents (in the online respective templates in relevant envelopes) and

other activities shall be governed by the time schedules given under “Key Dates”.

8. The Bidders have to submit (Upload Scan Copies / fill in) his offer/credentials online as

required in the tender in the online respective templates in relevant envelopes. The Scan

copy showing details/proof of payments of Bid processing fee / cost of Main e-Tender

Document in B-1 Form as well as payment of Earnest Money Deposit amount in the Bank

Account of Executive Engineer, Gosikhurd Dam Division, Wahi (Pauni), Dist Bhandara,

are to be submitted online. Bank Account No.is 20134801205 in Bank Of

Maharashtra, Ganeshpur Bhandara, (Maharashtra)

9. The Bidders may refer e-Tendering Tool Kit available online to perform their online activities http://maharashtra.etenders.in Pre Tender Conference of short-listed

(selected) qualified tenderers will be held in the office of the Chief Engineer Water

Resources Department, Sinchan Sewa Bhavan, Civil Lines, Near Divisional

Commissioner’s Office, Civil Lines, Nagpur 440001 on the date shown in schedules given under “Key Dates”

3.0.0 Special 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 meaningof two or

more clauses, the decision of competent authority will be final and binding.

2. Registration of the Contractors:

The Contractors registered with Public Works Division, Government Of Maharashtra in

relevant Categories and Classes are eligible to participate in Open Tenders processe and

Contractors are required to get enrolled on the Portal http://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 Category / Class, the Contractor shall be able to participate in

the Open Tenders online.

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

3. Obtaining a Class II – Digital Signature Certificate:

The Bid-capacity, and further Main e-tender documents in B-1 Form along with required

documents/information, 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.

Page 10: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

10

Contractor Sign No.of Correction Executive Engineer

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 Authorized Representative of the Organization. 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 Authorized User loses his / her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating

system problem); he / she may not be able to submit the Bid-capacity, Main e-tender

documents online. Hence, the Authorized 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 Authorized 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 Authorized 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 Authorized User.

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

Company. In this case, the Authorization 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

http://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 query he may contact

Help Desk for the same.

5. Online Viewing of Detailed Notice Inviting Tenders:

The Contractors can view the detailed Notice Inviting Bid-capacity, Main e-Tenders and the

detailed Time Schedule (Key Dates) for all the Tenders processed by Maharashtra using the e- Tendering System for Government of Maharashtra on http://maharashtra.etenders.in.

6. Online Purchase / Download of Tender Documents:

Page 11: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

11

Contractor Sign No.of Correction Executive Engineer

The Bid-capacity, Main e-Tender documents can be (on-line) purchased / downloaded by

registered and eligible Contractors from the e-Tendering System for Government of

Maharashtra available on http://maharashtra.etenders.in

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

Submission (on-line) of Bids i.e. Bid-capacity, Main e-Tender documents will be preceded by submission of the digitally signed Bid Seals (Hashes) as stated in the Tender Time Schedule

(Key Dates) published in the Detailed Notice Inviting Tender.

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 Authorized Officers Government Of Maharashtra. This is equivalent to

sealing of the Tender Box.

9. Key Dates:

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

Schedule in the Detailed Notice Inviting Tender for each Tender. All the online activities are

time tracked and the e-Government Procurement System enforces time-locks to 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.

10. Decryption and Re-encryption Online Bids: Contractors have to decrypt their Bids Bid-capacity, Main e-tender documents 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 Detailed Notice Inviting

Tenders (Key Dates). The Bids Bid-capacity, Main e-tender documents 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 using the electronic payments gateway service, Bid Submission Fees Rs 1038/-.The different modes of electronic payments

accepted on the e-tendering portal.

11. The expenditure incurred by bidder/applicant in preparing this offer, in providing clarifications, on attending discussions, conferences, in connection with this tender process

shall not be reimbursed/refunded by the V.I.D.C./ Department.

12. The Bid-capacity, Main e-tender is also liable to be rejected outright and no evaluation will be

done if,

i) The tenderer proposes any alteration in the work / conditions etc. specified in the Bid-

capacity, Main e-tender or in the time allowed for carrying out the work / in any other

conditions.

ii) Cost of Bid-capacity, main e-tender form / processing fees and/or earnest money are/is not

received in the Bank Account (of the Executive Engineer) No. 20134801205 in Bank Of

Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra) ) till the time of on-line

opening of the Bid-capacity, Main e-tenders.

Page 12: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

12

Contractor Sign No.of Correction Executive Engineer

iii) Each & every page of documents, informations, Bid-capacity document, Main e-tender

documents and common set of conditions, (uploaded/submitted on-line) are not digitally

signed by the authorized signatory of the Tenderer.

iv). In case of firm, each partner or the person holding power of attorney authorizing him to do so thereof, does not digitally sign all pages and documents.

v) Tenderer has not signed declaration at Appendix ‘F’.of main e-tender documents. vi) All the guidelines mentioned in the e-tendering instructions to tenderers are not adhered to.

vii) Uploaded information is not readable,(and/or) correct, true, updated till date of on- line submission as per records and information found hidden/ concealed, false or

misleading.. viii) Procedure laid down for e-tender is not followed.

ix) The original Bank Guarantee (if any) for additional Earnest Money Deposit (which is

scanned and uploaded on-line) is not kept ready at the time of opening of main e-tender.

x) The bidder fails to submit online any of the Bid-capacity document, Main e-tender

documents, common set of conditions, valid statutory documents/certificates,

Proformae, Formats, etc.

xi) The bidder fails to submit / produce, in time, any/all original documents, additional

information mentioned in Bid-Capacity document when asked to do so by

evaluation committee / competent authority.

.

xii) In case of Joint Venture Partnership, the information shall be necessary in respect

of each and every partner. If information of any one partner is not submitted, then

the evaluation pertains to Joint Venture Partnership will not be carried out.

Page 13: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

13

Contractor Sign No.of Correction Executive Engineer

SECTION – III

INSTRUCTIONS TO BIDDERS

1.1.0 Bidder shall ensure that all the information & scanned copies of documents mentioned in the

check list are uploaded. If any document is not applicable it should be clearly indicated in the

check list by writing “N.A”.

1.1.1 Original Documents/Certificates issued by competent authorities shall be scanned and

uploaded as it is.

1.1.2 Information & declarations wherever necessary shall be made by bidder on his letter head in

prescribed formats only. It should be duly stamped and signed by the authorized signatory of

the bidder.

1.1.3 Any overwriting, erasing or correction shall be attested by the bidder through

authorized signatory to the extent of number of corrections made.

1.1.4 All the information must be filled in English language only

1.1.5 Mannual submission of Bid-capacity documents shall not be accepted.

1.1.6 Additional documents/information shall not be accepted after submission of Bid-capacity

documents, unless it is required by the evaluating committee / competent authority.

1.1.7 The documents submitted in connection with the Bid-capacity, assessment shall be treated

as confidential and will not be returned.

1.1.8 In case of successful bidder all the documents submitted for and Bid-capacity documents,

Main e-Tender documents itself shall form the part of contract, which shall be signed in ink

at later stage.

2 METHOD OF APPLYING :

2.1 Application should be with check list in prescribed format duly digitally signed by the authorized person.

2.2 If the application is made by an individual, it and every on-line submission shall be digitally

signed by the authorized individual above his full name and current address.

2.3 If the application is made by a proprietary firm, it and every on-line submission shall be

digitally signed by the proprietor above his full name and the full name of his firm with its current address.

2.4 If the application is made by a firm in partnership, it and every on-line submission shall

be digitally signed by all the partners of the firm above their full names and current

addresses or by a partner holding valid power of attorney on behalf of the firm by signing the application, in which case the power of attorney shall accompany / be uploaded along with

the application. The partnership deed shall also accompany the application.

2.5 If the application is made by a Limited Company or a Corporation it and every on-line

submission shall be digitally signed by a duly authorized person holding the power of

attorney signing the application, in which case the power of attorney shall, accompany/ be uploaded along with the application. Such limited company or corporation may’ be

Page 14: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

14

Contractor Sign No.of Correction Executive Engineer

required to furnish satisfactory evidence of its existence before the Bid-capacity is

awarded.

2.6 If the application is made by a Joint venture Consortium of two or more firms as partners

valid till expiry of defect liability period of the contract.

a) Every entity associating in J.V. should necessarily be currently registered with P.W.D.

Government of Maharashtra (valid/irrevocable till expiry of defect liability period of one

year after completion of the work, here till AUGUST-2015 ) before applying for Bid-

capacity evaluation. A joint venture between individual contractors , Partnership Firm,

Joint Stock Limited Company, Private / Public Limited Company may be permitted subject to the following conditions.

b) Firms intending to participate in bidding process as J.V. shall sign Memo of Understanding in

prescribed format on judicial stamp paper of appropriate value. The scanned of MoU shall be

uploaded along with Bid-capacity evaluation document.

c) J.V. firm shall have to be registered as the J.V. firm with Registrar of Firms/Companies, under

Partnership Act. This partnership deed shall be valid/irrevocable till expiry of defect liability

period of the contract. The scanned of the same shall be uploaded along with Bid-capacity evaluation document.

d) The share of the contractor registered in higher category (who must be registered with P.W.D. Government of Maharashtra in required class of registration mentioned in the Tender Inviting

Notice ) shall not be less than 50%. The percentage share(s) of all other bidder(s) of the lower

category(ies) in such partnership/combination, shall not be more than his/their limit(s) of

eligibility to quote for works,( divided by the estimated cost of work put to tender) i.e. when

such a percentage of share is applied to the cost of the said work, the amount so calculated

shall not exceed his own eligibility limit of tendering for works, individually.

f) One of the partners shall be nominated, as being in-charge and this authorization shall be evidenced by submitting a power of attorney duly registered and signed by a legally authorized

signatory of all the partners.

g) The partner-in-charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture Consortium and entire execution of

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

h) All partners of Joint Venture Consortium shall be liable jointly and separately for execution of the contract till expiry of defect liability period of the contract, in accordance with contract

terms, and a relevant statement to this effect shall be included in the authorization mentioned

under ( f ) above. i) Complete information pertaining to each partner in the respective firms duly signed by each

such partner shall be uploaded along with Bid-capacity evaluation document. Separate

information in respect of each firm (entered into Joint Venture Consortium) shall be submitted in prescribed formats / proforma.

j) In case of joint Venture of foreign and Indian partners the Indian partners shall be the

registered civil works contractors in appropriate class with Public Works Division,

Government Of Maharashtra.

k) It would be necessary for the Joint Venture Consortium to establish to the satisfaction of the

committee that the Venture has been made practical, workable and legally enforceable agreements amongst the parties, The responsibilities regarding the execution and financial

arrangements, till expiry of defect liability period of the contract, in accordance with

contract terms, have been clearly laid down and assigned, that the individual parties to whom such responsibilities etc. have been assigned are capable in their individual capacity to

discharge them completely and satisfactorily and also that the lead firm has necessary skill

and Capacity to lead responsibility and involvement for the entire period of execution as well as leading role in control and direction on the resources of the entire Joint Venture

Consortium.

l) In case of any dispute or any breach of contract, the lead firm shall be held solely

responsible for any recoveries due to the C o r p o r a t i o n / G ovt. or any fulfillment of

Page 15: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

15

Contractor Sign No.of Correction Executive Engineer

works mentioned in the contract.

m) Duly registered Joint Venture Consortium has to get registered with various necessary departments.

n) Bidder(s) who also is/are partner(s) in duly registered Joint Venture Consortium (Bidder) may

be pre-qualified independently as well as jointly as Joint Venture Consortium, but they shall

be allowed to bid for Main Tender Documents in B-1 Form, either independently or as a duly

registered Joint Venture Consortium, and not both. In case of any dispute Joint Venture

Consortium shall be allowed to bid for Main Tender Documents in B-1 Form.

o) While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked out as : Values of (completed and ongoing) Civil Engineering works executed (Excluding value of

Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for

actual execution of Civil Engineering work) in each year during the period of last five years (

updated to the price level) by each partner of Joint venture Consortium shall be, first, added year-wise, and maximum value among those shall be considered as “A” value.

Similarly, Values of existing commitments and ongoing works (updated to price level of the

year in which the tenders are opened) to be completed, by each partner of Joint venture Consortium, in the period stipulated for completion of work of the present tender shall be added

togather. This total value shall be considered as “B” value.

IMP- Date for calculating balance cost of the work in the hand of the bidder : 31/01/2014

The period for calculating value of works in the hand of the bidder to be executed: 1/2 Year from

30/04/2014

2.7 While filling in and uploading each & every information, Formats, Proformae, calculations of Bid Capacities, etc, the bidders, without fail, shall put/note references page numbers, etc of

the certificates he has uploaded in support there-of to facilitate the evaluation committee in

checking, assessing the same in short time.

3. DOCUMENTS TO BE UPLOADED BY THE BIDDER :-

a. Bid-capacity documents duly filled in and all pages digitally signed by authorized person(s).

i. Information of Bidder in Format-I

ii. P.W.D. Registration Certificate in appropriate class of contractor under Public Works Division,

Government Of Maharashtra & valid at the time of on-line opening of Bid-capacity and Main

Tender.

iii) Audited balance sheet and profit loss A/c duly certified from Chartered Accountant as per

Income Tax rule -1961 clause 44AB. Along with copy of acknowledgement of Income Tax

return filed ( for contractor whose annual turnover is above Rs.40 lakhs)

OR

Statement of total income contract receipt in the format acceptable to the income tax

department duly certified by the Chartered Accountant along with copy of acknowledgement

of Income Tax return filed (for contractor whose annual turnover is below 40 lakhs)

iv. Maharashtra Value Added Tax Registration certificate under provision of Rule 58 under

clause 8 & 9 of Maharashtra VAT Act 2005. And latest Value Added Tax Clearance

Certificate from appropriate authority.

v. Attested copy of registration under Employee’s Provident Fund Act and chalans for

updated payments for class I & II contractors. (Contractors should be duly registered with

Commissioner Of EPF)

Page 16: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

16

Contractor Sign No.of Correction Executive Engineer

vi. Deed of Partnership or Article of Association and Memorandum of Association for limited

Company duly registered with head office in Maharashtra. & for J.V. if applicable.

vii. Power of Attorney (duly registered), if applicable

viii. Declarations in Format-II

ix. Bid Capacity: Declaration of Bidder in Format-III

x. Bid Capacity: Declaration of Bidder in Format-IV

xi. Bid Capacity: Declaration of Bidder in Format-V

xii. Detail work of similar type & magnitude carried out by the contractor duly certified by the

head of the Office under whom the works were works carried out & completed. in

FORMAT VI xiii. J.V. PROFORMA Nos. 1 And 2, if applicable

xiv. Details of Technical personnels & supervisory personnels with Tenderer FORMAT –VII

xv. List of machinery and plants immediately available with the Tenderer for use on this work

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

and the manner in which it is proposed to be procured. (both in FORMAT –VIII).The

Contractor shall have to attach the documentary proof in respect of machinery owned by

him as below.

I) RTO Registration.

ii) Certificate of Taxation.

iii) Goods carriage Permit in Form P-Gd C (See Rule 72(I) v)

iv) Certificate of fitness in Form 38 (See Rule 62(I)7)

xvi. In case of Non-RTO machinery, if the machinery is new, the manufacturer’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 produced. In lieu

of the certificate of the Chartered Accountant, a certificate from a Scheduled Bank of having

financed the machinery will be acceptable. `

xvii. Proforma-3, Personnel Resources in Proforma-3

xviii. Details of plant and Equipment owned by and to be hired by the bidder for this work in Proforma-4

xix. –Bid Capacity Document duly digitally signed

xx. Agreement of sublet and Letter of approval if applicable

xxi. Professional Tax Certificate valid at the time of on-line opening of Bid-capacity

and Main Tender and Professional Tax clearance certificate in the format shown in this

document.

xxii. Scanned copy of proof of payment of amount equivalent to cost of uploaded Bid Capacity

Document & Bid-capacity processing fees paid in the Bank Account No. 20134801205 in

Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra)

xxiii. Undertaking “when there is shortage of funds in VIDC, Nagpur, I / we shall not be entitle to

any compensation from the Corporation. This Condition will be treated as part and parcel of

contact documents.” duly stamped and signed.

xxiv. Undertaking “I shall not tamper with or make changes in Bid-capacity and Main Tender documents made available by the department, on the web-site. Otherwise, I understand that,

my tender shall be liable for rejection” duly stamped and signed.

xxv. Undertaking “I have studied each and every drawing & design related to the work made

available on-line as well as in the office of Executive Engineer, GosiKhurd Dam Division,

Wahi, Pauni and shall sign the before issuance of work order, if my tender is accepted”,

duly stamped and signed..

xxvi. Undertaking that “I / We have gone through each and every contents, clause, condition of the

Page 17: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

17

Contractor Sign No.of Correction Executive Engineer

whole Bid-capacity documents & have accepted the same fully, unconditionally” duly stamped and

signed.

xxvii. Undertaking that “ During last five years, no compensation has been imposed on our Firm /

Company on account of slow progress of any work or any other cause. Also neither any

work is left abandoned, in-complete by our Firm / Company ” duly stamped and signed.

xxviii. Undertaking that “All/whole information submitted by our Firm / Company on-line, is true,

correct, updated till date of on-line submission, wholly complete to the best of my

knowledge and belief and as per records and nothing is hidden/ concealed, disclosed, false

or misleading.” duly stamped and signed.

(All above undertakings should be uploaded to the relevant template. )

xxix Registered Joint Venture if applicable, valid till expiry of Defect Liability Period.

xxx Details of other works tendered for and in hand with the tenderer, the value of work

unfinished. (in FORMAT –IX )The certificates from the head of offices under whom the

works are in progress should be enclosed. The performance of contractor should be

satisfactory.

The respective required original copies of all scanned documents submitted online with e- tender,

shall be kept ready at the time of opening of Bid-capacity and Main Tender documents

3.1 In the absence of any of the documents given in section 3.3.0, the decision of evaluation

committee regarding Bid-capacity of the bidder will be final and binding to the bidder.

3.2 The Bid-capacity documents along with supporting information prepared by the bidder should be

indexed and paged before uploading. The bidder shall provide the cross references of the documents

/statements/certificates in the respective formats, proformae, certificates etc.

3.3 The various Proformae & Formats for giving information are given in Section-IV. Bidders are expected to go through these formats carefully and submit the information properly.

4 FINAL DECISION MAKING AUTHORITY:-

The evaluation committee appointed for, shall approve the Bid-capacity of Bidders. The decision

of the evaluation committee regarding Bid-capacity shall be final and binding on bidder. No

correspondence will be entertained in this regard. Only the firms /bidders who become

successfully capable to Bid will be informed on-line accordingly, by Executive Engineer,

Gosikhur Dam Division, Wahi, (Paoni) and bidders judged as capable to bid shall be eligible

for further bid process for main e-tender in B-1 form.

The Corporation / evaluation committee reserves right to accept or reject any or all the

applications / bidders for Bid-capacity without assigning any reasons thereof and decision of

Corporation / evaluation committee will be final and binding.

5 CLARIFICATIONS :-

The clarification(s), if any, may be sought by the Executive Engineer.

6 SITE VISIT :

The bidder may inspect the work site before bidding.

Page 18: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

18

Contractor Sign No.of Correction Executive Engineer

7 WORK EXECUTION EXPERIENCE OF THE BIDDER :

Experience of the prime contractor approved by the owner as per sublet agreement shall be

considered for Bid-capacity. Sublet agreement shall be approved by the competent authority.

Unapproved sublet agreement shall not be considered. In case of subletting share of experience

of prime and sub contractor shall be counted in proportion as stated in the approved agreement

of subletting. In the absence of stipulation of the sharing of experience in the agreement the

experience shall be taken in proportion of 80:20 for prime and sub contractor respectively.

8 MINIMUM ELIGIBILITY CRITERIA FOR EVALUATION OF PRE BID DOCUMENT :

In order to assess the experience and capability of bidder for execution of the work under consideration,

minimum eligibility criteria have been specified. The applicant bidder, as a prime contractor / sub

contractor shall satisfy the minimum eligibility criteria for getting shortlisted as qualified bidder.

9 CALCULATION OF BID CAPACITY :

The formula for evaluation of Bid Capacity is

BID CAPACITY = (A x N x 2 ) – B

Where,

A = Maximum value of Civil Engineering works executed (Excluding value of Secured Adv;

Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil

Engineering work) in any one year during the period of last five years ( updated to the price level, of

the year in which the tenders are opened) which will take into account the completed and ongoing

works.

NOTE : While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked out

as :

Values of (completed and ongoing) Civil Engineering works executed (Excluding value of Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for

actual execution of Civil Engineering work) in each year during the period of last five years (

updated to the price level) by each partner of Joint venture Consortium shall be, first, added year-wise, and maximum value among those shall be considered as “A” value..

The five year period

Year No. Year Price Level Multiplying Factor

Vth 2009-2010 1.61

IVth 2010-2011 1.46

IIIrd 2011-2012 1.33

IInd 2012-2013 1.21

Ist 2013-2014 1.1

Page 19: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

19

Contractor Sign No.of Correction Executive Engineer

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

following :

1) A shall be ascertained from the certificates (bearing official outward No. and date of issue) from

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

case of limited companies & registered Co-Op. Societies or organizations as given in FORMAT-

IV.

In case of limited companies & registered Co-Op. Societies or organizations the value of ‘A’ shall be the half of the amount of actual work done shown in the certificates.

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

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

tender. (All certificates shall be signed by the Engineer-in-charge not below the rank of Executive

Engineer of the concerned Department under Government and Semi-Government, and by heads of the

offices in case of limited companies & registered Co-Op. Societies or organizations).

NOTE : While calculating the Bid Capacity of Joint venture Consortium “B” shall be worked out as :

Values of existing commitments and ongoing works (updated to price level of the year in which

the tenders are opened) to be completed, by each partner of Joint venture Consortium, in the

period stipulated for completion of work of the present tender shall be added together. This total value

shall be considered as “B” value.

The Value of B shall be ascertained from the certificates as prescribed in Format-VI

Date for calculating balance cost of the work in the hand of the bidder : 31/01/2014

The period for calculating value of works in the hand of the bidder to be executed: 1/2 Year from

30/04/2014

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

Only those applicants who satisfy the minimum eligibility criteria as stated in Annex –A

will be evaluated for pre-qualification.

10 EVALUATION PROCEDURE FOR THE PRE QUALIFICATION :

A) The evaluation for Bid-Capacity of the bidders shall be approved by evaluation committee.

If necessary, the evaluation committee may ask for clarifications and further additional

information relating to documents submitted (on-line) by the bidder and may check

references and make inquiries in respect of works of prospective bidders for confirmation.

Necessary information will be collected from the details furnished in proformae and

additional information related to information already submitted (on-line) may be called for

at the discretion of the committee. The information existing as on date of (on-line)

submission of Bid-Capacity documents shall only be considered for this purpose.

Page 20: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

20

Contractor Sign No.of Correction Executive Engineer

B) If a member(s) of the evaluation committee could not be present on the scheduled date of

meeting for assessment of / deciding Bid-Capacity, he/they will be made aware of the

whole information collected to assess / decide Bid-Capacity and his/ their consents are

deemed in assessment of / deciding Bid-Capacity.

11 COMPOSITION OF THE EVALUATION COMMITTEE

The evaluation committee for Bid-Capacity of applicants shall be as below:

1) Superintending Engineer, , Chairman

Gosikhurd Project Circle,

Nagpur

2) Superintending Engineer, Member

Gosikhurd Lift Irrigation Circle,

Ambadi Dist:- Bhandara

3) Executive Engineer, Member Secretary

Gosikhurd Dam Division,

Wahi, (Paoni)

The committee shall have freedom to ask for clarification and further related information from

applicants, check references and make inquiries in respect of works of prospective tenderer / bidders.

12 SHORTLISTING OF BIDDERS FOR FINANCIAL BIDDING PROCESS:-

The Tendering Authority will first open on-line the Bid Capacity documents uploaded by the

bidders on the date scheduled as per “Key Dates”. After scrutinizing these documents, evaluation

committee for Bid-Capacity will shortlist the Bidders as qualified for further bidding. Only

shortlisted bidders are eligible for Main e-Bidding Process in C form. The bidders may remain

present in the Office of the Bid Capacity documents opening authority, viz Superintending

Engineer, Gosikhurd Project Circle, Nagpur at the time of online opening. The shortlisted

bidders will be intimated accordingly.

Page 21: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

21

Contractor Sign No.of Correction Executive Engineer

13 TENDER SCHEDULE (KEY DATES) :

The bidders are strictly advised to follow the Dates and Times allocated to each stage under

the column “Bidder Stage” as indicated in the Time Schedule (Key Dates) in the Detailed

Tender Notice for the Tender. All the online activities are time tracked and the Electronic

Tendering System enforces time-locks that ensure that no activity or transaction can take place

outside the Start and End Dates and Time scheduled as per “Key Dates”.

At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be

extended.

Page 22: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

22

Contractor Sign No.of Correction Executive Engineer

SECTION – IV

WORK SPECIFIC INFORMATION

ANNEXTURE – A

1 DESCRIPTION OF THE PROJECT:-

Gosikhurd Irrigation Project Envisages the construction of dam about 11.35 Km. long and 22.5 m

High across the river Wainganga, the biggest river of Vidarbha in Godavari Basin. The Dam is

located near village Gosikhurd in Tahasil Pauni Dist. Bhandara about 12 Km. away from Pauni

Town and 55 Km. away from Bhandara Town, 1,90,000 ha of Land will be brought Under

Irrigation in 3 Districts Viz Bhandara, Nagpur and BHANDARA under this project.

Gosikhurd Project Comprises of 11.35 Km. long Dam as well as two main canals, L.B.C.

& DAM, augmentation of Asolamendha Tank, Two mini hydro schemes and Concrete spillway in

river course. The length of earthen Dam is 1.25 Km. on right flank and 9.2 Km. on Left flank on

that of spillway 0.9 Km.

2 STATUS OF THE PROJECT :-

The Dam work including spillway is nearly completed. The construction of RBC, LBC and two

major lifts is nearly completed. Other two major lifts and renovation of Asolamendha tank is in progress.

3 CLIMATIC CONDITIONS:-

Climate of the region is dry and great variation in temperature. In the winter the temperature drops

as low as 50C, where as in summer this same shoots up to 45

0C. The precipitation in catchment is

mostly due to south Monsoon from Jun to Oct. with some occasional post monsoon showers in the

November to December. A few dry spell of a week or fortnight are generally experienced in August to Sept. The average annul rainfall is of the order of 1320 mm.

4 SCOPE OF THE WORK :-

Plugging Of Construction Sluice In Monolith No. 5a & 5b Of Spillway Of Gosikhurd Project, Tah-Pauni Dist-Bhandara For completion of the project the mentioned work is necessary.

The quantities of main items of work, tendered for, to be executed are as below.

Anchoring :- 940 Rmts

G.I. precoated metacolour sheets for roofing & walling

:- 2305 Sqr. meters

Fabrication & erecting of structural steel :- 86 MTs

Doors & windows :- 151 Sqr. meters

Rolling Shutters :- 410 Sqr. meters

Page 23: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

23

Contractor Sign No.of Correction Executive Engineer

5. TENDER DATA :-

5.1 Name of work “Construction of Enclosure on Dam top for control

room & power pack and Left bank irrigation outlet

at R.D. 820 Mtr. & Right bank irrigation outlet at R.

D. 7856 Mtr., of Gosikhurd Project.”

.”

5.2 Estimated Cost. Rs. 141.75 lakh

Period of Completion 06 (SIX) Calendar Months ( including monsoon )

5.3

Processing Fees & cost for Bid

Capacity Document and Evaluation

Rs. 2,000/- (Rs. Two Thousand only) to be paid by

NEFT or RTGS directly in the Bank Account

(Details in Para 5.5.9) of Executive Engineer,

Gosikhurd Division Division, Wahi, (Paoni) and

scanned copy (showing detailed of payment) of the

same should be uploaded on-line in relevant templates,

alongwith Bid Capacity Document.

5.4 Cost of Main Tender in B-1 Form Rs. 5,000/-(Rs. Five Thousand only) to be paid by

NEFT or RTGS directly in the Bank Account

(Details in Para 5.5.9) of Executive Engineer,

Gosikhurd Division Division, Wahi, (Paoni) and

scanned copy (showing detailed of payment) of the

same shall be uploaded on-line in relevant templates,

in proper envelope alongwith Main e-Tender

Document in B-1 Form.

5.5 Class of Contractor Class – IV & above

5.6

Pre – Bid Conference of pre-qualified

bidders

As per Schedule in “Key Dates”

in the office of The Chief Engineer, Gosikhurd

Project , Water Resources Department Sinchan Sewa

Bhavan, Civil Lines, Nagpur-440 001.

5.7

Contact Details of

Executive Engineer

Name Of Division

Address

Email:

Phone:

The Executive Engineer,

Gosikhurd Division Division, Wahi, (Paoni)

Wahi Irrigation Colony, (Paoni)– PIN

[email protected]

07185-25531

5.8 Contact Details of

Chief Engineer

Name Of Region

Address

Phone:

Chief Engineer,

Gosikhurd Project , Water Resources Department

Sinchan Sewa Bhavan, Civil Lines, Nagpur-440 001.

0712-2561485

5.9 Bank Account Details of

Executive Engineer

Name of Account Holder

Name of Bank

Name of Branch

Address , Account No.

IFS Code.

The Executive Engineer,

Gosikhurd Division Division, Wahi, (Paoni)

Wahi Irrigation Colony, (Paoni)– PIN

Bank Bank Of Maharashtra, Ganeshpur Branch, Bhandara, (Maharashtra). Bank Account No.is 20134801205 MAHB0000782

Page 24: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

24

Contractor Sign No.of Correction Executive Engineer

6.0 CRITERIA FOR MINIMUM WORK EXECUTION EXPERIENCE AND FINANCIAL CAPABILITIES

6.1 PLANTS & MACHINERY OWNED & PROPOSED TO BE USED FOR WORK :

The bidder should have at least minimum required quantities of plants & machineries owned & ready to be used

for work as mentioned in FORMAT – VIII

6.2 TECHNICAL PERSONALS WITH THE CONTRACTOR

The bidder should have at least minimum required numbers of technical personals with the contractor & ready

to be used for work as mentioned in FORMAT – VII

6.3 BID CAPACITY :

The required bid capacity for this work is Rs. 141.75 Lakhs.

Page 25: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

25

Contractor Sign No.of Correction Executive Engineer

6.4 LETTER TO THE PROJECT AUTHORITIES

To, Superintending Engineer,

Gosikhurd Project Circle,

Sinchan Sewa Bhavan, Civil Lines, Nagpur-440 001

Subject :- “Construction of Internal roads and open drain at new gaothan Chichal Tah-Pauni Dist-Bhandara of Gosikhurd Project”

Dear Sir,

� Having examined the detailed information and instruction given in the Bid Capacity, I/ (We)

hereby submit on-line whole information and relevant documents as mentioned in Bid Capacity

� I/ (We) hereby certify that each and every information and relevant documents are based on

updated data & records till date of on-line submission and we certify its truthness and nothing

is hidden, concealed, false or misleading..

� I/ (We) have furnished all information and details necessary for Bid Capacity as bidder(s) and

that no further information remains to be supplied.

� I/ (We) authorize the project authorities to verify the correctness thereof as well as to approach

any Govt. department individuals, employees, firms and/ or corporation or any other deem fit

to verify correctness & updateness of information & relevant documents submitted by me/ us

to prove my/our competence and general reputation.

D. A. :-

Check-list for Documents

to be uploaded

Signature of Bidder

Seal of bidder :

Date of Submission :

Page 26: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

26

Contractor Sign No.of Correction Executive Engineer

CHECK LIST OF DOCUMENTS TO BE UPLOADED ALONG WITH BID CAPACITY DOCUMENTS VALID AT TIME OF ON-LINE SUBMISSION

( To be filled in by Bidder ) Sr.

No.

Name of Document Nos. Of

Pages

Attached

Yes/No

1. Bid Capacity Document duly digitally signed

2. Scan copy of proof of payment of Processing Fees & cost for Bid Capacity /Document

and Evaluation, in Bank Account No.is 20134801205 in Bank Of Maharashtra,

3. P.W.D. Registration Certificate

4. Audited balance sheet and profit loss A/c duly certified from Chartered Accountant as per

Income Tax rule -1961 clause 44AB. Along with copy of acknowledgement of Income

Tax return filed

OR Statement of total income contract receipt in the format acceptable to the income tax

department duly certified by the Chartered Accountant along with copy of

acknowledgement of Income Tax return filed.

5. Details of Technical personnel with Tenderer

6. M- VAT Certificate valid and clearance certificate

7. Professional Tax Registration Certificate & Clearance Certificate valid on date of receipt

of the tender

8. Registration under Employee’s Provident Fund Act and challans for updated payments

for class I & II contractors.

9. Deed of partnership/ Article of Association/ MOU for limited Company & J.V. (if

applicable) duly registered with head office in Maharashtra

10. Power of Attorney if applicable

11. List of machinery and plants immediately available & not immediately available with the

Tenderer for use on this work I) RTO Registration. ii) Certificate of Taxation. iii)

Goods carriage Permit in Form P-Gd C (See Rule 72(I) v) iv) Certificate of fitness in

Form 38 (See Rule 62(I)7) and Non-RTO machinery,

12. Agreement of sublet and Letter of approval ( if applicable)

13. Registered Joint Venture if applicable, with registrar of companies, valid till expiry of

Defect Liability Period.

14. Undertaking “when there is shortage of funds in VIDC, Nagpur, I / we shall not be

entitled to any compensation from the Corporation. This Condition will be treated as part

and parcel of contact documents.” duly stamped and digitally signed.

15. Undertaking “I shall not tamper with or make changes in the tender documents made

available by the department, on the web-site. Otherwise I understand that my tender shall

be liable for rejection” duly stamped and digitally signed.

16. Undertaking “I have studied each and every drawing & design related to the work made

available in the office of Executive Engineer, GosiKhurd Dam Division, Wahi, Pauni and

shall sign the before issuance of work order, if my tender is accepted duly stamped and

digitally signed

17. Undertaking that “I / We have gone through each and every contents, clause, condition of

the whole tender documents & have accepted the same fully, unconditionally” duly

stamped and digitally signed.

(All above undertakings should be uploaded to the relevent template. )

18. Undertaking that “ During last five years, no compensation has been imposed on our Firm

/ Company on account of slow progress of any work or any other cause. Also neither any

work is left abandoned, in-complete by our Firm / Company ”

19. Undertaking that “All/whole information submitted by our Firm / Company on-line, is

true, correct, updated till date of on-line submission, wholly complete to the best of my

knowledge and belief and as per records and nothing is hidden/ concealed, disclosed,

false or misleading.”

Page 27: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

27

Contractor Sign No.of Correction Executive Engineer

20. Detail work of similar type & magnitude carried out by the contractor duly certified by

the head of the Office under whom the works were completed.

21. Details of other works tendered for and in hand with the Tenderer the value of work

unfinished on the last date of submission of the tender. The certificates from the head of

offices under whom the works are in progress should be enclosed. The performance of

contractor should be satisfactory.

22. Scanned copy of original Letter to Project Authority

22 PROFORMA-1

23 PROFORMA-2

24 PROFORMA-3

25 PROFORMA-4

26 FORMAT-I

27 FORMAT-II

28 FORMAT-III

29 FORMAT-IV

30 FORMAT-V

31 FORMAT-VI

32 FORMAT-VII

33 FORMAT-VIII

34 FORMAT-IX

Total Pages

Signature of the Bidder

Page 28: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

28

Contractor Sign No.of Correction Executive Engineer

SECTION – IV

PROFORMAE & FORMATS

Page 29: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

29

Contractor Sign No.of Correction Executive Engineer

PROFORMA-1

JOINT VENTURE If the bidder 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. Names 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 addresses 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, correct, updated till date of on-line submission to the

best of my knowledge and belief and as per records, contents in Registered Joint Venture and

nothing is hidden/ concealed, false or misleading...

Signature of bidder

Authorized signatory

Page 30: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

30

Contractor Sign No.of Correction Executive Engineer

PROFORMA-2 ( To be typed on Rs. 100/- stamp paper )

Responsibilities of lead contractor/ firm in case of Joint Venture

I, ............................................................................................................................

Partner of ...............................................................................................firm as lead contractor of the

tender contractor and Shri.................................................................................other partner of the firm in the Joint

Venture for the tender contract .

We have registered a partnership firm known as ................ bearing Registration No........ for the

year 200 , dated................................registered in the office of the Registrar of Partnership Firm at

...................................... for the purpose of tender.

We hereby certify that, in case of my dispute, breach of contract or liability (physical or

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

liable and responsible to, a) fulfill all the terms and conditions of the tendered contract, b) all the liabilities

including recoveries if any, c) financial liabilities arising out of the contract, d) physical completion of work,

and e) any other liabilities attributed to the Joint Venture firm, till the expiration of the (defect) liability period

under the contract.

Certified that the above information is true, correct, updated till date of on-line submission to the best of

my knowledge and belief and as per records, contents in Registered Joint Venture and nothing is hidden/

concealed, false or misleading

Place :

Date : Signature & stamp of lead firm

Witness:

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

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

Page 31: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

31

Contractor Sign No.of Correction Executive Engineer

PROFORMA-3

RESOURCES : PERSONNELS ( Please give details of information of individual Personals in the following proforma )

1 Details of Technical & supervisory

staff which the applicant will employ

on the proposed work

Page No. of

Certificate

concerned

a) Individual’s Name

b) Educational Qualification

c) Details of training given for each type

of work

d) Present position of office

e) Professional experience and number

of years of experience on similar

work

f) Years with applicant.

g) Language known

h) Distribution of above personnel on

works in hand and on this work for

which applied for pre-qualification

2 Contractor shall submit a valid and

current license issued in his favour

under the provision of Contract

Labour ( Regulation and Abolition)

Act, 1970 and the Maharashtra

Contract Labour (R&A) Rules 1971

Certified that the above information is true, correct, updated till date of on-line submission to the

best of my knowledge and belief and as per records, contents in Registered Joint Venture and

nothing is hidden/ concealed, false or misleading...

Signature of bidder

Authorized signatory

Page 32: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

32

Contractor Sign No.of Correction Executive Engineer

PROFORMA-4 Details of plant and Equipment owned by the bidder which shall be used for construction of said

wok in the following Proforma ( Separate information for each type of equipment is required.)

1 Name of Equipment Page No. of

Certificates

concerned 2 Number of Units 3 Make & Year of Manufacture 4 Source from where procured 5 Production Capacity 6 Type of prime mover 7 Horse Power /K.V.of prime mover 8 Normal lift plant hours specified by the

Manufacturer

9 Number of actual working hours put in by the

machine

10 Present Location 11 Availability of equipment for this work 12 The Bidder shall have to attach the documentary

proof in respect of machinery owned by him as

below.

13 i) R.T.O. Registration

ii) Certificate of taxation

iii) Goods carriage Permit in From P –Gd C (see Rule

72(i)7)

iv) Certificate of fitness in Form No. 38 ( see Rule

62(i)7) Note:-In case of Non R.T.O. Machinery if the

machinery is new the manufacturer’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 produced. In lieu of

certificate of Chartered Accountant, a certificate

from the Scheduled Bank of having financed the

machinery will be acceptable.

14 Remarks.

Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per

records, contents in Registered Joint Venture and nothing is hidden / concealed, false or misleading...

Signature of bidder

Authorized signatory

Page 33: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

33

Contractor Sign No.of Correction Executive Engineer

FORMAT – I Information of Bidder

1. Name of Bidder

2. Whether the Applicant is

Individual / proprietary firm /

Limited company /subsidiary

of a large organisation /

Joint Venture consortia

3. Date & Class of Reg . with PWD.

4. Office Address,

e-mail address,

Telephone Number

Fax Number.

5. Name of Power of Attorney holder,

6. Details of Registration with Public Works Department of Maharashtra.

6.1 Class of Registration :

6.2 Date of Registration :

6.3 Date of Expiry :

7. PAN No. issued by Income Tax department :

8. Sale Tax (VAT) No. issued by Sale Tax Department :

9. EPF Registration No.

10. VAT

. concealed

Certified that the above information is true, correct, updated till date of on-line submission to the

best of my knowledge and belief and as per records and nothing is hidden/ concealed, false or

misleading...

( Note : In case of JV the information of all partners shall be given in this proforma.)

Signature of bidder

Authorized signatory

Page 34: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

34

Contractor Sign No.of Correction Executive Engineer

FORMAT – II

( Declaration of bidder regarding poor performance )

To,

Superintending Engineer,

Gosikhurd Project Circle,

Nagpur

Sir,

I/We, ...................................................................................................(bidder) declare that during

the last five years from the date of this undertaking,

1. as a contractor, I/We have never been penalized for any work carried out by me nor, I/We have been blacklisted by any Govt. Deptt .

2. I/We have not abandoned any work for reasons attributable to me.

3. I/We have not delayed completion of any work for reasons attributable to me.

4. I/We undertake that the above information is true, correct, updated till date of on-line submission

to the best of my knowledge and belief and as per records and nothing is hidden/ concealed, false

or misleading. I/We am/are fully aware that my/our pre-qualification bid or Tender will be treated as Non-

Responsive and will be summarily rejected at any time if above information is found to be false

and misleading by the concerned authority.

5. I/We have read the whole Bid-capacity assessment Document and I/We accept each and every

contents of the same.

Signature of bidder

Authorized signatory

Page 35: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

35

Contractor Sign No.of Correction Executive Engineer

FORMAT - III

(Bidders Self declaration regarding Bid Capacity)

NOTE : While calculating the Bid Capacity of Joint venture Consortium “B” shall be worked out as :

Values of existing commitments and ongoing works (updated to price level of the year in which the

tenders are opened) to be completed, by each partner of Joint venture Consortium, in the period

stipulated for completion of work of the present tender shall be added together. This total value shall be

considered as “B” value.

The Value of B shall be ascertained from the certificates as prescribed in Format-VI NOW P-70

Date for calculating balance cost of the work in the hand of the bidder : 31/01/2014

The period for calculating value of works in the hand of the bidder to be executed: 1/2 Year from 30/04/2014

Bid Capacity = ( ----- X ------x 2 ) - ------

= Rs. Lakhs.

Signature of bidder

Authorized signatory

Bid Capacity shall be computed by using following formula

Bid Capacity = ( AxNx2) – B

A= Maximum value of Civil Engineering works executed (Excluding value of Secured Adv;

Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of

Civil Engineering work) in any one year during the period of last five years ( updated to the price

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

NOTE : While calculating the Bid Capacity of Joint venture Consortium “A” shall be worked

out as :

Values of (completed and ongoing) Civil Engineering works executed (Excluding value of

Secured Adv; Mobilization, Machinery Adv. & any other advances not pertains to or for actual execution of Civil Engineering work) in each year during the period of last five

years ( updated to the price level) by each partner of Joint venture Consortium shall be,

first, added year-wise, and maximum value among those shall be considered as “A” value..

= Value as declared in Format IV. = Rs. ------------- Lakhs

N = Stipulated Time of tender in years = 1/2 Year(Six months)

B = Value as declared in Format VI. = Rs. ------------- Lakhs

Page 36: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

36

Contractor Sign No.of Correction Executive Engineer

FORMAT - IV

(Declaration of bidder regarding value of Civil Engineering Works executed in last 5 years based on Work done certificates in Proforma 1)

( Format for computation of "A")

I) A1 =Maximum value of Civil Engineering work executed during any of the last five years in following format.

Sr.

No.

Name of work

&

Agreement No

Page No. of

Certificate

concerned

Ref. of work done

certificate issued by Ex.

Engr.

Value of Civil Engineering work done during

year.(Excluding value of Secured Adv;

Mobilization, Mechinery Adv. & any other

advances not pertains to or for actual execution

of Civil Engineering work)

(Rs. Lakhs)

Name of

Division

Outward

No. &

Date

Vth

year

IV th

year

III rd

year

II nd

year

Ist

year

1 2 3 4 5 6 7 8 9 10

1

2

3

4

5

Total

Factor for updating 1.61 1.46 1.33 1.21 1.1

Updated value

Value A1 = Maximum of updated value from column 6

to10

Note :-

1) Information in column 2 to 10 shall be supported by valid work done certificates (ref. of page Nos. are

mandatory to facilitate in viewing a particular certificate) issued by an officer not below the rank of Executive

Engineer in case of Govt./Semi Govt. works other in proforma 1. 2) The bidder shall be declared disqualified and his offer will be rejected if,

a) bidder fails to upload valid & original work done certificates in Proforma 1, in support of information in

column 2 to 10 above.

a) the information declared by the bidder in formats do not tally with the information in supporting

certificates.

b) the information in original certificates is found tampered or certificates are found fake in future ,

then Bidder shall be black listed, his EMD/Security Deposit shall be forfeited, and appropriate action shall

be taken.

Certified that the above information is true, correct, updated till date of on-line submission to the best of

my knowledge and belief and as per records and nothing is hidden/ concealed, false or misleading.

Signature of bidder

Authorized signatory

Page 37: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

37

Contractor Sign No.of Correction Executive Engineer

FORMAT - V Declaration of bidder regarding value of Existing Commitments (B) in the period stipulated for completion of work.

( Read instructions in Section- III before filling this format.)

Sr.

No.

Name of

works in hand

&

Agreement

No.

Page No.

of

Certificate concerned

Name of Division /

office issuing certificate

in proforma 1

Balance

cost of

works on date given

in

proforma Rs. Lakhs.

Value (B)

of works

to be executed

in

stipulated Time of

work

tendered

for. Rs.

Lakhs.

Multi-

plying

factor on the basis of

date of

work order

Updated

value of B

Rs. Lakhs.

Name of

Division /

office

Ref. &

Date of

certificate

1 2 3 4 5 6 7 8 9

1

2

3

4

5

6

--

--

n

Total value

of B =

Total value of B to be considered for Bid Capacity = Rs. Lakhs.

I undertake that details of all the works in hand are given in above format.

Certified that the above information is true, correct, updated till date of on-line submission to the best of my

knowledge and belief and as per records and nothing is hidden/ concealed, false or misleading.

Signature of bidder

Authorized signatory

Page 38: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

38

Contractor Sign No.of Correction Executive Engineer

Blank Page

Page 39: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

39

Contractor Sign No.of Correction Executive Engineer

FORMAT - VI

(Statement showing the similar type of works carried out by the bidder)

Sr.

No.

Name of

similar type

of work

Agreement No.

Page No.

of

Certificate

concerned

Amount

of work

done

Date of

comple-

tion of

work

Concerned

Executive

Engineer’s

office Name

and address & Tel No.

Certificates of

similar type of

work attached.

Yes/No

Quantities Executed of Item .

Excavation Embankment

Cement

Concrete of all

grade

Reinforcement

1 2 3 4 5 6 7 8 9 10 11

(Note: For each work mentioned in above statement, original certificate of work done, with outward number, and date issued by Executive Engineer in proforma-I

shall be scanned and up-loaded by bidder, otherwise similar type of work shall not be considered. Only works mentioned in FORMAT VII shall be considered for

evaluation, provided these are supported by valid Work Done Certificates.) Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records and nothing is

hidden/ concealed, false or misleading...

Signature of bidder

Authorized signatory

Page 40: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

40

Contractor Sign No.of Correction Executive Engineer

FORMAT - VI

(Statement showing the similar type of works carried out by the bidder)

Sr.

No.

Name of

similar type

of work

Agreement No.

Page No.

of

Certificate

concerned

Amount

of work

done

Date of

comple-

tion of

work

Concerned

Executive

Engineer’s

office Name

and address & Tel No.

Certificates of

similar type of

work attached.

Yes/No

Quantities Executed of Item .

Excavation Embankment

Cement

Concrete of all

grade

Reinforcement

1 2 3 4 5 6 7 8 9 10 11

(Note: For each work mentioned in above statement, original certificate of work done, with outward number, and date issued by Executive Engineer in proforma-I

shall be scanned and up-loaded by bidder, otherwise similar type of work shall not be considered. Only works mentioned in FORMAT VII shall be considered for

evaluation, provided these are supported by valid Work Done Certificates.) Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records and nothing is

hidden/ concealed, false or misleading...

Signature of bidder

Authorized signatory

Page 41: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

41

Contractor Sign No.of Correction Executive Engineer

FORMAT - VI

(Statement showing the similar type of works carried out by the bidder)

Sr.

No.

Name of

similar type

of work

Agreement

No.

Page No.

of

Certificate

concerned

Amount

of work

done

Date of

comple-

tion of

work

Concerned

Executive

Engineer’s

office Name

and address

& Tel No.

Certificates of

similar type of

work attached.

Yes/No

Quantities Executed of Item .

Excavation Embankment

Cement

Concrete of all

grade

Reinforcement

1 2 3 4 5 6 7 8 9 10 11

(Note: For each work mentioned in above statement, original certificate of work done, with outward number, and date issued by Executive Engineer in proforma-I

shall be scanned and up-loaded by bidder, otherwise similar type of work shall not be considered. Only works mentioned in FORMAT VII shall be considered for

evaluation, provided these are supported by valid Work Done Certificates.)

Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records and nothing is hidden/ concealed, false or misleading...

Signature of bidder

Authorized signatory

Page 42: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

42

Contractor Sign No.of Correction Executive Engineer

PROFESSIONAL TAX CLEARANCE CERTIFICATE This is to certify that M/s.............................................................................. ................ of (address of registered dealer under the Maharashtra Government Tax

on professions. Trades, Callings and Employments Act No. XVI of 1975) holding Registration Certificate No...................................... and w.e.f. …………...............

...................................................... and under section 5 (1)& 5 (2) respectively. The said dealer has paid all tax dues up to 31st March................................ (Previous year) under the act. The dealer has paid the professional tax dues for the

employees mentioned below.

No Name of the Employee Designation

NO Name of owner carrying on profession status Designation

There are no Professional Tax dues outstanding against the dealer under the Act. This Certificate is valid for ONE year from the date of issue

Place:

Signature.......................

Date: Professional Tax Officer

District:-

Page 43: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

43

Contractor Sign No.of Correction Executive Engineer

FORMAT – VII

DETAILS OF TECHNICAL PERSONNEL WITH THE CONTRACTOR

Sr.

No. Description

Minimum

required for this

work in Nos.

Names

Length of

Service in

the firm

Qualifi-

cations

Professional Experience nd

details of works

carried out

Remarks

1 2 3 4 5 6 7 8

1 Resident Engineers

(Senior Civil Engineer)

1 (One)

2 Supervisors

(Civil Supervisors)

2 (Two)

Note: 1. If there is no technical personnel with your firm please give details (in remark column) as to how your firm can manage the construction

work? 2. Required certificates shall be scanned and uploaded by the contractor in support of the information.

3. Contractor shall submit details of each & every technical personnel with the contractor other than the Minimum required.

Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per

records and nothing is hidden/ concealed, false or misleading.

Signature of bidder

Authorized signatory

Page 44: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

44

Contractor Sign No.of Correction Executive Engineer

FORMAT –VIII

DETAILS OF PLANTS & MACHINERY OWNED & PROPOSED TO BE USED FOR WORK

Sr. No.

Name / Type of equipment

Minimum No. of

Units

Kind or make

Capacity If already owned If to be purchased

(When?

month and year)

Remarks

Age

And condition

Location Probable

date of availability

1 2 3 4 5 6 7 8 9 10

1 Water Pumps 2 (two)

2 Trucks/Tippers 4 (four)

3 J.C.B. Poclains 2 (two)

4 Water Tankers 2 (two)

5 Rollers 2 (two)

1. Required certificates shall be scanned and uploaded by the contractor in support of the information.

2. Contractor shall submit details of each & every plants & machinery owned & with the contractor other than the Minimum required.

Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records and nothing is hidden/

concealed, false or misleading.

Signature of bidder

Authorized signatory

Page 45: READY FOR UPLOAD Bid-Capacity - e Tendersvidc.maharashtra.etenders.in/tpoimages/vidc/tender/Tender263.pdf · Contractor Sign No.of Correction Executive Engineer NAME OF WORK : - “Construction

45

Contractor Sign No.of Correction Executive Engineer

FORMAT –IX

Certified that the above information is true, correct, updated till date of on-line submission to the best of my knowledge and belief and as per records and nothing is hidden/

concealed, false or misleading.

DETAILS OF OTHER WORKS TENDERED FOR AND IN HAND ON THE DATE OF SUBMISSION OF TENDER

Sr.

No

Name

of work

Place Works in hand Works tendered for Remarks

Tendered

cost Rs. in

lakhs

Cost of

remaining

work Rs. in

lakhs

Anticipated

date of

completion

Estimated

cost Rs. in

lakhs

Date by

which

decision is

expected

Stipulated

date or

period of

completion

1 2 3 4 5 6 7 8 9 10