udgir municipal council udgir - Welcome to the e

Transcription

udgir municipal council udgir - Welcome to the e
1
PMC Jagprayag Infrastructures Pvt.Ltd.
UDGIR MUNICIPAL COUNCIL
UDGIR
CHIEF OFFICER, MUNICIPAL COUNCIL, UDGIR
PRE QUALIFICATION DOCUMENT
NAME OF WORK :- Construction of Concrete Roads, Drains, Foot Path, and
Road Dividers, tree plantation in City Area, UDGIR.
Estimated Cost : - Rs. 69.878 Crore
Issue To:- ____________________________________
_____________________________________
Contractor
No. of correction
President
Chief Officer
2
PMC Jagprayag Infrastructures Pvt.Ltd.
SECTION – I
INFORMATION AND INSTRUCTIONS TO
THE APPLICANTS
Contractor
No. of correction
President
Chief Officer
3
PMC Jagprayag Infrastructures Pvt.Ltd.
Urban Development Department
TENDER SHEDULE
Tender notice Date:
Tender no:
Tender notice no:
E-Tender notice no MC Udgir for 2013-14
Sr.
No.
UDD Stage
Vendor Stage
Start Date &
Time
Expiry Date &
Time
1
Release Tender
-
16/09/2013 17.00
2
-
3
-
4
Close Bidding for
Pre-qualification
5
6
Pre-qualification
opening and
short listing
7
Prepare tender
8
-
9
-
10
Close Bidding for
General
Conditions
11
12
14
General
Condition Bid
Opening and
Shot listing
Bid Opening and
Short listing
15
Tender Award
13
Contractor
Form Pre
Qualification
Document Purchase
Form Pre
Qualification
Document
Download
View
forms
Envelops
18/09/2013
14.00
-
-
18/09/2013 11.00
30/09/2013
14.00
√
Pre Qualification bid
18/09/2013 13.01
17/10/2013
12.00
√
Pre Qualification bid
-
Pre Qualification bid
√
Pre Qualification bid
-
Pre Qualification bid
-
commercial envelop C1,
Technical Envelop T1
17/10/2013
17.00
19/10/2013
12.00
Pre Qualification Bid
Submission
17/10/2013 12.01
-
19/10/2013 12.01
-
23/10/2013 18.01
23/10/2013
18.00
25/10/2013
16.15
25/10/2013 16.16
31/10/2013
14.00
√
commercial envelop C1,
Technical Envelop T1
25/10/2013 17.00
8/11/2013
14.00
√
commercial envelop C1,
Technical Envelop T1
26/10/2013 16.16
8/11/2013
14.00
√
commercial envelop C1,
Technical Envelop T1
8/11/2013 14.01
8/11/2013
18.00
-
commercial envelop C1,
Technical Envelop T1
8/11/2013 18.01
13/11/2013
12.00
√
commercial envelop C1,
Technical Envelop T1
-
commercial envelop C1,
Technical Envelop T1
-
commercial envelop C1,
Technical Envelop T1
-
commercial envelop C1,
Technical Envelop T1
Form F General
conditions
Document Purchase
Form F General
conditions
Document
Download
Main tender
Document & online
Bid
Form F General
conditions
Document
Download
17/10/2013 17.01
-
13/11/2013 12.01
-
13/11/2013 12.01
13/11/2013
16.00
13/11/2013
16.00
-
13/11/2013 16.01
-
No. of correction
President
Chief Officer
4
PMC Jagprayag Infrastructures Pvt.Ltd.
†™üß - ¿ÖŸÖá
1. ÃÖ¤ü¸ü úÖ´ÖÖ²ÖÖ²ÖŸÖ ×­Ö×¾Ö¤üÖ †™üß - ¿ÖŸÖá ‡. ²ÖÖ²ÖŸÖ“ÖÖ ÃÖ¾ÖÔ ŸÖ¯Ö¿Öß»Ö ×­Ö×¾Ö¤üÖ
¯Öæ¾ÖÔ †ÆÔüŸÖÖ Ã֍ִ֟ÖÖ ÃÖÓ“ÖÖ´Ö¬µÖê ¾Ö •ÖÖ×Æü¸ü ™ëü›ü¸ü ­ÖÖê™üßÃÖ´Ö¬µÖê
êú»Öê»ÖÖ †ÃÖæ­Ö ×­Ö×¾Ö¤üÖ ¯Öæ¾ÖÔ †ÆÔüŸÖÖ Ã֍ִ֟ÖÖ ÃÖÓ“Ö †Öò­Ö»ÖÖ‡Ô­Ö
¯ÖÆüÖ¾ÖµÖÖÃÖ ˆ¯Ö»Ö²¬Ö †ÖÆêü.
2. ÃÖ¤ü¸ü úÖ´ÖÖ“Öß ×­Ö×¾Ö¤üÖ ¯Öæ¾ÖÔ †ÆÔüŸÖÖ ¾Ö Ã֍ִ֟ÖÖ ÃÖÓ“Ö Ö¸êü¤üß Øú´ÖŸÖ ºþ.
50,000/- ¸üÖ™Òüߵ֍éúŸÖ ²Öòêú“Öê ×›ü´ÖÖÓ›ü ›ÒüÖ°™ü«üÖ¸êü ´Ö㍵ÖÖ׬֍úÖ¸üß ­ÖÖ¸ü
¯Ö׸üÂÖ¤ü, ˆ¤ü•Ö߸ü -›üß´ÖÖÓ›ü ›ÒüÖ°™ü Îú´ÖÖӍú, ²Öэêú“Öê ­ÖÖ¾Ö ¾Ö ˆ¯Ö¸üÖêŒŸÖ Îú´ÖÖÓ•ú
ÃÖ×¾Ößָü ×»ÖÆüÖ¾ÖÖ ×­Ö×¾Ö¤üÖ ÃÖÓ“Ö Ö¸êü¤üß Øú´ÖŸÖß“µÖÖ DD “Öß Scan Copy úºþ­Ö
[email protected] µÖÖ E-mail Address ¾Ö¸ü E-mail ú¸üÖ¾ÖÖ . ŸÖÃÖê“Ö ²ÖµÖ֍ÖÖ ¸üŒú´Ö DD “Öß
Scan Copy •úºþ-Ö [email protected] µÖÖ E-mail Address ¾Ö¸ü ‡Ô-´Öê»Ö ú¸üÖ¾ÖÖ.­ÖÓŸÖ¸ü“Ö
×­Ö×¾Ö¤üÖ ¯Öæ¾ÖÔ †ÆÔüŸÖÖ ¾Ö Ã֍ִ֟ÖÖ ÃÖÓ“Ö Öê¸ü¤üß ú¸üµÖÖŸÖ µÖÖ¾ÖÖ.
3. ×­Ö×¾Ö¤üÖ ¯Öæ¾ÖÔ †ÆÔüŸÖÖ Ã֍ִ֟ÖÖ ÃÖÓ“Ö ¾Ö ×­Ö×¾Ö¤üÖ ÃÖÓ“ÖÖ“Öß ×¾ÖÎúß
http://maharashtra.etenders.in µÖÖ ¾Öê²ÖÃÖÖ‡Ô™ü¾Öºþ­Ö ±úŒŸÖ †Öò­Ö»ÖÖ‡Ô­Ö “ÖÖ»Öæ †ÖÆêü.
4. ¾Ö¸üᯙ ¾Öê²ÖÃÖÖ‡Ô™ü ¾Öºþ­Ö ×­Ö×¾Ö¤üÖ´Ö¬µÖê ÃÖÆü³Ö֍Öß ÆüÖꍵÖÖÃÖÖšüß
¾Öê²ÖÃÖÖ‡Ô™ü¾Ö¸ü µÖã•Ö¸ü †Ö›üß ¾Ö ¯ÖÖÃÖ¾Ö›Ôü ²Ö-Ö׾֍Öê ²ÖӬ֭֍úÖ¸üú †ÖÆêü.
µÖÖÃÖÖšüß Øú¾ÖÖ ‡Ô-×­Ö×¾Ö¤üÖ ²ÖÖ²ÖŸÖ ´Ö֍ÖÔ¤ü¿ÖÔ­ÖÖÃÖÖšüß sify nextenders (mob no
9167969601/04) ph no 020-25315555 µÖÖ •Îú´ÖÖÓ•úÖ¾Ö¸ü ÃÖÓ¯Ö•Ôú •ú¸üÖ¾ÖÖ.
5. ¾Ö¸üᯙ ×-Ö×¾Ö¤üÖ ÃÖÖ¤ü¸üߍú¸üÖ / þÖߍéúŸÖß †Öò­Ö»ÖÖ‡Ô­Ö ¯Ö¨üŸÖß­Öêê“Ö ÃÖÖ¤ü¸ü
•ú¸üÖ¾Öê.
6. ×-Ö×¾Ö¤üÖ ÃÖÖ¤ü¸üߍú¸üÖ Æêü ¤üÖê­Ö ¯Ö֍úß™ü ¯Ö¨üŸÖß­Öê (Technical bid ¾Ö Commercial bid)
ú¸üÖê †Ö¾Ö¿µÖú †ÖÆêü.
Contractor
No. of correction
President
Chief Officer
5
PMC Jagprayag Infrastructures Pvt.Ltd.
7. ×-Ö×¾Ö¤üÖ ×¾ÖÎúß“µÖÖ ¿Öê¾Ö™ü“µÖÖ ×¤ü¾Ö¿Öß ÃÖÓ“Ö ¯ÖÏÖ¯ŸÖ ­Ö —ÖÖ»µÖÖÃÖ ¾Ö
Ûþ֍éúŸÖß“µÖÖ ¿Öê¾Ö™ü“µÖÖ ×¤ü¾Ö¿Öß †Öò­Ö»ÖÖ‡Ô­Ö ÃÖÖ¤ü¸üß•ú¸ü•Ö -Ö —ÖÖ»µÖÖÃÖ
ŸµÖÖ“Öß ÃÖ¾ÖÔþÖß •Ö²ÖÖ²Ö¤üÖ¸üß ×­Ö×¾Ö¤üÖ ¬ÖÖ¸üúÖ“Öß ¸üÖÆüß»Ö.
8. †Öò­Ö»ÖÖ‡Ô­Ö ×­Ö×¾Ö¤üÖ ¯ÖÏ׍ÎúµÖÖÃÖÖšüß ×­Ö×¾Ö¤ü֍úÖ¸üÖ­Öê ×›ü•Öß™ü»Ö þÖ֍ָüß“ÖÖ
(Digital Signature Key) Class III “ÖÖ ¾ÖÖ¯Ö¸ü •ú¸üÖ¾ÖÖ.
9. ×­Ö×¾Ö¤üÖ ˆ‘Ö›ü•µÖÖ“µÖÖ †Öê¸ü“µÖÖ ×¤ü¾Ö¿Öß úÖµÖÖÔ»ÖµÖß­Ö ÃÖã¼üß †ÃÖ»µÖÖÃÖ
×­Ö×¾Ö¤üÖ ¯Öãœüᯙ úÖµÖÖÔ»ÖµÖß­Ö ×¤ü¾Ö¿Öß ˆ‘Ö›üµÖÖŸÖ µÖê‡Ô»Ö.
10. ×­Ö¬Öß ˆ¯Ö»Ö²¬ÖŸÖê­ÖãÃÖÖ¸ü ¤êüµÖú †¤üÖ ú¸üµÖÖŸÖ µÖê‡Ô»Ö.
11. úÖêÖŸÖßÆüß ×­Ö×¾Ö¤üÖ Ã¾Öߍú¸üÖê, ­Ö֍úÖ¸üÖê †£Ö¾ÖÖ ¸ü•ü ú¸üÖê µÖÖ²ÖÖ²ÖŸÖ“Öê
†Ó×ŸÖ´Ö †×¬Ö•úÖ¸ü ´Ö㕵ÖÖ׬֕úÖ¸üß ¾Ö †¬µÖ•Ö ˆ¤üÖ߸ü ­ÖÖ¸ü¯Ö׸üÂÖ¤ü, ˆ¤üÖ߸ü µÖÖÓ­ÖÖ
¸üÖÆüß»Ö.
GENERAL
“Council” Shall mean the UDGIR Municipal Council, UDGIR acting through it’s Chief
Officer, UDGIR Municipal Council, UDGIR is body corporate constituted. The official email
id for correspondence is [email protected]
GENERAL INFORMATION
1.1.1 The tenders in B-1 form are invited by the council, from the registered contractors with
P.W.D. of Govt. of Maharashtra and Registration of Udgir Municipal council Udgir Dist. Latur. for the
work mentioned in Annexure A of section. Before issue of main tender documents, the pre-qualification
application are invited from the contractors.
1.
Sealed online B-1 e-tenders for the following work are invited by the chief officer from
the eligible contractors (joint venture not allowed) The Contractors registered in appropriate
class with Govt. of Maharashtra (P.W.D.) and Registration of Udgir Municipal council Udgir
for this tender , tenderer (bidder) can enroll for his registration with M.C. Udgir up to
16th October 2013. & PAN
DETAILED TENDER NOTICE
UDGIR MUNICIPAL COUNCIL, UDGIR
Contractor
No. of correction
President
Chief Officer
6
PMC Jagprayag Infrastructures Pvt.Ltd.
S
r
.
Name of work
Estimated
cost
(Rs
in
Crore )
Time
limit for
completi
on
N
o
2
2
3
1
1Construction of Concrete Roads, Drains, 69.878
Footpath, and Road Dividers & tree
plantation in City Area, UDGIR.
4
18
calendar
month
Cost of 1)Blank
Pre qualification
documents
2) Tender form
fees (Rs.)
(Non
Refundable)
5
1)50,000.00
2)1,00,000.00
Sealed B-1 Tender for the following work is invited by the Chief officer UDGIR Municipal
Council, UDGIR
Tenders shall be issued only to pre qualified bidders/ contractors.
1.
Name of Work
2.
Estimated Cost
Construction of Concrete Roads, Drains, Foot
Path & Road Dividers & tree plantation in
UDGIR City Area.
Rs.69.878 Crore
3.
Earnest money Deposit (2.00%)
Rs.1.40 Crore
4.
5.
Security deposit (3%) initial
(7%) from R.A. bill
Class of Contractor
Rs. 2.10 Crore
Rs. 4.89 Crore
1st A
6.
Time Limit for completion of work
18 Calendar months (including monsoon)
7.
Validity of the offer
120 days from the date of opening
8.
Cost of P.Q. Documents
Rs.50,000/-
9.
Cost of Blank B-1 Tender forms
Rs.1,00,000/-
10.
Date & Place with time of PreTender conference
30/10/2013 in the chamber of Chief Officer
UDGIR @ 11.00Hrs.
Contractor
No. of correction
President
Chief Officer
7
PMC Jagprayag Infrastructures Pvt.Ltd.
1.
Solvency certificate from Nationalize bank of 10.00 corers should be submitted with
tender.
2. The from of pre qualification document are available on the –e-Tendering website of Govt. of
Maharashtra http://maharashtra.etenders.in Sub portal http:/ Urban Development Division. The aspiring
Bidders will have to download Bid capacity form, the website mentioned above While submitting the dully
filled pre qualification document the Bidders are required to Deposit non refundable Rs.50,000/- (Rs. Fifty
Thousand only)in the from of nationalize bank D.D. in the name of the Chief Officer Udgir Municipal
Council Udgir. The Scanned copy of proof of Deposit of such amount should be uploaded. Pre
Qualification Document purchase original Demand draft shall be physically submitted to the office of
Chief Officer Udgir Municipal Council Udgir before two days of opening of pre Qualification tender.
Those contractor whose pre qualification document purchase original D.D. should not submitted
before two days of opening of pre qualification tender bid will not be evaluated further.
Pre Qualification documents will be available from 18/09/2013 to 17/10/2013 for downloading. The
bidder has to fill & up load information regarding pre Qualification in the online format. Also he has to
download the pre Qualification application from web site, fill it and up load scanned copy of duly filled
form along with required documents. Duly filled Pre Qualification documents will be available on website
and also will be communicated to the successful bidders by email.
3. The blank tender forms will have to be downloaded by the pre Qualified contractor/ Bidders only from the
website of Govt. of Maharashtra http:/maharashtra.etenders.in Sub portal http:/Urban Development
Division under “Tender purchase” from 23/10/2013 to 31/10/2013. While submitting the dully filled Tender
Documents the Bidder is required to Deposit non refundable Rs.1,00,000/- (Rs. One lac only) in the form
D.D in the name of the Chief Officer Udgir Municipal Council Udgir the scanned copy of Proof of Deposit
of such amount should be uploaded. The contractor Blank Tender Documents purchase Fee and EMD
amount nationalize bank Demand draft shall be physically submitted to the office of Chief Officer
Udgir Municipal Council Udgir before two days of opening of tender. Those contractor whose tender
document purchase and E.M.D. original D.D. should not submitted before two days of opening of
tender bid will not be evaluated.
4) The contractor has to prepare and submit Bid Documents on or before scheduled date and again submit
(encryption/decryption) in scheduled period. The same procedure should be repeated for Tender Document.
5) Pre-Tender conference for work at Sr. No. 1 will be held on 30/10/2013 at 11.00Hrs.in the office of the
Chief Officer Udgir Municipal Council Udgir
6) Duly filled online tender forms will be accepted up to 13/11/2013 at 12.00 Hrs.
http://maharashtra.etenders.in forms will be opened on 13/11/2013 at 12.01Hrs. if possible.
7) The contractor should upload the documents in readable form, He should take trial of uploads by taking
printout. The unreadable documents will be treated as nill & void. The remaining documents will be
evaluated. The decision of opening Authority regarding this will be binding to all contractors.
8) All right to reject any or Pre Qualification tender documents without assigning any reason are reserved by
the competent authority.
Contractor
No. of correction
President
Chief Officer
8
PMC Jagprayag Infrastructures Pvt.Ltd.
9.) If any assistance is required regarding e-Tendering (upload/download) please contact sify NexTenders
(Mob.No.9167969601/04, phone no.020-25315555,email [email protected].) web site
http://maharashtra.etenders.in
EARNEST MONEY DEPOSIT (EMD)1.
An earnest money deposit of Rs. 1.40 crore (Rs. One crore Forty lakh only Only)
Should be paid in the from of Demand Draft drawn on any Nationalized Bank in favor of Chief Office,
Udgir Municipal Council Udgir payable at Udgir Cheque or cash will not be accepted. The Demand
draft for EMD shall be physically submitted to the office of Chief Officer Udgir Municipal
Council Udgir before two days of opening of tender. Scanned copy of same DD should be uploaded
for online tender submission. The EMD is liable to be forfeited, in case of work cost quoted by
tendered are approved but the contractor refuse to enter in to the agreement for construction work.
1.1
Tender of those who do not deposit earnest money shall be summarily rejected.
1.2
The amount of earnest money will be refunded to the unsuccessful tenderer on deciding about
the acceptance or otherwise of the tender or on expiry of the validity period whichever is earlier. In
case of the successful tenderer, it will be refunded on this paying the initial security deposit to be paid
after awarding of the work. If successful tenderer does not pay the security deposit in the prescribed
time limit and complete the agreement, his earnest money deposit will be forfeited.
2.
SECURITY DEPOSIT
The total Security Deposit shall be 10%(Ten percent) of estimated cost or accepted tendered
amount, whichever is higher. Security Deposit to be paid at the time of acceptance of tender shall
be 3% i.e. Rs 2.10 Crore and 7% Will be deducted from Running Account bills. This initial
security deposit shall be deposited by the successful bidder within 10 days from the date of
Acceptance Letter. Running Bills at 7% of the gross bill value to the extent of total Security Deposit.
a)
Security deposit shall be for a period of construction plus defect liability period.
b) In case the contractor quotes more than 10% below the percentage rate than the
estimated rates in the specified space the contractor will have to pay additional
security deposit equal to the amount of difference between % quoted by him and
the amount of 10% below. Additional security deposit will have to be produced in
shape of T.D.R. (term deposit receipt) or in the form as directed by the Engineer
in charge before the letter of acceptance of tender is issued by this office. The
additional security deposit will be released along with the final bill.
c) 2. In case the additional security deposit is not paid the amount of E.M.D. will be
d) forfeited to Council.
e) 3. It is compulsory for contractors to submit paid certificate issued by the
Collector, for royalties, quarry fees before completion of the work or as and when
demanded by Engineer in charge .
3.
Contractor
TIME LIMIT FOR COMPLETION OF WORK
No. of correction
President
Chief Officer
9
PMC Jagprayag Infrastructures Pvt.Ltd.
(i) The time limit for completion of work is (18) eighteen months (including rainy season) and will
be counted From the date of issue of work order
(ii) At person some stretch of road length of spine road is either not in possession or encroached
or some utilities are required to be shifted. UDGIR MUNICIPAL COUNCIL UDGIR will organize an
anti encroachment drive and demolish encroachment and acquired area will be handed over to the
contractor. UDGIR MUNICIPAL COUNCIL UDGIR will inform to the Contractor 24 hrs before anti
encroachment drive. As soon as encroachment removed contractor must start work appropriate
machinery and manpower without any delay. If contractor fails to do so the consequences shall be the
responsibility of the contractor.
4.
PRE-TENDER CONFERENCE
a)
Pre-Tendering conference open to all qualified pre tenderer / contractor and will be held on the
date mentioned in detail date and time schedule in the office of the Chief Officer, UDGIR MUNICIAL
COUNCIL UDGIR wherein the prospective tenderers will have an opportunity to obtain clarifications
regarding.
b) The prospective tenderers are fee to ask for any additional information or clarification either
in writing or verbally and clarifications to the same will be given during pre-bid meeting and
this clarification referred to as “ Common Set of Deviations” will be applicable to all tenderers.
Common set of deviations, if any, issued by MUNICIPAL COUNCIL UDGIR will from part and
parcel of the tender documents and the same shall be uploaded on E-tender website.
c) The tender submitted by the tenderer shall be strictly as per NIT and Corrigendum/Addendum
issued by the Chief Officer. The tender offer shall be unconditional. Conditional tenders/offers will
be summarily rejected.
d) All tenderers are cautioned that the tender containing any deviations from the deviations from
the contractual terms and conditions, specifications, or other requirements will be rejected as nonresponsive.
5. FOR SPECIAL ATTENTION OF TENDER
The tenderer is expected to visit the side before the pre qualification tender and get him
acquainted with the side condition and side requirements.
There may be some local problems, which will be required to be tackled by the tenderer. Local
suppliers may create problems for supply of sand and metal during execution, which shall have to
be solved by the successful bidder. On this account no extension of time will be granted, not any
compensation will be given. Police protection, if considered necessary will have to be arranged by
the Tenderer at his own cost.
Power and water supply required for work and labours etc. have to be arranged by the tenderer.
UDGIR MUNICIPAL COUNCIL UDGIR DIST. LATUR does not take guarantee for power
and water supply at the side.
GENERAL INSTRUCTIONS FOR CONTRACTOR
1.Contractor shall ensure that all the information & scanned copies of documents mentioned in the
check list are to be uploaded. If any document is not applicable it should be clearly indicated in the
check list by writing “N. A”. Documents in section I, Section V are for contractor information only.
They should not be uploaded.
2. Scanned Copies of documents issued by third party shall be uploaded as it is.
Contractor
No. of correction
President
Chief Officer
10
PMC Jagprayag Infrastructures Pvt.Ltd.
3. Information & declarations made by contractors shall be on its own letter head & in prescribed
formats only. It should be duly signed by competent authority.
4. Any overwriting or correction shall be attested .
5. All the information must be filled in English language only
6. No manual submission will be accepted.
7. No further information will be entertained after submission of Pre qualification documents.
8. In case of successful bidder all the documents submitted for Pre qualification shall from the part
of contract, which shall be signed at later stage.
9. The contractors should download Pre Qualification Documents from the e- tendering portal of municipal
council Udgir i.e. http://maharashtra.etenders.in after entering the details Payment of Rs. 50,000/- (Fifty
Thousand only) in the form of DD of Nationalized bank in favor of Chief Officer Municipal Council Udgir
as per tender schedule. Further information regarding the work can be obtained from the above office. Office
of Chief Officer, UDGIR Municipal Council, UDGIR.
The Pre Qualification tender Fee in the form of DD Drawn in the name Chief Officer, UDGIR
Municipal Council, UDGIR.
10.The applicant is encouraged to attach any additional information, (photographs of works which were
already carried out which he thinks necessary in regards to his capabilities). No further information will
entertained after submission of Pre Qualification Documents unless it is requested by the Chief Officer,
UDGIR Municipal Council, UDGIR.
11.The pre-Qualification Documents in prescribed forms as required in this booklet duly completed and
signed by competent authority should be submitted documents. The documents must be submitted in
connection with the Pre- Qualification shall be treated as confidential and will not be returned.
a) The cost incurred by applicant in preparing this offer, in providing clarification or attending
discussions, conferences in connection with this document, shall not be reimbursed by the Chief Officer,
UDGIR Municipal Council, UDGIR. under any circumstances.
b) In the event of any applicant wishing to withdraw from Pre Qualification, the applicant must write an
explanatory letter to the Chief Officer, UDGIR Municipal Council, UDGIR .to return the documents.
However, the cost of Pre qualification documents already paid shall not be refunded, in any case or on
account of any reason.
Guidelines to Vendors on the operation of Electronic Tender Management System of
Government of Maharashtra on http://maharashtra.etenders.in
1. These conduction will overrule the condition stated in the Bidding Document, whenever
relevant and applicable.
2.
Registration of Vendors:
The Vendors interested in doing business with any Department / Agency of Government of
Maharashtra that have migrated their process onto the Electronic Tender Management System
platform shall be required to enroll on the System. In order to participate in the Open tenders
processed using the System by any Department / Agency, the Vendors are required have a valid
enrolment on the System. In order to participate in the Limited Tenders processed using the System
by any Department / Agency, the Vendors are required have a valid enrolment on the System. In
order to participate in the Restricted Tenders processed using the System by any Department /
Agency, in addition to having a valid enrolment on the System, the Vendors are also required have
a valid empanelment in appropriate category on the Sub – Portal assigned to the respective
Contractor
No. of correction
President
Chief Officer
11
PMC Jagprayag Infrastructures Pvt.Ltd.
Department / Agency. The Bidder may obtain the necessary information on the process of
enrolment and empanelment either from Helpdesk Support
Team or may visit the information published under the link `how to enroll? `on the Home Page of
the System. After submission of application for enrolment on the System, the application
information shall be verified by the Authorized Representative of the Service Provider. If the
information is found to be complete, the enrolment submitted by the Vendor shall be approved.
After the approval of Sub – Portal (if the process of empanelment is followed in a particular
Department / Agency). The application for empanelment shall be approved by the Competent
Authority of the respective Department / Agency. After the application for enrolment of the Vendor
is approved, the Vendor shall be able to participate in Open and after the application for
empanelment of the Vendor is approved, the Vendor shall be able to participate in restricted
Tenders.
3.
Obtaining a Digital Certificate:
The Bid Data that is prepared online is required to be encrypted and the hash of the Bid Data is
required to be signed electronically using a Digital Certificate (Class III) to maintain the security of
the Bid Data and also to establish the identity of Vendor transacting on the System. The Digital
Certificate are issued by an approved Certifying Authority authorized by the Controller of
Certifying Authorities of government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data /
information for a particular Tender may be submitted only using the Digital Certificate which is
used to encrypt the data / information and sign the hash during the Bid Preparation and Hash
Submission stage. In case, during the process of preparing and submitting a Bid for a particular
Tender, the Vendor 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 online.
Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a
backup at safe place under adequate security to be used in case of need. In case of online tendering,
if the Digital Certificate issued to an Authorized User of a Firm is used for signing and submitting a
bid, it will be behalf of the form. The firm (and in case the applicant is a partner, another partner in
the same from is required to authorize) to use the digital certificate as per Indian Information
Technology Act, 2000.
Unless the Digital 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 on the Electronic Tenders
Maharashtra System of Government of Maharashtra as per Indian 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 Certificate 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 Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the Director of the
Company.
4. Set up of Computer System for executing the operation on the Electronic Tender
Management System:
Contractor
No. of correction
President
Chief Officer
12
PMC Jagprayag Infrastructures Pvt.Ltd.
To operate on the Electronic Tender Management System of Government of Maharashtra, the
Computer System of the User is required be set up. The Users are required to install Utilities
available on the Home Page of the System. The Utilities are available for download freely on the
Home
page
The Vendors requested to refer to the e- Tendering Toolkit for Bidders available online on the page
http://maharashtra.etenders.in/ index.asp to understand the process of setting up the System or
alternatively, contact the Helpdesk Support Team on information / guidance on the process of
setting up the System.
5. Online viewing of Detailed Notice Inviting Tenders:
The Vendors can view the detailed Tenders Notice along with the Time Schedule (Key Dates) for
all the Tenders processed by Departments / Agencies of Government of Maharashtra on their
respective Sub – Portals on the System.
6. Online Download of Tender Document:
The Tender Documents can be the downloaded by the Vendors having valid enrolment on the
System (and valid empanelment in case of Restricted Tenders) from the respective Sub – Portal of
the Department / Agency on the System.
7. Submission of Bid Hash (seal) of online Bids:
Submission of Bides will by submission of the digitally signed Bid Hashes (Seals) as stated in the
Tender Schedule (Key Dates) published in the Notice Inviting Tender. The Hashes are the
thumbprint of electronic data and are based on one – way algorithm. The Hashes establish the
unique identity of Bid Data. The Hashes are digitally signed.
8. Generation of super Hash:
After the expiry of the cut –off time of submission of digitally signed Bid Hashes (Seals) by the
Bidder has lapsed, the stage is automatically locked and digitally signed Super Hashes (Seal) will
be generated by the Competent Authority of the respective Department / Agency will generate a
Super Hash.
9. Decryption and re- encryption of online Bids (submitting the Bids online):
After the generation of Super Hash, the Vendors have to decrypt their Bids using their Digital
Certificate and immediately re – encrypt their Bids using the public Key of the Competent
Authority of the Department / Agency. At this time, the Vendors are also required to upload the
files for which they generated the Hash values during the bid preparation and Hash Submission
stage. The Bid data / information of only those vendors who have submitted their Bid Hashes
(Seals) within the stipulated time (as per the Tender Time Schedule), will be available for
decryption and re encryption and to upload the relevant files. A Vendor who has not submitted his
bid Hashes (Seals) For submitting the Bids online, the Vendors are required to make a payment
using the Electronic Payment Gateway Service of Rs. 882/-+Service tax towards the fees of the
Contractor
No. of correction
President
Chief Officer
13
PMC Jagprayag Infrastructures Pvt.Ltd.
Service Provider. Total Rs. 1038 /- The various option of making online payments are available on
the Home Page of the System.
10. Submission of Earnest Money Deposit:
The Vendor are required to submit the Ernest Money Deposit and cost of Tender Documents in a
Sealed Physical Envelope and the same should reach the concerned Competent Authority before
two days opening of tender time as specified in the Tender Documents. Vendors are required to
keep the instruments for submission of Earnest money Deposit and the cost of Tender Documents
ready as the details of these instruments are required to be entered in the System during the Bid
Preparation and Hash Submission stage. The details of the Earnest Money Deposit and cost of
Tender Documents instrument shall be verified and matched during the Tender Opening event.
11. Opening of Electronic Bids:
The Competent Authority receiving the Bids shall first open the manual Earnest Money Deposit and
cost of Tender Documents and verify with the details submitted online. The Competent Authority
shall then open the online envelope (s) (decrypt the Bid Data) through the System. The Authority
shall generate the Hash value of each envelope of each Vendor and match it with the original Hash
value of the envelope generated and submitted by the Bidder during the Bid Preparation and Hash
Submission stage.
12. Tender Schedule (Key Dates):
The Vendor are strictly advised to follow the Dates and Times allocated to each stage as indicated
in the Time Schedule in the Notice inviting Tender for each Tender. All the online activates are
time tracked and the Electronic Tender Management System enforces time- locks that ensure that
no activity or transaction can take place outside the Start and End Dates and time of the stage as
defined in the Tender Schedule.
1.2.0 METHOD OF APPLYING
1.2.1
If the application is made by an individual, it shall be signed by the individual above his full name
and current address.
1.2.2
If the application is made by proprietary firm, it shall be signed by the proprietor above his full name
and the full name of his firm with its current address
1.2.3
If the application is made by a firm in partnership, it shall be signed by all the partners of the firm
above
their full names and current addresses or by a partner holding valid power of attorney for
the firm by signing the application, in which case as certified copy of the power of attorney shall
accompany the application. A certified copy of the partnership deed, current address of all partners
of the firm shall also accompany the application.
1.2.4
If the application is made by limited company or a Corporation, it shall be signed by a duly
authorized
person holding the power of attorney for signing the application, in which case as
certified copy of the power of attorney shall accompany the application. Such limited company or
corporation may be required to furnish satisfactory evidence of its existence before the Pre
Qualification is awarded.
Contractor
No. of correction
President
Chief Officer
14
PMC Jagprayag Infrastructures Pvt.Ltd.
1.2.5
Joint venture not permissible for this tender.
1.2.6
The Conditional Tender shall not be accepted.
Sub letting of work not allowed
Ready mix concrete grade mentioned in tender form, shall used for all concrete
1.2.7
1.2.8
works. He should satisfactory completed as a prime contractor in any Govt. or
semi Govt. institution of at least one similar type of work in city area whose
value not less than RS. 42.00 crores during last Seven years of on contract
agreement.
1.2.9
The Contractor shall have to do the work progress according to time period &
bar chart in closed in tender. Heavy penalties &termination may be done by
Chief officer Municipal Council for non progress of work according to the bar
chart.
1.3.0
The Contractor should produce document showing own availability of Ready
mix plant & other necessary machinery.
1.3.1
The applicant bidder should have attained last seven year maximum average
annual turnover not less than of Rs.51.00 corers(Fifty One Corers)
1.3.0 Manner of Submission of Pre-qualification and its accompaniment
It is compulsory The bidder should fill and shall submit the documents listed below along with prequalification booklet along with checklist prescribed in proforma-8 (a.).The additional information for
documents shall be submitted in separate file as mentioned in clause 1.1.7
i)
The balance sheet of last 7 years duly certified by the Chartered Accountant.
ii)
VAT/TIN Registration Certificate provided by Maharashtra Value Added Tax Act.2005 under Clause
8 & 9 of Rule-58 from Sales Tax Department.
iii) Deed of partnership or Articles of Association and Memorandum of Association
iv) Details of key Technical & administration persons ( Please refer Proforma -3)
v)
List of Machinery and plants immediately available with the tenderer for use on this work and list of
machinery proposed to be utilized on this work but not immediately available and the manner in which it is
proposed to be procured (Please refer Proforma 4,4(a) and 4(b).
The contractor shall have to attach the documentary proof in respect of machinery owned by him as below.
a.
R.T.O. Registration.
Contractor
No. of correction
President
Chief Officer
15
PMC Jagprayag Infrastructures Pvt.Ltd.
b.
c.
d.
Certificate of Taxation.
Goods carriage permit in Form P-Gd C (see Rule 72( i ) v) .
Certificate of fitness in Form No.38 (see Rule 62 ( i) 7 ).
In case of Non-Passing of machinery by R.T.O. (being a new machinery) the manufacturer’s sale certificate (
Prorma invoice / bill) shall be produced. In case of second hand machinery, the purchase document with
Balance Sheet certified by the Chartered Accountant or a certificate from a Schedule Bank of having
financed the machinery will be acceptable.
vi) Details of work of similar type work executed in city area and magnitude carried out by the contractor
duly certified by the head of office under whom the works were completed in Statement 3.
vii) Details of other works completed by the Contractor, Certificates from the head of Officer under whom
the works are completed should be enclosed in Proforma-1 , 1 A ,1 B, 1 C.
viii)
Details of other works in hand with the tenderer in Statement-2 and Proforma 1 & 1 B , 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 in Profroma 1(b). The performance of contractor should
be satisfactory.
ix)
Power of Attorney.
x)
Professional Tax registration and Clearance certificate.
xi)
The detail quantities executed and amount of work completed and ongoing for the last seven years
in Proforma 1(c)
xii)
Employee’s provident fund registration and its clearance.
All documents are required to be submitted with pre-qualification document shall be attested by Gazette
Officer and if required Original copies shall be made available for verification.
xiii)
xiv)
xv)
Scanned copy of turnover certificate, certified by the Chartered Accountant should be
produced. The average annual turnover during last seven financial years 2006-2007, 20072008, 2008-2009, 2009-2010, 2010-2011, 2011-2012, 2012-2013 should not be less than 51
crore.
In the absence of any of the document given in section the Pre qualification of the applicant
shall not be evaluated.
Solvency certificate from Nationalize bank of RS. 10.00 corers should be
submitted with tender.
xvi)
1.4.0
The notice inviting tender and pre qualification tender bid shall from a part of the tender agreement.
FINAL DECISION MAKING AUTHORITY:
The Committee of UDGIR Municipal Council, UDGIR reserves right to accept or reject any of the applications for
pre-qualification without assigning any reasons thereof and his decision will be final.
1.5.0
CLARIFICATIONS:
The clarification(s) if any may please be separately from either of Chief Officer, UDGIR Municipal Council,
UDGIR. The applicant contractor to produce the clarification/ originals of any document enclosed in pre-
Contractor
No. of correction
President
Chief Officer
16
PMC Jagprayag Infrastructures Pvt.Ltd.
qualification document on the date & time specified by of Chief Officer, UDGIR Municipal Council, UDGIR If he
fails to produce the clarification/ documents as requested by of Chief Officer, UDGIR Municipal Council, UDGIR
in that case his Pre-qualification Document will not be evaluated and will be rejected.
1.6.0
PARTICULARS PROVISIONAL:
The particulars of the proposed works given in Annex-A to this section are provisional and must be considered
only as advance information to assist applicants. The accuracy of the particulars is not guaranteed in any form and
this pre-qualification document or the model. Tender provision shall not form part of any contract which may
subsequently be entered into tender documents.
1.7.0
SITE VISIT :
The work site can be inspected by the applicant, if he so desires, by prior appointment with the Chief Officer,
UDGIR Municipal Council, UDGIR
1.8.0
MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION:
The applicant must be well established contractor with experience and capability in construction of work similar in
city area to the work given in this document. The applicant applying for pre qualification must provide evidence of
having adequate experience in modern technology in carrying out similar works (mentioned in 6.4) with adequate
quality control facilities supported by testing laboratory.
Experience of the prime contractors approved by the owner only will be considered for pre-qualification. In such
case a share of the experience of the prime and sub contractor shall be counted in the proportion as stated in the
agreement. In absence of stipulation of sharing of experience in the agreement the experience shall be taken in
proportion of 80:20 for prime and sub contractor respectively. In order to assess the experience and capability of
contractor for execution of work under consideration, a minimum criteria has been specified. In Para 6 for AnnexA. This minimum criteria is judged from the past experience of the contractor. The applicant bidder, as a prime
contractor should have adequate bid capacity, executed the quantities of main items (as stated in Annex-A) in any
single contract during over a period of last seven years. The other requirements such as that of turnover and that of
execution of similar work in city area is also stated in Para 6 of Annex-A. The applicant should have 100%
equipment of the requirement as indicated in Para-8 of Annex-A in his ownership & remaining equipment on hire
agreement ( to be provided by necessary documents). The applicant should give in writing on Rs. 100/- stamp
paper that he will employ Two senior Engineer minimum experience 10years and two Quality Engineer minimum
experience 5years, two Laboratory Assistant, one Surveyor with Field Laboratory for Quality Control and Quality
Assurance of the work.
Only those applicants, who satisfy the minimum criteria of eligibility, be evaluated for pre –qualification. A
evaluation committee appointed for this will approve the evaluation. The decision of the evaluation committee will
be final and binding on applicant. No correspondence will be entertained in this regard. Only the firm /contractors
who become successfully pre –qualified will be informed by e-mail or Telephone by UDGIR Municipal Council,
UDGIR and pre-qualified contractors will be eligible for getting tender documents.
1) The Bidder shall be Govt. Registered contractor in appropriate class with PWD Maharashtra/CPWD.
As well as the contractor must be Registered with UDGIR MUNICIPAL COUNCIL DIST.
LATUR
2) Original Demand Draft from any Nationalized Bank for the amount of pre qualification Tender form
Fee.
3) Detail of Tenderer`s PAN NO. and complete postal address with Pin Code and telephone Numbers.
4) Original valid MVAT registration certificate from Maharashtra State Tax Department. (Maharashtra
Value Added Tax Act 2005) & Registration if available
Contractor
No. of correction
President
Chief Officer
17
PMC Jagprayag Infrastructures Pvt.Ltd.
The applicant must be a well-established contractor with experience & capability in construction of roads
with sub-base & Rigid pavements specifications as per MORTH/STATE PWD norms.
To quality the applicant must have achieved as a minimum the following performance during the last
seven years.
1.3.1.
ELIGIBILITY CRITERIA :
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 in any one year during the period of last seven years (
updated to the price level, of the year in which the tenders are opened) which will take into account the completed
and ongoing works.
The maximum value of Civil Engineering works (A) executed in a year shall be minimum of following :
1) Ascertained from the certificates from Executive Engineer in case of Government and Semi-Government and
from the head offices in case of limited companies & registered Co-Op. Societies or organizations . The
information is to be submitted in proforma 1 (a) and 1(b) as enclosed in section-II for completed and ongoing
works respectively . Information given in any other format than prescribed. shall not be taken into account for
calculating value of “A”.
2) Ascertained from balance sheet of last 7 years duly certified by the Chartered Accountant.
The submission of information in (1) and (2) above is obligatory. In case of non submission of any one or both, it
shall be concluded that contractor does not have adequate Bid Capacity and shall not be considered for pre
qualification.
B = Value of existing commitments and 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
should be countersigned by the Engineer-in-charge not below the rank of Executive Engineer of the concerned
Department). The Value of B shall be ascertained from the certificate as prescribed in proforma 1(b) and statement
No.2 enclosed in Section-II.
N=Number of years prescribed for completion of the civil work for which the bids are invited.
(Note :- Please mention the reference in enclosed proforma /Annexure from where the values of A & B have been
taken.)
Only those applicants who has satisfy the minimum criteria as stated in para 6.1 of Annex –A will be
evaluated for prequalification.
1.3.2.
EVALUATION CRITERIA FOR THE PRE QUALIFICATION :
A) Pre-qualification of prospective tenders is to be done to ensure that final bids for the work are received from well
established contractors with experience and capability for executing this work. Any applicant, who is able to
satisfactorily establish that he / they can undertake the work and complete it within this stipulated time, will be able
to get pre-qualified. The evaluation for pre-qualification of the applicants shall be approved by a committee as
mentioned in para-7 of Annex-A. The evaluation committee shall have freedom to ask for clarifications and further
related information from the applicants, check reference and make inquiries in respect of works of prospective
tenderer.
B)
The evaluation authority will evaluate the submitted pre-qualification information by scoring evaluation
method for the works costing, more than Rs. 50 Crores. Once the applicant gets through the
Minimum Eligibility Criteria. In order to get pre-qualified, the applicant bidder must score at least 80 % (Eighty
percent) points in each of first four (4) categories given below and 80 % (Eighty percent) points (i.e. 160 points.) in
overall.
Contractor
No. of correction
President
Chief Officer
18
PMC Jagprayag Infrastructures Pvt.Ltd.
The pre-qualification shall be decided on the basis of satisfying the minimum eligibility criteria and score
evaluation method. & other information submitted by the applicant. The allotted score for the various information
submitted by the applicant is as below.
Sr. No.
Particulars.
Points
a
General Experience & similar type of work
50
b
Financial strength
50
c
Equipment Adequacy
50
d
Adequacy of Personnel Capability
30
e
Quality control
applicant
Total
arrangement
by
the
20
200
The other evaluation shall be include
1) record of completing the work in time
2) Quality Control arrangement by the applicant.
c) The evaluation will be done from the information submitted by the bidder. The various formats for
giving information are given in Section-II Bidder is expected to go through these formats carefully and
submit the information properly. The pre-qualification information booklet should be indexed and paged.
The evaluation for prequalification is to be done for the eligible applicants who satisfy minimum criteria. it
will be, Therefore, advisable that applicant shall given a short note ( Please refer proforma 6 of
section II ) explaining how he is eligible and fulfills the criteria by giving reference of the information given
in booklet.
D) The evaluation procedure, allocations is as stated in paras 8 of Annex-A, the evaluation will be done with
greatest care by allocating points under various heads to help to judge overall capability and fitness of the
applicant.
E) The contractor, if the work is awarded to them will have to provide adequate quality control testing
laboratory.
1.3.3.
1.3.4.
1.3.5.
1.3.6
1.3.9
Contractor
If an applicant is judged to be financially unsound, he would be disqualified.
In case the number of qualifying applicants are less than three, the committee may use its
discretion to relax the appropriate criteria with a view to qualify at least three applicants and thus
ensure adequate competition in tendering.
Necessary information will be collected from the details furnished in proforma and additional
information may be called for at discretion of the committee.
The decision of evaluation committee will be final & binding on the applicants. No correspondences
will be entertained in this regard. Only the eligible contractors who becomes successfully
prequalified will be informed by registered post or by telegraphically of Chief Officer, UDGIR
Municipal Council, UDGIR and pre qualified contractor will be eligible for getting tender
document.
NO EVALUATION WILL BE DONE :
No. of correction
President
Chief Officer
19
PMC Jagprayag Infrastructures Pvt.Ltd.
i) If the information given in Section-2, Proforma 1 to 14 and Statement 1 to 3 is incomplete
/misleading / false. Such application will be considered as non responsive and will not be considered for
eligibility.
ii) If the record of poor performance such as abandoning work, not proper completing contract, inordinate
delays in completion and financial failure. The contractor shall give the undertaking to this regard in proforma12 and enclose with the pre qualified document
iii) If the applicants does not fulfill the criteria for eligibility laid down in para 6 of Annex -A.
a) If the applicant fails to submit attested copies of documents by Gazette officer/and also self attested with
name or the attesting person in bracket below the signature in addition to the attestation by gazette officer .
b) All documents shall be self attested by the bidder and should mention the name in bracket below the
signature.
iv) If the applicant fails to submit of any of the following documents/ certificate –
a. Maharashtra Sale Tax Registration / Value Added Tax Registration certificate under Works Contract tax
Act.
b. Professional Tax clearance Certificate.
c. Documentary proof of plant and equipment owned by applicant as mentioned in proforma 4 (a).
d. Copy of valid registration with PWD (GOM). & Udgir Municipal council Udgir.
v) If not presented neatly and readable manner.
vi) Contractor shall required to produce all original documents mentioned in pre qualified document when
asked to do so. if he fails to produce original documents on specified date in that case pre qualified document
submitted by contractor shall be rejected and not considered for further evaluation.
vii) If applicant does not submit information in the prescribed format.
ix) If the applicant does not submit Pre Qualification document properly as per procedure given in para 1.2(
Method of applying).
x) Those contractor whose tender document purchase original D.D. should not submitted before two
days of opening of tender bid will not be evaluated.
ANNEX-A
A.
SCOPE OF WORK :
The work consist of entirely in the limit of UDGIR Municipal Council the work involves execution of
Construction of Proposed Construction of R.C.C. Road in UDGIR Municipal Council UDGIR. The main
items of these tender to be executed are as below.
Sr. No.
Item
Unit
Quantity
1
Excavation in Soft & hard strata
TCM
109.03
2
WBM II & III
TCM
64.95
3
Cement Concrete PQC
TCM
43.23
Cement Concrete M-15, M-20,M-25
TCM
33.79
Steel
MT
1193.13
4
Remaining Items Qty. are as per Estimated Qty. TCM= Thousand Cubic meter
B.
INFORMATION ABOUT WORK SITE:
The information on following points is given in this Annex
Contractor
No. of correction
President
Chief Officer
20
PMC Jagprayag Infrastructures Pvt.Ltd.
1. Location of Work :- UDGIR
2. Nearest Railway Station :- UDGIR which is 01 kms away (in city)
3. Roads:- Approachable by all weather roads
4. Telephone & Telegram facility :- At UDGIR
5. Petrol & Diesel pumps :- UDGIR
6. Land Acquisition :- Not Required
5. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME.
4.1 Period of completion
: 18 Months
4.2 Construction Programme of Major Items to be executed.
Year
First Year
5.
Excavation(TCM)
73.03
:
Concrete(TCM)
514.00
Steel(MT)
800.00
Half Year
36.00
256.20
393.13
Total
109.03
770.20
1193.13
DATA FOR FILLING STATEMENT / PROFORMA 1(a), 1(b). 1(c)
5.1
Date of calculating balance cost of the work
in hand of the bidder for Statement-2
5.2 The period of calculating value of the works
in hand of the bidder which he has to complete
vide Statement-2
5.3 Items for which information about quantities
executed is required for use in Performa
1(a),1(b)and 1(c)
5.4
:
:
18months ( including monsoon )
: 1) excavation
: 2) WBM II & III
: 3) Cement Concrete
: 4) Steel
The Seven year period (for use in statement 1.)
Year No.
VIIth
VIth
Vth
IVth
IIIrd
Iind
Ist
Present Year
Year
2006-2007
2007-2008
2008-2009
2009-2010
2010-2011
2011-2012
2012-2013
2013-2014
For proof of firm, contractor shall submit 1st registration in present category of class with Competent
Authority .( like registration with P.W.D. / the registration of firms / partnership deed etc.) & registration
with municipal council udgir.
5.6
Contractor shall produce certificate from Chartered Accountant in support of present debt equity
ratio, Bank guarantee, overdrafts along with its calculation sheet.
5.5
6.
MINIMUM ELIGIBILITY CRITERIA FOR PRE QUALIFICATION :
The applicant shall meet the following minimum criteria. Only those applicants who satisfy the
Contractor
No. of correction
President
Chief Officer
21
PMC Jagprayag Infrastructures Pvt.Ltd.
Minimum criteria of eligibility as stated below will be qualified.
6.1
EXPERIENCE OF WORK EXECUTION
GENERAL EXPREIENCE :
The contractor/ the applicant bidder should have executed prescribed minimum quantity of following main
items of work in during last 7 Years in one single work of similar type of work in city area.
1
.
2
.
3
.
Excavation
100.00 TCM
WBM II & III
30.00
TCM
Cement Concrete PQC
35.00
TCM
Cement Concrete M-15, M-20, M-25
4
Steel
.
15.00 TCM
650.00 MT
BID CAPACITY:
Certificate from charted accountant shall be attached.
The required bid capacity for this work is Rs 69.878 Crore.
6.2
ANNUAL TURNOVER :
The applicant bidder should have attained Minimum average annual turnover not less than of Rs 51.00 Crore
(excluding advance such as machinery /mobilization advance etc during last Seven years.
6.3
EXPERIENCE OF SIMILAR WORK :
The Contractor should have successfully executed at least one similar type of work in city area having cost
not less than Rs.42 Crore and having main items of work such as excavation, WBM II & III, concrete work,
steel,( Main items of this tender) in a single contract. Updated to today’s cost by enhancement formula.
7.
COMPOSITION OF THE EVALUATION COMMITTEE
The evaluation Committee for pre qualification of applicants shall be as below.
1.
2.
3.
4.
5.
Chief Officer,
UDGIR Municipal Council, UDGIR.
President
UDGIR Municipal Council, UDGIR.
Accountant
UDGIR Municipal Council, UDGIR.
Municipal Engineer,
UDGIR Municipal Council, UDGIR.
Internal Auditor
UDGIR Municipal Council, UDGIR.
Chairman
Director
Member
Member Secretary
Member
The committee shall have freedom to ask for clarification and further related information
from the applicants, check references and make enquiries in respect of works of prospective
tendere
Note : If the required manpower and equipments are not readily available, the contractor shall give
the commitment to comply the requirement prior to start of work. Then only the bidder should be
considered as qualified for the work.
Contractor
No. of correction
President
Chief Officer
22
PMC Jagprayag Infrastructures Pvt.Ltd.
1)
The bidder should submit the performance certificate of having been quality assurance setup
deployed in previous similar nature of work.
2)
The graduate engineer should have experience work of quality assurance work for minimum
one year or the diploma holder should have experience work of quality assurance work for
minimum three year.
a) The Laboratory Assistant should have passed ITI certificate course (ie. Civil Draftsman,
Surveyor, Building Supervisor or Architectural Draftsman) with one year experience.
8.
EVALUATION PROCEDURE:
The evaluation committee will evaluate further the prequalification documents of the tenderers who
have passed the minimum eligibility criteria as per para 6.0 of Annex. A of the section by allocation
points for particulars tabulated in para 11(8.0 to 8.6 ).
8.1 (a) GENERAL EXPERINCE REQUIRED
Sr. No.
Item works
Unit
Quantity T cum
1
Excavation
T cum
100.00
2
WBM II & III
T cum
30.00
3
Cement Concrete PQC
T cum
T cum
30.00
MT
650
Cement Concrete M-15, M-20,
M-25
4
Steel
Quantity
Executed T cum
35.00
b) SUCCESSFUL EXPERIENCE OF SIMILAR WORK IN CITY AREA :
Sr. No.
Particulars
1
The Contractor should have successfully executed at least one
similar type of work in city area in a single contract having cost not
less than Rs. 42.00 Corers & main items of work such as
Excavation, WBM II & III, Concrete & Steel.
8.2
FINANCIAL CAPACITY :
Sr. No.
Particulars
1
Annual turnover
For firms having average annual turnover equal to or greater than amount
shown at 6.3 Annex- A
2
Bid Capacity (Annex. A para 6.2)
a) if bid capacity is equal to the required value.
b)additional one point for every Rs. 5 corers.
above the required value
Contractor
No. of correction
President
Chief Officer
23
PMC Jagprayag Infrastructures Pvt.Ltd.
3
Duration of existence of firm
a) if more than 7 years
b) if more than 5 years but less than 7 years.
c) if more than 3 years but less than 5 years.
4
Debt/ Equity (defined as Deb/ Equity) Certified from C.A.
if ratio is upto 1:1
.
a) if ratio is more than 1:1
Bank Guarantee
a) Without Bank Guarantee
b) With Bank Guarantee limit between 60% to 100 % Overdrafts
a) If not enjoyed
b) If enjoyed
5
6
8.3
EQUIPMENT CAPABILITY- Total Points- 50 as below.
Points will be awarded on the basis of machinery owned by the contractor. Documentary proof of
machinery/ equipments owned by the contractor is necessary. (Minimum requirement as shown in
Para 9 of Annex. A)
1.
Excavators (Poclain / JCB)
Four Number
2.
3.
4.
5.
Ready Mix Concrete Plant 30cum / hr.
Transit Mixers capacity 6 cum
Concrete Paver (fix form)
Vibratory Roller 10 tone capacity
Vibratory Roller 3 tone capacity
Static Power roller
Tippers
Concrete Vibrator (Pin Needle)
Concrete Vibrator (Plate)
Water Pumping sets (5 HP each)
Front End loaders
Water Tanker
Mobile Crane (hiring/ owned)
Air Compressor
Generators Set
Aggregate crushing & screening plant
Joint Cutting Machine
Two Number
Six Number
One Number
Three Number
One Number
Two Number
Five Numbers
Ten Numbers
Five Numbers
Two Sets
Three Numbers
Five Number
One Numbers
Two Numbers
Three Numbers
One Numbers
Two Numbers
6.
7.
8.
9.
10.
11.
12.
13.
14
15
16
17
Contractor
No. of correction
President
Chief Officer
24
PMC Jagprayag Infrastructures Pvt.Ltd.
18
19
screed vibrator
Fully Equipped site laboratory
Five Numbers
One Set
More weight age would be given if more than 80 % of total required machinery is owned by the
contractor. (Documentary proof should be enclosed.).
8.4
ADEQUACY OF PERSONNEL CAPACITY
Sr.No.
1
a) Project Manager
Project Manager with 10 years experience.
2
b) Site Staff as below
Site Engineers, B.E. Civil – 2
Quality control engineer B.E. Civil – 2
Site Engineers, D.C..E. Civil – 2
Supervisory Technical Staff 10 No.
3
8.5
Equipment Type
MAN POWERSr.
No
Particulars
1.
Quality control Engineer (Graduate with 3 year OR D.C.E with 7 years
experience in testing for Q.A)
2.
Laboratory Assistant (ITI certified course and 1 years experience)
8.6 EQUIPMENTS FOR TESTING
Sr.
Test
No.
(a) Embankment
Contractor
No. of correction
Reference
President
Nos.
Chief Officer
25
PMC Jagprayag Infrastructures Pvt.Ltd.
1) Field Density
i) Sand replacement
ii) Core cutter
As per PWD Hand
Book.
2) Moisture content test
3) Standard proctor test
(b)
4) Relative density test
Concrete/Masonry
1)Sieve Analysis
2) F.M. of Sand
3) Silt Content of Sand
4) Slump Test
5) Compressive strength
6) Core Extractor
Note : ) If the required manpower and equipments are not readily available, the contractor shall give the
commitment to comply the requirement prior to start of work. Then only the bidder should be considered as
qualified for the work.
2)The bidder should submit the performance certificate of having been quality assurance setup
deployed in previous similar nature of work in city area.
3)The graduate engineer should have experience work of quality assurance work for minimum one
year or the diploma holder should have experience work of quality assurance work for minimum
three year.
a) The Laboratory Assistant should have passed ITI certificate course (ie. Civil Draftsman, Surveyor,
Building Supervisor or Architectural Draftsman) with one year experience.
9.
LIST OF MACHINERY REQUIRED FOR THIS WORK:
The list of Minimum Machinery that is expected to be available with the contractor.
1.
Excavators (Poclain / JCB)
Four Number
2.
3.
4.
5.
Ready Mix Concrete Plant 30cum / hr.
Transit Mixers capacity 6 cum
Concrete Paver (fix form)
Vibratory Roller 10 tone capacity
Vibratory Roller 3 tone capacity
Static Power roller
Tippers
Concrete Vibrator (Pin Needle)
Two Number
Six Number
One Number
Three Number
One Number
Two Number
Five Numbers
Ten Numbers
6.
7.
8.
Contractor
No. of correction
President
Chief Officer
26
PMC Jagprayag Infrastructures Pvt.Ltd.
9.
10.
11.
12.
13.
14
15
16
17
18
19
10.0
Concrete Vibrator (Plate)
Water Pumping sets (5 HP each)
Front End loaders
Water Tanker
Mobile Crane (hiring /owned)
Air Compressor
Generators Set
Aggregate crushing & screening plant
Joint Cutting Machine
screed vibrator
Fully Equipped site laboratory
Five Numbers
Two Sets
Three Numbers
Five Number
One Numbers
Two Numbers
Three Numbers
One Numbers
Two Numbers
Five Numbers
One Set
Information regarding work in Hand in Performa 1 (b)
Contractor has to furnish information of all the incomplete works as work in hand (till the date of
submission of PQD)
If at any time (before issue of work order) if it is found that contractor has not included any
incomplete work / works, whether knowingly or unknowingly in proforma 1 (b), the contractor will
summarily disqualified/ his PQD. will not evaluated/ tender will not evaluated. / tender will be
rejected.
SECTION – II
Contractor
No. of correction
President
Chief Officer
27
PMC Jagprayag Infrastructures Pvt.Ltd.
PREQUALIFICATION INFORMATION
LETTER OF TRANSMITTAL
To,
Chief Officer,
UDGIR Municipal Corporation,
UDGIR.
Subject :Submission of Pre- qualification application for the work of Construction of
Concrete. Roads, Drains, Foot Path & Road Dividers & tree plantation in City Area UDGIR.
Dear Sir,
Contractor
No. of correction
President
Chief Officer
28
PMC Jagprayag Infrastructures Pvt.Ltd.

Having examined the details given in invitation and technical note for the above mentioned
work.

I/ (We) hereby submit the Pre-qualification information and relevant documents.

I/ (We) hereby certify the truth and correctness of all statements made and information
supplied in the enclosed statements 1 to 3 and Performa 1 to 14

I/ (We) have furnished all information and details necessary for Pre-qualification as
bidder(s) and that no further information remains to be supplied.

I/ (We) authorize the project authorities to verify the correctness thereof as well as to
approach any Govt. department individuals, employees, firms and/ or corporation to verify
correctness of information and certificate submitted by me/ us. to prove my/our competence and
general reputation.

I/ (We) submit the following certificate(s) in support of our eligibility, technical know how,
capability and having successfully completed the works from the client/owners of respective works.
1.
2.
3.
Encl.
Seal of applicant :
Signature of Applicant contractor
Date of Submission :
Contractor
No. of correction
President
Chief Officer
29
PMC Jagprayag Infrastructures Pvt.Ltd.
2.1
STATEMETNT NO.1
Statement for determining Value of “A” i.e. maximum value of Civil Engineering Works.
Sr.No.
1
Name of work
Value of Civil Engineering works done during the year ( Excluding advance such as
mobilization advance and machinery advance etc.) Rs. in Lakhs.
VIth Year
Vth Year
IVth Year
IIIrd Year
2
VIIth
Year
3
Ist Year
Total
7
IInd
Year
8
4
5
6
9
10
Factor for updating
1.94
1.76
1.60
1.46
1.33
1.21
1.1
Updated Value of work
Note:
1) For number of years please refer Para 5.4 of Annex A to Section 1
2) Figures in Col.3 to 7 should be supported by certificates given by Executive Engineer, in case of Govt./Semi Govt.
Works
and by project authorities in all other cases.
3) The maximum value of Civil Engineering works (A) executed in a year shall be minimum of the following.
a) ascertained from the Certificates mentioned above.
b) ascertained from the total contract amount received by the contractor. For this, he shall submit the balance sheets
of last seven years duly certified by the Chartered Accountant.
Contractor
No. of correction
President
Chief Officer
30
PMC Jagprayag Infrastructures Pvt.Ltd.
Year
Turnover from
Certificates.
Work
Done Balance Sheet Amount
2006 - 07
2007 - 08
2008 - 09
2009 - 10
2010 - 11
2011-12
2012 -13
Contractor
No. of correction
President
Chief Officer
Ref to page No.
31
PMC Jagprayag Infrastructures Pvt.Ltd.
2.2
STATEMETNT NO.2
Statement for determining Value of “B” i.e. value of existing commitments and ongoing works to be completed in the period stipulated for
completion of the work Certificates regarding this will be required to be Countersigned by the Engineer-in-charge.
SName
rwork
.
N
o
.
1
of Month & Amount of Revised
Year of contract
tender cost
commenc
ement of
work
2
3
4
5
Period of Schedule
Balance
Value
of Reference
completion date
of cost as on works to be page No. of
completion date given completed
certificates.
in Annex- between
A Para5.1
period
given
in
Annex-A
Para 5.2
6
7
8
9
10
Note: Figures in Col.3 to 9 should be supported by certificates issued by Executive Engineer, in case of Govt./Semi
Govt.
Works and head of offices in case of other organizations and project authorities in all other cases.
Certified that the above information is true and correct to the best of my knowledge and belief.
Contractor
No. of correction
President
Chief Officer
32
PMC Jagprayag Infrastructures Pvt.Ltd.
2.2(a)
STATEMENT NO.3
Statement showing the similar type of work carried out by the contractor in last Seven years.
Sr.No.
Name of similar Agreement No.
type of work
1
Contractor
2
3
No. of correction
Amount of work Date
done
completion
work
4
5
President
of Concerned
Proforma 1(a)of Remarks.
of Executive
similar type of
Engineer’s office work attached.
Name
and
address & Tel
No.
6
Chief Officer
7
8
33
PMC Jagprayag Infrastructures Pvt.Ltd.
2.3 (a)
PROFORMA-1
(SEPARATE INFORMATION FOR EACH WORK)
For the work completed/under progress As on 31-08-2013
CERTIFICATE
01
Name of work
2.
Estimated Cost
3.
Agreement No
4..
Name of Contractor
5.
Tendered Cost.
6.
Date of work order.
7
Stipulated period of completion
8
Schedule date of completion
9
Extension granted
1st
2nd
3rd
10
final Date of completion
11
.Revised Cost of work
12
Cost of work executed
13
Balance amount of work
14
Reasons for non completion of
work in schedule period of
completion
15
Whether
any
penalties/stop
notices/compensation
liquidated
damages imposed
Contractor
No. of correction
--
President
Chief Officer
34
PMC Jagprayag Infrastructures Pvt.Ltd.
16. Details of work done
Earthwork
WBM II & III
Concrete
Cost of work
M3
M3
( M3)
( Rs: Lakhs)
Tendered Qty
Revised Qty
Executed Qty
Balance Qty
1
7
Remarks of Executive Engineer about the
Contractor
working
style
quality
consciousness, tendency of claims arbitration
Outward No.
Date
Seal
( E.E. Stamp with Name )
Contractor
No. of correction
President
Chief Officer
35
PMC Jagprayag Infrastructures Pvt.Ltd.
2.4 PROFORMA-1 (a)
Details of the works completed
( Separate information for each works)
0Name of work
1
0
Agreement
No. & Year
2
0
Place
and country
3
0
Total
tendered cost
(4 Rs. in Lakhs)
of
work
0Brief description of works including
5
principal
features and quantities of
main items of the work
06
Annual Turnover
Items
U
n
i
t
Quantities executed (Certificate of
concerned authorities is essential )
Physical
Financial
6
Rs. in Lakhs
Financial
.
turnover in lakhs
defined
2
as billing for works
(excluding
advance
payments
such
as
mobilization
and
machinery
advance
received) duly certified by
concerned authorities.
Contractor
R
s
.
i
n
L
a
k
h
s
No. of correction
President
Chief Officer
36
PMC Jagprayag Infrastructures Pvt.Ltd.
0period of completion
7
a) Date of commencement
b) Original stipulated period of completion
c) Scheduled date of completion
d) Expected date of completion
e) Actual period taken for completion
f) Certificate of concerned authority
regarding completion of work if completed
in time(Y/N)
g) Reason for non completion of work in
stipulated time limit if so.
8Where there any
penalties /fines/stop
notices /compensation /liquidated damages
imposed (Yes or No) (if yes, give amount
and explanation)
9Name, Designation, and complete address
with whom the contents of the proceeding
paragraphs 1 to 8 could be verified.
1
Name
of applicant’s Engineer-in-charge of
0 work and educational qualification
the
1
Give
details of your experience in monthly
1
placement
of important items such as those
in Annex-A
1
Give
details of your experience in
2
mobilizing
large value contract with modern
technology on the deployment of latest
heavy construction equipment.
1Details of quality control arrangement made
3 the contractor of his own on these works.
by
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
37
PMC Jagprayag Infrastructures Pvt.Ltd.
2.5 PROFORMA-1 (b)
Details of the works in hand
(Separate information for each works)
01
02
Name of work
Agreement No. & Year
03
Place and country
04
Total tendered
( Rs. in Lakhs)
05
Brief description of works including
principal features and quantities of
main items of the work
06
cost
of
Annual Turnover
Items
work
Quantities
executed
(Certificate
concerned authorities is essential)
Physical
6
.
1
Item as stated in Annex-A
Para5.3
1. Excavation
2.WBM II & III
3.Concrete PQC
Concrete M-15, M-20, M25
Financial
6
turnover
.
2
R
s
.
i
n
L
a
k
h
s
Contractor
No. of correction
President
Chief Officer
of
38
PMC Jagprayag Infrastructures Pvt.Ltd.
0i) percentage of physical completion
7
ii) Cost of work completed
iii) Revised tender cost
iv) Balance cost on the date stipulated
( Refer Para 5.1 in Annex-A)
v) Stipulated date of completion
vi) Anticipated date of completion
8Whether work progress is as per tender
programmer (Yes/No) , If not, explain the
reason
9Expected year wise programme of
completion (For year refer Para 5.4 of
Annex-A)
i)
Present Year
ii)
Next Year
1Were there any fines , claims or stop
0
noticed
field by the Employer (Yes/No)
1
Details
of quality control arrangement made
1 the contractor of his own on these works.
by
1
Name
, Designation and complete address
2
with
whom the contents can be verified.
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
39
PMC Jagprayag Infrastructures Pvt.Ltd.
2.6
Year wise quantities executed on completed and ongoing works during past 7 years. .
Year
S
r
.
N
o
.
Items as per Annex-A
1
2
Total
Ref
financial turn page
over Amount No.
Rs. in Lakh
3
4
5
Fifth
1 Year
Completed
Ongoing
Total
Fourth
2
Year
Completed
Ongoing
Total
Third
3 Year
Completed
Ongoing
Total
Second
4
Year
Completed
Ongoing
Total
First
5 Year
Completed
Ongoing
Total
Any
6 time before 5 years
completed.
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
40
PMC Jagprayag Infrastructures Pvt.Ltd.
2.7 PROFORMA-2
FINANCIAL STATEMENT
( To be given separately for each Partner in case of Joint Venture )
1
Capital
Authorized
a
)
Issued
b and paid up
)
2
.
Date
a of incorporation of the firm
)
Duration
b
of existence of the firm
3
Furnished balance sheet and profit
and loss statement with Auditor’s
report for the last SEVEN years, it
should interalia with the following
information
Your
i working capital
)
ii)
Your Turnover on Civil Engineering works.
Year as stated in Amount of turnover Multiplying
Annex-A
during the year Factor
(Rs. in lakhs)
1
2
3
VIIth Year
1.95
VIth Year
1.77
Vth Year
1.61
IVthYear
1.46
IIIrd Year
1.33
IInd Year
1.21
Ist Year
1.1
Contractor
No. of correction
Amount of turnover brought to
current price level ( by multiplying
amounts in col.2 by factor give in
Col.3 ( Rs. in lakhs)
4
President
Chief Officer
41
PMC Jagprayag Infrastructures Pvt.Ltd.
iii)
Your Gross Income
Year
Gross
Income
(Rs.in lakhs)
Year
Gross Income
lakhs)
IVth
IIIrd
IInd
Ist
VIIth
VIth
Vth
Total liabilities
1
2
3
4
5
6
7
8
9
10
11
12
13
aCurrent Ratio
)
1Current Assets (Rs. in lakhs)
2Current liabilities ( Rs. in lakhs)
Total liabilities to net worth
Debit equity ratio
(Defined as Debit/Equity)
What is maximum value of project that you
can handle ( Rs. in lakhs )
Have you ever denied tendering facilities by
any Govt. Dept./Public Sector undertaking (
Give details)
What are your source of finance
( Please
give complete details, Bank reference also)
Certificate of financial soundness from
Bankers of applicant.
Furnish the following information for last
five years (duly certified by the respective
Banks)
aBank Guarantee limit enjoined by the firm
) during each of the last seven years with Bank
wise break up.
bPortion of Bank Guarantee already utilized
) as on date of application.
Overdraft limits enjoyed during each of the
last seven years with Bank wise break up (
Rs. in lakhs.)
Name and address of Bankers to whom
reference can be made .
Have you ever been declared bankrupt( if
yes, please give details)
1:1
Govt. Dept.
Contract & Share
10 Cover
Not Engaged
Certified that the above information is true and correct to the best of my knowledge and belief.
Contractor
No. of correction
President
Chief Officer
(Rs.in
42
PMC Jagprayag Infrastructures Pvt.Ltd.
2.8
PROFORMA-3
RESOURCES: PERSONNEL
( Please give details of Key Technical & Administration Personnel in the following proforma )
1
Details of the Board of Directors
a)
Name of Directors
b)
Organization
c)
Address
d)
Remarks
2
a)
Details of Key Technical and
Administrative
personnel
and
consultant and supervisory technical
staff which the applicant will
employ on the proposed work
Individual’s Name
b)
Educational Qualification
c)
Details of training given for each
type of work
Present position of office
d)
e)
Professional experience and number
of years of experience on similar
work
Years with applicant.
f)
Language known
g)
Distribution of above personnel on
works in hand and on this work for
which applied for pre-qualification
Remarks
h)
i) 3
Contractor shall submit a valid and
current license issued in his favor
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 and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
43
PMC Jagprayag Infrastructures Pvt.Ltd.
PROFORMA-3 A
EXPERIENCE CERTIFICATE OF PROJECT MANAGER / PROJECT ENGINEER
Name of Manager :Qualification :Year of passing :Period
experience
of Name of Firm
Postal Address of Phone No.
Firm
E-Mail Address
Certificate :- I will produce proof of above experience at any time when asked to do so.
Signature of Manager/Project Engineer.
Contractor
No. of correction
President
Chief Officer
44
PMC Jagprayag Infrastructures Pvt.Ltd.
2.9 PROFORMA-4
RESOURCES: PLANT & EQUIPMENT
Sr.No.
Item of execution Machinery with Machinery to be Machinery to be used for this work
as
stated
in contractor
deployed
for
Annex-A
other works
Machinery
Owned
Hire
Type
Type
N
NType
Type
N
No.
o
o
o
.
.
.
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
45
PMC Jagprayag Infrastructures Pvt.Ltd.
2.10 PROFORMA-4(a)
Details of plant and Equipment owned by the contractor which shall be used for construction
of said wok in the following Proforma
( Separate information for each type of equipment is required. Colour photograph of each machine which is
costing more than Rs. 10 Lakhs shall be enclosed.)
1
2
3
4
5
6
7
8
9
10
11
12
13
iv)
14
Name of Equipment
Number of Units
Make & Year of Manufacture
Source from where procured
Production Capacity
Type of prime mover
Horse Power /K.V. of prime mover
Normal lift plant hours specified by the
Manufacturer
Number of actual working hours put in by the
machine
Present Location
Availability of equipment for this work
If machine is costing more than 10 lakhs attach
colored photographs.
The Contractor shall have to attach the
documentary proof in respect of machinery owned
by him as below.
R.T.O. Registration
Certificate of taxation
Goods carriage Permit in From P –Gd C (see Rule
72(i)7)
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.
Remark
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
46
PMC Jagprayag Infrastructures Pvt.Ltd.
PROFORMA-4(b)
Details of Additional plant and Equipment’s which shall be produced by the
applicant for this work in the following Proforma
( Separate information for each type of equipment.)
Name of Equipment
1
2
Number of Units
3
Kind of Make
4
Country of Origin
5
Capacity
6
Approximate cost Rupees in Lakhs.
7
How the equipment is proposed to be
procured
and
give
details
of
source/manufacturer
8
Remarks
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
47
PMC Jagprayag Infrastructures Pvt.Ltd.
2.12
PROFORMA-5
STRUCTURE AND ORGANISATION
1
2
3
4
5
6
7
8
Contractor
Name of Applicant
Nationality of Applicant
Office Address
Telegraphic Address
Telephone No.
Fax No.
Email ID
Year
a established ( When and where) and legal name
as formed
)
individual /Firm/Company.
Class
b of registration with P.W.D. Government of
Maharashtra
)
Class of registration with Udgir Municipal Council
Udgir.
Whether the Applicant’s is
An aindividual .
)
A Proprietary
b
Firm
)
A limited
c
company or corporation
)
A member
d
of a group of companies ( if yes, give
name
) , address, connections and description of other
companies.)
A Subsidiary
e
of a large organization (if yes give
name
) and address of the organization ) If the
company is subsidiary what involvement, if any will
the parent company have in the project.
Attach the organization chart showing the structure
of the organization including the positions of the
directors and key personnel.
What best describes you
Engineers
a
and Contractors
)
Consulting
b
Engineers & Contractors
)
If other,
c
please specify.
)
Number of years of experience
As a prime contractor
)
In own
i country
)
Internationally
i
( Specify country)
i
No. of correction
President
Chief Officer
48
PMC Jagprayag Infrastructures Pvt.Ltd.
)
In abJoint Venture
)
In own
i country
)
Internationally
As a Sub Contractor
In own country
Internationally
9
10
11
12
13
14
15
16
17
18
How many years has your organization been in
business under your present name. And what were
your fields when you established your organization .
When did you add new fields ( if any)
Were you required to suspend construction for a
period of more than six months continuously after
you started. If so , the reasons thereof.
Have you ever failed to complete any work awarded
to you ( If so which, where and why)
In how many projects have you asked arbitration
after ratification ( if so, when, where, and why) and
how many cases settled in your favor.
In how many projects you were imposed penalties
for delay..
Have any key personnel of partner of your
organization ever been an officer or partner of some
other organization that failed to complete the
construction contract.(if so, state name of individual
/ other organization )
Have any key personnel of partner of your
organization ever failed to complete contract.
awarded in his name .
In what fields do you claim specialization and are
interested to work
Give details of your experience in modern concrete
technology and work for manufacturing and quality
control
Give details of your material testing laboratory and
mobile laboratories
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
49
PMC Jagprayag Infrastructures Pvt.Ltd.
2.13
PROFORMA-6
ADDITIONAL INFORMATION
1. Please add any further information which :
The applicant considers relevant in regard
to his capabilities.
2. Please give a brief note indicating how the :
the applicant considers himself eligible for
pre-qualification for the work.
Certified that the above information is true and correct to the best of my knowledge and belief.
Signature of Contractor
Contractor
No. of correction
President
Chief Officer
50
PMC Jagprayag Infrastructures Pvt.Ltd.
2.14
PROFORMA-7
( Declaration of contractor regarding poor performance )
To,
Chief Officer,
UDGIR Municipal Council,
UDGIR.
Sir,
I, ....................................................................................................(contractor) declare that during
the last two years from the date of this undertaking.
1.
As a contractor. I have never been penalized for any work carried out by me nor I have been
blacklisted by any Govt. Dept .previously.
2.
I have not abandoned any work for reasons attributable to me.
3.
I have not delayed completion of any work for reasons attributable to me.
I undertake that the above information is true to the best of my knowledge and belief. I am fully aware
that my 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.
Signature of Contractor.
Contractor
No. of correction
President
Chief Officer
51
PMC Jagprayag Infrastructures Pvt.Ltd.
2.15
PROFORMA-8
CHECK LIST OF DOCUMENTS
QUALIFICATION DOCUMENTS.
( TO BE FILLED IN BY CONTRACTOR )
Sr.No
SUBMITTED ALONG WITH PRE-
Name of Document
Page No. of Contractor
submitted document
1
2
3
4
5
6
7
8
9
10
Signature of Contractor.
Contractor
No. of correction
President
Chief Officer
52
PMC Jagprayag Infrastructures Pvt.Ltd.
{ÉÊ®úʶɹ`ö - +
|ÉÊiÉYÉÉ {ÉjÉ
¨ÉÒ / +ɨ½þÒ ªÉÉuùÉ®äú +ºÉä xɨÉÚnù Eò®úiÉÉä EòÒ, ¨É½þÉ®úɹ]Åõ
xÉMÉ®ú{ÉÊ®ú¹Énù, xÉMÉ®ú {ÉÆSÉɪÉiÉÒ ´É +ÉètÉäÊMÉEò xÉMÉ®úÒ
+ÊvÉÊxÉªÉ¨É 1965 SÉä Eò±É¨É 16 (1) (+ɪÉ) ´É Eò±É¨É 44 (1) (¤É) iÉ®úiÉÖnùÒSªÉÉ,
VªÉÉ JÉɱÉÒ =nùvÉÞiÉ
Eäò±É䱪ÉÉ +ɽäþiÉ. ¨ÉÉʽþiÉÒ +ɽäþ +ÉÊhÉ MÉƦÉÒ®ú{ÉhÉä xɨÉÚnù
Eò®úiÉÉä EòÒ, xÉMÉ®ú{ÉÉʱÉEäò¶ÉÒ ËEò´ÉÉ xÉMÉ®ú{ÉÉʱÉEäòSªÉÉ
+ÊvÉxÉ ËEò´ÉÉ xÉMÉ®ú{ÉÉʱÉEäòxÉä ËEò´ÉÉ xÉMÉ®ú{ÉÉʱÉEäòSªÉÉ ´ÉiÉÒxÉä
Eò®úhªÉÉiÉ ªÉähÉÉ-ªÉÉ ºÉÆÊ´Énäù¨ÉvªÉä xÉMÉ®ú{ÉÊ®ú¹ÉnäùSªÉÉ
EòÉähÉiªÉɽþÒ xÉMÉ®úºÉä´ÉEòÉSÉÉ EòÉähÉiÉɽþÒ Ê½þººÉÉ ËEò´ÉÉ +ÉÌlÉEò
ʽþiɺÉƤÉvÉ ËEò´ÉÉ +ɨÉSªÉɶÉÒ ¦ÉÉMÉänùÉ®úÒ xÉɽþÒ.
Eò±É¨É 16 (1) (+ɪÉ) :- ªÉÉ{ÉÖfäø iÉ®úiÉÖÚnù Eäò±ÉÒ +ºÉä±É iªÉÉ´ªÉÊiÉÊ®úHò,
xÉMÉ®ú{ÉÉʱÉEäòSªÉÉ +Énäù¶ÉÉ´É°üxÉ
Eäò±É䱪ÉÉ EòÉähÉiªÉɽþÒ EòɨÉÉiÉ ËEò´ÉÉ xÉMÉ®ú{ÉÉʱÉEäò¶ÉÒ ËEò´ÉÉ
xÉMÉ®ú{ÉÉʱÉEäòSªÉÉ +ÊvÉxÉ ËEò´ÉÉ xÉMÉ®{ÉÉʱÉEäòxÉä
ËEò´ÉÉ xÉMÉ®ú{ÉÉʱÉEäòSªÉÉ´ÉiÉÒxÉä Eäò±É䱪ÉÉ EòÉähÉiªÉɽþÒ ºÉÆÊ´ÉnäùiÉ
ÊVÉSÉÉ º´ÉiÉ:SÉÉ ËEò´ÉÉ +É{ɱªÉÉ
Contractor
No. of correction
President
Chief Officer
53
PMC Jagprayag Infrastructures Pvt.Ltd.
¦ÉÉMÉÒnùÉ®úɨÉÉ¡ÇòiÉ |ÉiªÉIÉ ËEò´ÉÉ +|ÉiªÉIÉÊ®úiªÉÉ EòÉähÉiÉɽþÒ Ê½þººÉÉ
ËEò´ÉÉ Ê½þiɺÉƤÉÆvÉ +ºÉä±É.
Eò±É¨É 44 (1) (¤É) :- {ÉÉʱÉEòÉ ºÉnùºªÉ ¨½þhÉÚxÉ ËEò´ÉÉ xÉMÉ®ú{ÉÉʱÉEäòSªÉÉ
EòÉähÉiªÉɽþÒ ºÉʨÉiÉÒSÉÉ ºÉnùºªÉ
¨½þhÉÚxÉ VªÉÉ EòÉähÉiªÉɽþÒ ¤ÉɤÉiÉÒiÉ Eò±É¨É 16 SÉä {ÉÉä]õ-Eò±É¨É (3),
JÉÆb÷ (+), (¤É), (Eò), (<) ´É (MÉ)
¨ÉvªÉä ´ÉhÉÇxÉ Eäò±ªÉÉ|ɨÉÉhÉä iªÉÉSÉÉ ËEò´ÉÉ iªÉÉSªÉÉ ¦ÉÉMÉÒnùÉ®úÉSÉÉ
|ÉiªÉIÉ ËEò´ÉÉ +|ÉiªÉIÉÊ®úiÉÒxÉä EòÉähÉiÉɽþÒ
ʽþººÉÉ ËEò´ÉÉ Ê½þiɺÉƤÉÆvÉ +ºÉä±É ¨ÉMÉ +¶ÉÉ Ê½þ¶¶ªÉÉSÉÒ ËEò´ÉÉ
ʽþiɺÉƤÉÆvÉÉSÉÒ ËEò¨ÉiÉ EòɽþÒ½þÒ +ºÉÉä, ËEò´ÉÉ
VÉÒiÉ iªÉÉSÉÉ +¶ÉÒ±ÉÉSªÉÉ, |ÉEòiªÉÉÇSªÉÉ ËEò´ÉÉ <iÉ®ú ´ªÉHòÓSªÉÉ ´ÉiÉÒxÉä
´ªÉɴɺÉÉʪÉEòoù¹]õ¬É iªÉÉSÉÉ Ê½þººÉÉ
ËEò´ÉÉ Ê½þiɺÉƤÉÆvÉ +ºÉä±É +¶ÉÉ EòÉähÉiªÉɽþÒ ¤ÉɤÉiÉÒiÉ ¨ÉiÉnùÉxÉ
Eò®úÒ±É.
ÊxÉÊ´ÉnùÉ vÉÉ®úEòÉSÉä xÉÉÆ´É :{ÉkÉÉ :ÊxÉÊ´ÉnùÉ vÉÉ®úEòÉSÉÒ ºÉ½þÒ:ºÉÉIÉÒnùÉ®úÉSÉä xÉÉÆ´É :Contractor
No. of correction
President
Chief Officer
54
PMC Jagprayag Infrastructures Pvt.Ltd.
{ÉkÉÉ :ºÉÉIÉÒnùÉ®úÉSÉÒ ºÉ½þÒ:ÊnùxÉÉÆEò :-
CHECK LIST
(To be filled in by Contractor)
1) Name of Contractor
2) Bid Capacity
3) Turn Over
4) Sale Tax Registration
Yes/ No. (Ref. Page No.
)
5) Labour License
Yes/ No. (Ref. Page No.
)
6) Machinery Proof
Yes/ No. (Ref. Page No.
)
7) P.T. Clearance.
Yes/ No. (Ref. Page No.
)
8) Registration certificate
Yes/ No. (Ref. Page No.
)
Contractor
No. of correction
President
Chief Officer
55
PMC Jagprayag Infrastructures Pvt.Ltd.
Contractor
No. of correction
President
Chief Officer