Sunteți pe pagina 1din 63

1

FOR AUTHORISED USE ONLY

GODAWARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION AURANGABAD

(A GOVERNMENT OF MAHARASHTRA UNDERTAKING)

CHIEF ENGINEER (W.R.) WATER RESOURCES DEPARTMENT AURANGABAD

SUPERINTENDING ENGINEER, BEED IRRIGATION PROJECT CIRCLE, PARLI V.

BID CAPACITY DOCUMENT


Name of work : Construction of Upper Kundlika Medium Project Tq.Wadwani
Dist.Beed Constructing work of Civic aminities in Rehabilitated
villages Rui Pimpala.

EXECUTIEVE ENGINEER
BEED IRRIGATION DIVISION,
BEED
2

TENDER DOCUMENT FOR

Name of Work : Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed


Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala.

Issued To M/s. Shri/ --------------------------------------------------------------------

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

Registered in Class --------------------------------------------------------------------

Vide D.R. No. --------------------------------------------------------------------

On Dated --------------------------------------------------------------------

Divisional Accountant
Beed Irrigation Division Beed.
3

BID CAPACITY DOCUMENTS

NAME OF WORK: - Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed


Constructing work of Civic aminities in Rehabilitated villages Rui Pimpala.
INDEX
.Sr.No. Particulars Page No.
Press Notice 5
Tender Notice 6-12
1.0 SECTION I 13
Information and instructions to applicants 14
1.1.0 General 14
1.2.0 Method of applying 16-17
1.3.0 Definitions 17
1.4.0 Final decision making authority 17
1.5.0 Clarification 17
1.6.0 Particulars provisional 18
1.7.0 Site visit 18
1.8.0 Eligibility & minimum criteria for Bid Capacity 18
1.9.0 Evaluation criteria for Bid Capacity 18
Annexure-A
A. Description of the Project 20
B. Status of the Project 20
C. Climatic Conditions 20
D. Scope of work 20
E. 1. Details of the work 20
2. Information for obtaining documents 21
3. Work and Site conditions. 21
4. Period of completion and programme of work 22
5. Other data for statement and proforma 22
6. Minimum Criteria for Bid Capacity 23
7. Composition of Evaluation Committee. 24
8. Evaluation Procedure and allocation of points 25
9. List of Equipments 27
Annexure-B
Method of applying for Joint Venture Consortia 28-29
2.0 SECTION II
2.1 Letter of transmittal and Annexures 30
2.2. Statement 1 Bid Capacity 31
2.3. Statement 2 Bid Capacity 32
2.4. PROFORMA 1 (a) 33
2.5 PROFORMA 1 (b) 35-36
2.6. PROFORMA 1 ( c) 37
2.7 PROFORMA 2 38-39
2.8 PROFORMA 3 40
2.9. PROFORMA 4 41
2.10 PROFORMA 4 (a) 42-43
2.11 PROFORMA 4 (b) 44
2.12 PROFORMA 5 45-47
2.13. PROFORMA 6 48
4

2.14. PROFORMA 7 49
2.15 PROFORMA 8 50-51
2.16 PROFORMA 9 52
2.17 CERTIFICATE 53
2.18 PROFORMA 10 54
2.19 PROFORMA 11 55-59
2.20 PROFORMA 12 60
2.21 PROFORMA 13 61
2.22 PROFORMA 14 62
5

Press Notice
Godavari Marathwada irrigation Development Corporation
Aurangabad
System E-Tender Notice No.01 for 2013-14
Sealed Online Tenders (e-tender) in B-1 Form for the following works are invited by the Executive Engineer, Beed
Irrigation Division, Beed. Phone no-(02442) 222351, on Government of maharashtra Electronic Tender management
System (http://maharashtra.etenders.in) through Sub portal of http://maharashtra.etenders.in from the contractor
enrolled with the Godavari Marathwada Irrigation Development Corporation, Aurangabad in appropriate class
mentioned.
Sr. Name of the Work Estimated Cost Class of Time Limit
No in Rs. Lakhs Contractor For completion
1 Upper Kundlika Medium Project 259.34 Class III & Above 12 Calendar
Tq.Wadwani Dist.Beed Constructing Months
work of civil aminities in rehabilited
village Rui (Pimpala)

Executive Engineer
Beed Irrigation Division,Beed
प्रे स नोटीस
गोदावरी मराठवाडा पाटबं धारे ववकास महामंडळ औरं गाबाद
(महाराष्ट्र शासन अंगीकृ त)
कार्य कारी अविर्ं ता, बीड पाटबंधारे वविाग, बीड
इ वनववदा प्रणाली सूचना क्रमांक ब-1/1 वर्य 2013-14
कार्यकारी अभीर्ंता, बीड पाटबंधारे विभाग, बीड हे खालील नमूद केलेल्र्ा कामासाठी गोदािरी मराठिाडा पाटबंधारे
विकास महामंडळ, औरं गाबाद र्ांचेकडील विवहत िगात पंजीबध्द असलेल्र्ा पात्र कंत्राटदारांकडू न मोहरबंद ब-1 वनविदा इ वनविदा प्रणालीव्दारे
मागविणर्ांत र्ेत आहे त. खालील नमूद केलेल्र्ा कामासाठी पूिय अहय ता वनविदा सक्षमता कागदपत्रे महाराष्ट्र शासनाचे संकेत स्थळ
http://maharashtra.etenders.in िर सब पोटय ल http://gmidc.maharashtra.etenders.in िर वदनांक 03/06/2013 ते 11/06/2013 र्ा
कालािधीमध्र्े विकत वमळतील सविस्तर वनविदा सूचना कार्ालर्ामध्र्े विनामुल्र् वमळे ल . र्ा बाबतीत कांही अडचणी असल्र्ास री.
भूषण रािेरकर नेक्स टें डसय प्रवतवनधी र्ांच्र्ाशी दूरध्िनी क्र. 020-25315501 मो.क्र. 9167969606 र्ांचेशी संपकय साधािा.
कामाचे नांि कामाची अंदावजत ककमत काम पूणय करणर्ाचा कत्राटदाराची िगयिारी
अ.क्र. रु.लक्ष कालािधी
1 उध्िय कंु डलीका मध्र्म प्रकल्प ता. िडिणी वज.बीड 259.34 12 मवहने िगय-3 ि त्र्ािरील
पुनियसीत गािठाण रुई (कपपळा) र्ेथील नागरी
सूविधाची कामे.
कार्यकारी अवभर्ंता, बीड पाटबंधारे विभाग, बीड र्ांच्र्ा कार्ालर्ीन सूचना फलकािर सविस्तर वनविदा सूचना पहािर्ास वमळे ल .
विनंतीनूसार वनविदा सूचना प्रत विनामुल्र् वमळे ल.
कोणतीही अथिा सिय वनविदा पूिय अहय ता / वनविदा कोणतेही कारण न दे ता नकारणर्ाचा अवधकारी महामंडळाचे सक्षम
अवधकारी र्ांनी राखून ठे िला आहे .
कार्यकारी अवभर्ंता,
बीड पाटबंधारे विभाग,बीड
जा.क्र./बीपावव/लेखा-2/(वनववदा)/ वदनांक: /05/2013

प्रत, 1) माहीती ि प्रवसध्दी महासंचालनालर्, नविन प्रशासवकर् इमारत 17 िा मजला मंत्रालर्ासमोर मुंबई-32
र्ांना फॅ क्सव्दारे रिाना ि ई-मेलव्दारे प्रवसध्दीसाठी रिाना.
2) मा. कार्यकारी संचालक , गोदािरी मराठिाडा , पाटबंधारे विकास महामंडळ , औरं गाबाद र्ांना
फॅ क्सद्वारे ि ई मेलद्वारे प्रवसध्दीसाठी सविनर् सादर.
6

TENDER NOTICE
GODAVARI MARATHWADA IRRIGATION DEVELOPMENT CORPORATION, AURANGABAD.
System E-TENDER NOTICE NO.1 FOR 2013-14.
Sealed Online Tenders (e–tender) in B-1 form for the following works are invited by the Executive
Engineer, Beed Irrigation Division, Beed, Phone No. (02442) 222351 on Government of Maharashtra
Electronic Tender Management System (http://maharashtra.etenders.in) through Sub Portal of
http://gmidc.maharashtra.etenders.in from the contractors enrolled with the Godawari Marathwada
Irrigation Development Corporation, Aurangabad in appropriate class mentioned. the blank tenders forms
shall be available on the Government of Maharashtra website http://maharashtra.etenders.in from
04.07.2013 to 12.07.2013 during this period only qualified contractors in Bid Capacity should submit duly
filled downloaded tender documents at the office of the Superintending Engineer Beed Irrigation Project
Circle, Parli Vaijnath on or before dt:-22.07.2013 up to 14.00 Hrs.& will be opened on the same day if
possible at 17.30 Hrs.
Name of Work Estim Time Earnest Cost of Class of
ated Limit for Money Blank Registra
Cost Complet (Rs. In Tender tion
(Rs. in ion Lakh) form
Sr. Lakh) (Months
No. )
1 2 3 4 5 6 7
1 Upper Kundlika Medium Project 259.34 12 Calender 2.60 10000 III &
Tq.Wadwani Dist.Beed Months above
Constructing work of civil
aminities in rehabilited village
Rui (Pimpala)
1. Detail tender notice can be seen on the notice board in the Executive Engineers office.
(Copy can be obtained free of cost from Executive Engineer on request). Blank tender booklets are
available on the Government of Maharashtra website (http://maharashtra.etenders.in) through Sub Portal
of http://gmidc.maharashtra.etenders.in. The competent authority reserves all rights of rejecting any or all
tenders with out assigning any reason.
1. Bid Capacity Stage:- Bid capacity documents will be available on Government of
Maharashtra website (http://maharashtra.etenders.in) through Sub Portal of
http://gmidc.maharashtra.etenders.in from dt.03.06.2013 to dt.11.06.2013 The bidder has to submit
the Bid capacity documents online as per key dates mentioned below.
2. The cost of Bid capacity is Rs.2000/- Only. It is necessary to draw the D.D.of Rs.2000/- in favour of
The Executive Engineer, Beed Irrigation Division,Beed for purchase of Bid Capacity documents. Submit
D.D. of Rs.2000/- to Executive Engineer, Beed Irrigation Division, Beed and take duplicate receipt from
Division office during sale period. dt.03.06.2013 to dt.11.06.2013 there after immediate upload or
login information of D.D. details, duplicate receipt No. & date of Division on website
http://maharashtra.etenders.in in order to download Bid capacity Bids, for further action of Bidders, within
Key dates.& time. Bidders / contractor shall submit Registration certificate of GMIDC, on or before
15.06.2013 to The Executive Engineer, Beed Irrigation Division ,Beed List of Eligible Bidders in Bid
capacity will be available on 25.06.2013 upto 11.00 Hrs. on web site http://maharashtra.etenders.in
B) Main Bid / Tender Stage:- Only those contractors / Bidders, who are eligible and short listed in Bid
capacity stage, are allowed or eligible for participating in main tender. The cost of main tender is Rs. 10,000
for only. It is necessary to draw the D.D. in favour of Executive Engineer, Beed Irrigation Division, Beed for
purchase of main tender documents. Submit D.D. of as above to The Beed Irrigation Division, Beed, and take
Duplicate receipt from Division office, during sale period 04.07.2013 to 12.07.2013 There after immediate
upload or log in information of D.D. details and duplicate receipt and its date, of Division office on web site.
http://maharashtra.etenders.in in order to download Main Tender Documents for further action of Bidders,
with key dates.
7

The EMD for tender should be in the form of D.D. of any Nationalized or Scheduled Bank in favour of
The Executive Engineer, Beed Irrigation Division, Beed and payable at Beed, There after Bidders or
Contractors shall submit D.D. to The Executive Engineer, Beed Irrigation Division, Beed, on or before final
submission dt- 22.07.2013 physical envelope Bidders / Contractors shall take submission receipt of D.D.
from Division office for further action. Also Bidders / Contractors shall submit Registration copy of GMIDC, in
same envelope to Division. There after receipt details, Registration copy details, upload on website prior to
date of final submission. The tender shall be summarily rejected if it is not accompanied with EMD.
Pre tender conference of qualified in Bid Capacity tendered who have downloaded the blank
tenders form will be held on dt.15.07.2013 at 12.00 hours in the office of the Chief Engineer (W.R.)
Water Resource Department Aurangabad.

Schedule

Start Date Expiry Date &


GMIDC Stage Vendor Stage Envelopes
Seq No & Time Time
03/06/2013 03/06/2013
1 Release Tender -
11.00 16.00

Bid capacity Document 03/06/2013 11/06/2013


2 - Bid capacity bid
Purchase and Download 16.01 14.00

Bid capacity Document 03/06/2013 11/06/2013 Bid capacity bid


3 -
Prepration & Online Bid 16.01 16.00
11/06/2013 11/06/2013 Bid capacity bid
4 Close Bidding
16.01 18.00
12/06/2013 15/06/2013 Bid capacity bid
5 - Prequal Bid Submission
18.01 14.00
PreQual Bid capacity bid
Document 15/06/2013 25/06/2013
6 -
Opening and 14.01 11.00
Short listing
Main Tender 26/06/2013 04/07/2013 Commercial Envelope
7 -
Preparation 11.01 11.00 C1,Technical Envelope T1
Main Tender Document 04/07/2013 12/07/2013 Commercial Envelope
8 -
Purchase 11.01 14.00 C1,Technical Envelope T1
Main Tender Document & 04/07/2013 12/07/2013
9 - Technical Envelope T1
Online Bid 11.01 14.00

Main Tender Schedule A 04/07/2013 12/07/2013


10 - Commercial Envelope C1
Document & Online Bid 11.01 14.00
Close Bidding 12/07/2013 15/07/2013 Commercial Envelope
11 For General -
14.01 18.00 C1,Technical Envelope T1
Conditions
15/07/2013 22/07/2013 Commercial Envelope
12 - Bid Submission
18.01 14.00 C1,Technical Envelope T1
Tender Opening
and Short listing 22/07/2013 30/07/2013
13 (Technical) - Technical Envelope T1
14.01 18.00
8

Financial Bid 31/07/2013 31/07/2013


14 - Commercial Envelope C1
Opening 11.01 18.00
01/08/2013 01/08/2013 Commercial Envelope
15 Tender Award -
11.01 18.00 C1,Technical Envelope T1
Note:-Prebid Meeting on dated 15/07/2013@12:00Hrs in sinchan bhavan Aurangabad
Executive Engineer,
Beed Irrigaiton Division,Beed.
Tips as under:-
1. It is necessary to give the undertaking as follows " Contractors are not allowed to make any
changes in 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.
2. It is necessary to give undertaking as follows "" I have seen detailed drawings of works on
website. 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 will be accepted.
3. 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://maharashtra.etenders.in
4. The bids submitted online should be signed electronically with a Digital Certificate to establish the
identity of the bidder bidding online. The registered contractors has to obtain the Digital Certificate, the
information required to issue of Digital Certificate he may contact ETMS
Help Desk.
5. For submitting the bids online, the contractors/bidders are required to make online payment
using the electronic payments gateway service Bid Submission Fee Rs 1038/- for each work The
different modes of electronic payments accepted on the ETMS is available and can be viewed
online on the ETMS Website http://maharashtra.etenders.in
6. The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online),
Submission of Bids, Submission of EMD and other Documents will be governed by the time
schedules given under “Key Dates”.
7. Please Note :- Contractor can prepare, change or modify his Bid/offer only during
preparation stage. During submission stage contractors are allowed to submit their
prepared bid, system will not allow any contractor to modify his bid during submission
stage.
8. Last date of Preparation of Bid Bid Capacity is 11.06.2013 up to 16.00 hrs and last date of Bid

capacity submission is 15.06.2013 up to 14.00 hrs.


9. Last date of main tender/Bid preparation is 04.07.2013 up to 14.00 hrs. and last date of main
tender/Bid submission is 15.07.2013 up to 18.00 hrs.
10. The Bidder has to submit (Upload Scan Copies/fill) his offer/credentials online as required in the
tender Bid Capacity in the online templates in relevant envelopes The Scan copy of Earnest
Money details to be submitted online and original EMD need to be submitted in Physical at
above mentioned office.
11. The Bidder may refer E-Tendering Tool Kit available online to perform their online activities.
12. The contractor shall study the guidelines regarding e-tendering to get clarify e-tendering procedure.

Executive Engineer,
9

Guidelines to contractors Regarding Government of Maharashtra e-tendering system

1. These conditions will overrule the conditions state d in the Tender


Documents, wherever relevant and applicable.
2. Registration of the Contractors :
The contractors registered with Maharashtra in relevant categories and classes are eligible to
participate in Open Tenders processed by Maharashtra. Contractors are required to get
Enrolled on the Portal (www.mahatenders.gov.in) and get and empanelled in relevant sub
portal. After submitting their enrolment request online, the enrolment shall be required to be
approved by the Representative of the Service Provider. After the approval of enrolment, the
Contractors shall have to apply for empanelment online which shall be required to be
approved by the Nominated Authority of Maharashtra/Department. Only after the approval in
the relevant Category/ Class, the Contractor shall be able to participate in the Open Tenders
online.
Maharashtra may process OPEN Tenders in which eligible Contractors may enrol on the
Portal in OPEN category to participate in such Tenders. The online Enrollment of such
Contractors shall be required to be approved by the Representative of the Service Provider.
The approval of enrolment 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 Bids required to be submitted online should be signed electronically with a Class II –
Digital Signature Certificate to establish the identity of the Bidder bidding online. These Digital
Certificates are issued by an approved Certifying Authority, authorized by the Contractor
of Certifying Authorities, Government of India.
A Digital Signature Certificate may be used in the name of Authorised Representative of the
Organisation. A Digital Certificate is issued upon receipt of mandatory identity proofs. Only
upon the receipt of the required documents, a Digital Certificate can be issued.
Bid for a particular Tender may be submitted only using the Digital Signature Certificate,
which is used to encrypt the data and sign the hash during the stage of Bid Preparation
and Hash Submission. In case, during the process of a particular Tender, the Authorised
User losses 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
Authorised User is advised to back up his/ her Digital Signature Certificate and keep the
copies at safe place under proper security to be used in case of emergencies.
In case of online tendering, if the Digital Signature Certificate issued to the Authorised User
of a Firm is used for signing and submitting a Bid, it will be considered equivalent to a no
objection certificate/ power of attorney to that User. The Digital Signature Certificate should
10

be obtained by the Authorised User enrolling on the behalf of the Firm on the e-Tendering
System for Government of Maharashtra. Unless the Digital Signature Certificate is revoked, it
will be assumed to represent adequate authority of the Authority User to bid on behalf of the
Firm for the Tenders processed by the Maharashtra as per Information Technology act 2000.
The Digital Signature of this Authorized User will be binding on the firm. It shall be
responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying
Authority, if the Authorized User changes and apply for a fresh Digital Signature Certificate.
The procedure for application of a Digital Signature Certificate will remain the same for the new
Authorised User.
* The same procedure holds true for the Authorized Users in a Private/ Public Limited
Company. In this case, the Authorisation Certificate will have to be signed by the Directors of
the Company. (Process of procuring Digital Certificate will take minimum 4/5 days)
4. Set up of Computer System :
In order to operate on the e-Tendering System for Government of Maharashtra the User’s
Computer System is required to be set up. A Help File on setting up of the Computer System
can be obtained from the Service Provider or downloaded from the Home Page of the Portal
(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 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 :
The Tender documents can be 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 of Bids will be preceded by submission of the digitally signed Bid Seals
(Hashes) as stated in the Tender Time Schedule (Key Dates) published in the Notice
Inviting Tender.
8. Generation of Super Hash :
After the expiry of the time of submission of digitally signed Bids Seals (Hashes) by the
Contractors has lapsed, the Bid round will be closed and a digitally signed Super Hash will be
generated by the Authorised Officers of Maharashtra. This is equivalent to sealing of the
Tender Box.
9. Decryption and Re-encryption Online Bids :
Contractors have to decrypt their Bids and immediately re-encrypt their Bids online and upload
the relevant Documents for which they generated the respective Hashes during the Bid
11

Preparation and Hash Submission stage after the generation of Super Hash within the date
and time as stated in the Notice Inviting Tenders (Key Dates). The Bids of only the
Contractors who have submitted their Bid Seals (Hashes) within the stipulated time, as per
the Tender Time Schedule (Key Dates), will be accepted by the e-Tendering System for
Government of Maharashtra A Contractor who has not submit 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 Fee Rs. 1024. The different
modes of electronic payments accepted on the e-tendering portal.
10. Submission of Earnest Money Deposit :
Contractors have to submit the Earnest Money Deposit in a Sealed Physical Envelope
and the same should reach the Office of the concerned Official before the last Date
and Time as Stated in Tender Documents. Contractors are required to keep their
Earnest Money Deposit ready as the details of the Earnest Money Deposit instrument
are required to be entered during the Bid Preparation and Hash Submission stage. The
details of the Earnest Money Deposit shall be verified during the Tender Opening event
and only those Contractors whose online Earnest Money Deposit details shall be found
matching with the physical Earnest Money Deposit instrument shall be short listed for
opening of other envelopes.
11. Opening of Electronic Bids :
As per Tender/ Prequalification Documents for details.
12. Key Dates :
The Contractors are strictly advised to follow the Dates and Times as indicated in the Time
Schedule in the Notice Inviting Tender for each Tender. All the online activities are time
tracked and the e-Government Procurement System enforces time-locks that ensure that no
activity or transaction can take place outside the Start and End Dates and Time of the stage
as defined in the Notice Inviting Tenders.
12

SECTION 1
INFORMATION AND INSTRUCTIONS
TO APPLICANTS
13

SECTION I
1.0. INFORMATION AND INSTRUCTIONS TO APPLICANTS
1.10. GENERAL:
a) ‘Corporation’ shall mean the Godavari Marathwada Irrigation Development Corporation,
Aurangabad acting through its Executive Director, as defined in Maharashtra act XXII of 1998.
Godavari Marathwada Irrigation Development Corporation, Aurangabad is a body corporate
constituted under the Maharashtra Act XXII of 1998 and has been established by the notification published in
the Gazette Irrigation Department, dated 17/8/1998. The head quarters of the Godavari Marathwada Irrigation
Development Corporation, Aurangabad (GMIDC, Aurangabad or GMIDC for short, and hereafter to only as
Corporation) is Aurangabad. The official postal address for correspondence is:
Office of the Executive Director,
Godavari Marathwada Irrigation Development Corporation,
Sinchan Bhavan, Jalna Road,
Aurangabad 431 005
b) The function and powers of the corporation have been listed in the Maharashtra Act XXII of 1998.
In general, it has been entrusted with the work of investigation, planning, designing of projects, maintenance
of completed projects, construction of projects and irrigation management of the Major, Medium and Minor
projects in the Godavari River Basin.
The projects comprise irrigation, hydroelectric projects, (except Bhandardara (Phase I & II) & Ghatgar
Hydro Electric Power Projects) along with the command area development, and multipurpose schemes. The
projects are to be completed to as to utilise water in Godavari basin pertaining to Maharashtra State. During
the projects time slice, it is expected to increase the performance efficiency of the completed projects and to
complete further on going and new works, so as to utilise the water from Godavari basin.
The jurisdiction of Corporation shall be Aurangabad, Jalna, Parbhani, Hingoli, Nanded, Latur, Nashik
districts and partial area falling in Godavari basin of Beed, Osmanabad and Ahmednagar districts.
1.11. Sealed Tenders in "B-1" form are invited by the Corporation, from the contractors registered in
appropriate class in GMIDC Aurangabad for the work of Upper Kundlika Medium Project Tq.Wadwani
Dist.Beed Constructing work of civil aminities in rehabilited village Rui (Pimpala)
1.12. The enclosed forms should be filled in completely and all questions should be answered. All
information requested for in the enclosed forms should be furnished against the respective columns in the
form. If particular query is not relevant it should be stated as ‘Not applicable’. Only dash reply will be treated
as incomplete information. All applicants are cautioned that incomplete information in the applica*tion
or any change(s) made in the prescribed forms will render application to be rejected as non-
responsive.
14

1.13 The requisite enclosures for prequalification documents shall be typed on applicant’s letterhead with
complete and valid address of the registered office in maharashtra state.
1.14. Any overwriting or correction shall be attested by contractor with dated initials. All pages of the
prequalification documents shall be numbered along with index and should be submitted as a
package with a signed letter of transmittal.

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

1.16. Information and certificate(s) furnished along with the application form ( The respective application
who vouch to the suitability, technical know how and capability of the Applicant) Should be
signed. by the applicant.

1.17. The applicant is encouraged to attach additional information


(photographs of t he work which were already carried out which he thinks necessary in regard
to his capabilities). No further information will be entertained after submission of Bid Capacity
documents unless it is requested by the Godavari Marathwada Irrigation Development
Corporation, Aurangabad (here in after referred to as GMIDC or Corporation).

1.18. The Bid Capacity in prescribed forms as required in this booklet duly completed and signed should be
submitted along with all relevant documents.The documents must be submitted in sealed cover. The
sealed cover must be subscribed as ‘Bid document for the Upper Kundlika Medium Project
Tq.Wadwani Dist.Beed Constructing work of civil aminities in rehabilited village Rui (Pimpala) and
should be submitted to the office as mentioned in Annex-A. so as to reach latest by
14.00 hours on Dt……………. The documents received late on account of any reason
whatsoever shall not be entertained.
The documents submitted in connection with the Bid Capacity shall be treated as confidential and will
not be returned. The documents, if submitted as photocopies, should be duly attested.

1.19. 1.19. 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 GMIDC,
Aurangabad under any circumstances.
b) In the event of any applicant wishing to withdraw from Bid Capacity, the applicant must write an
explanatory letter to the Chief Engineer (WR), W.R.Division Aurangabad to return the documents.
However the cost of Bid Capacity documents already paid shall not be refunded in any case or on
account of any reason.
15

1.20. METHOD OF ONLINE APPLYING :


* All the tender activities like tender download (tender seal), tender preparation, tender
submission, and opening of tender will be conducted online only as per key dates mentioned
in online time schedule.
* Pre-qualification documents will be available on Government of Maharashtra website
(http://maharashtra.etenders.in) through Sub Portal of http:/gmidc.maharashtra.etenders.in from dt.
------------- to dt. ------------ The bidders has to download, prepare and submit the
prequalification documents online as per key dates mentioned below.
* The cost of Bid Capacity is Rs. 2000/- only. It is necessary to draw the Demand Draft of Rs.
2000/- in favour of “The Executive Engineer,Beed Irrigation Division Beed and submit the Office
of Executive Engineer, Beed Irrigation Division Beed . Dist. Beed before submission date
otherwise the documents loaded on site can not be considered for evaluation, mentioned of
DR number in payment stage of purchase documents is must.
* Only those contractors who are short listed in Bid Capacity stage are eligible for participating in
main tender the cost of main tender is Rs. 10,000/- for only. It is necessary to draw the Demand
Draft of above mentioned amount in favor of “The Executive Engineer, Beed Irrigation Division
Beed .Dist. Beed” and submit it to above office on or before the date of submission.
* Contractors can work or modify there bid (i.e. on Bid Capacity or main Bid) only during bid
preparation stage. During submission stage system will allow only to submit the bid to those
contractors who has completed the download and preparation stage successfully.
* It is necessary to give the undertaking as follows “ Contractors are not allowed to make
any changes in 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 an
authentic and legal documents; in case of any complaint about the tender.
* It is necessary to give undertaking as follows “ I have seen detailed drawings of works on
website. 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 will be accepted.
* 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://maharashtra.etenders.in)
* The bids submitted online should be signed electronically with a Digital Certificate to
establish the identity of the bidder bidding online. The registered contractors has to obtain the
Digital Certificate, the information required to issuance of Digital Certificate he may contact
e-tendering Help Desk. (process of procuring Digital Certificate will take minimum 4/5 days)
* For submitting the bids online, the contractors/ bidders are required to make online payment
using the electronic payments gateway service Bid Submission Fee Rs. 1024 The different
modes of electronic payments accepted on the ETMS is available and can be viewed online
on the ETMS Website (httip://maharashtra.etenders.in)
* The activities of Tender purchase/Download, Preparation of Bid (Submit Bid Hash online),
Submission of Bids, Submission of EMD and other Documents will be governed by the time
schedules given under “Key Dates”
* The Bidders has to submit (Upload Scan Copies/fill) his offer/credentials online as required
in the tender/Bid Capacity in the online templates in relevant envelopes. The scan copy of
Earnest Money is to be submitted online and original EMD need to be submitted in Physical
format at above mentioned office.
* The Bidders may refer E-Tendering Tool Kit available online to perform their online activities.
16

* Pre tender conference of qualified in Bid Capacity, tenderer who have downloaded the blank
tenders form will be held on Dt. ----------at 12.00 hours in the office of the Chief Engineer and
Chief Administrator Command Area Development (W. R.) Aurangabad.

1.3. DEFINATIONS:
In this documents (as hereinafter defined) the following words and expression will have the meaning
hereby assigned to them.
i) GMIDC / CORPORATION:
GMIDC/ CORPORATION means Godavari Marathwada Irrigation Development Corporation, Sinchan
Bhavan, Jalna Road, Aurangabad 431 005
ii) APPLICANT:
Applicant means individual, proprietary firm in partnership, limited company, corporation or group of
firms forming joint venture consortia applying to become eligible to tender.

1.4. FINAL DECISION AUTHORITY:


The committee headed by Superintending Engineer Beed Irrigation Project Circle, Parli V.
reserves the right to accept or reject any or all applications for Bid Capacity without
assigning any reason thereof and his decision of the committee will be final . Only prequalified
contractors/ Firms will be ivited to bid for the project contract.

1.5. CLARIFICATION:
The clarification (s) if any, may please be sought separately either from Executive Engineer, Beed
Irrigation Division,Beed Dist. Beed or the Superintending Engineer Beed Irrigation Project
Circle, Parli V.

1.6. 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
guarantied in any, form this prequalification document, the technical note, nor the model tender
provisions shall form part of any contract, which may subsequently be entered into tender document.

1.7. SITE VISIT:


The applicant can inspect the work site, if he so desires by appointment with Executive Engineer or
his authorised representative concerned with the work.

1.8. MINIMUM ELIGIBILITY CRITERIA FOR BEED CAPACITY


The applicant must be well-established contractor with experience and capability in construction of work
similar to the work given in this document. The applicant applying for prequalification must provide evidence
of having adequate experience in Modern Technology, in carrying out work like Excavation, Embankment
and Metalling all type and fabrication and erection of trusses etc. with adequate quality control aided by upto
date testing laboratory. Experience of Prime or Sub-contracts approved by the owner shall be only
considered for Prequalification. In such a case share of the experience of the Prime and sub-contractor
17

shall be counted in the proportion as stated in the agreement of subletting. In absence of stipulation of
sharing of experience in the agreement the experience shall be taken in proportion of 20:80 for
prime and sub-contractor respectively. In case the subletting is not approved by the owner, the
experience of the work shall be considered that of prime contractor.
In order to asses the experience and capability of contractor for execution of the work
under. Consideration, minimum criteria has been specified. These minimum criteria will be
judged from the past experience of the contractor.
The applicant bidder as a prime contractor I sub contractor should have adequate bid
capacity, executed the quantities of main items (as stated in Annex-“A”) in anyone year
during a period of last five years. The other requirements such as that of turnover and that of
execution of similar work is also stated in Para 6.0 of Annex – A.

The formula of evaluation of bid capacity is

A) BID CAPACITY

Bid capacity = (A x N x 2 ) – B,

Where A = Maximum value of Civil Engineering works executed in any one year during the last five year
(updated to current price level) which will take into account for the completed and ongoing
works (Statement-1of Annexure-1).
1) Ascertained from the certificates from Executive Engineer in case of
Government and Semi Government and from the head of Office in case of Limited
Companies and Registered Cooperative Societies or Organizations. The information is to be
submitted in proforma 1 (a) and 1 (b) as enclosed in Section II for completed and ongoing
works respectively. Information given in any other format that prescribed shall not be taken
into account for calculating value of “A”.
2) Ascertained from the total contract amount received in a year as stated
In Sr. No. S ( c) in Income Tax Clearance Certificate. Contractor shall ensure that this
information is filled in. If it is not filled in, the contractor shall submit balance sheet of last
five years duly certified by the Chartered Accountant. The submission of information in (1)
and (2) above is obligatory. In case of non-submission of anyone or both, it shall be
concluded that contractor does not have adequate bid capacity and shall not be considered
for pre-qualification.
B = Value of existing commitments and works (ongoing) (updated to the price level of the year
in which the tenders are opened) to be completed in the period stipulated for completion of
works of the present tender. The value of B shall be ascertained from the certificates as
prescribed in Proforma I (B) and stated in statement No. II enclosed in Section II
N = Number of years prescribed for completion of the works for which the bid are invited as
stated in Annex-A para 4.1. Only those applicants who satisfy the minimum criteria as
stated in para 6 of Annex – 1 will be evaluated from Bid Capacity.
18

1.9.0. EVALUATION CRITERIA FOR BID CAPACITY)


Bid Capacity of prospective tenderer is to be ensure that final bids for the work received from well
established contractors with experience and capability for executing this work. Any applicant, who is
able to satisfactorily establish that he/they can undertake the work and complete it within the stipulated
time, will be prequalified.
The evaluation for the Bid Capacity of the application shall be done by committee as mentioned
in para 7.0. of Annex – A.
The committee shall have right to ask for clarifications and further relevant information from
the applicants, check references and make inquiries with respect of works from prospective
tenderer.
B) The evaluation authority will evaluate the submitted Bid Capacity information by “scoring
evaluation method” , one the applicant gets through the minimum Eligibility Criteria. In order
that the applicant bidder gets prequalified, the applicant must score at least 60% (Sixty percent)
points in first four categories given below and 70% (Seventy percent) points in overall. The
pre-qualification shall be decided on the basis of satisfying the minimum eligibility criteria and
other information submitted by the applicant

Sr. No. Particulars Points


a) General experience 60
b) Financial capability 50
c) Equipment capability 40
d) Adequacy of personnel capability 30
e) Other evaluation factors 20
Total 200
The other evaluation factors shall include
i) Record to completing the works in time.
ii) Quality control arrangements by the applicant.

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 Bid Capacity information booklet should be
indexed and paged. The evaluation for Bid Capacity is to be done for the eligible applicant who
satisfy minimum criteria. It will be therefore advisable, that applicant gives a short note
(Please refer proforma for Annexure VI Section II) explaining how he/they is/are eligible and
fulfill the criteria by giving references of the information given in booklet.iii) If the record of
poor performance such as abandoning the works, not properly completing contract, inordinate
delay in completion and financial failure, habits of making unnecessary claims is noticed, the
tenderer is likely to be disqualified out-right.
C) The evaluation procedure, allocation of points is as stated in Para 8 of
19

Annexe – A. The evaluation will be done with greatest care by allocating points under
various heads to help to judge the overall capability and fitness of the applicant.
1.9.1 Necessary information will be collected from the details furnished in
Proforma and additional information may be called for at the discretion of the committee.
1.9.2. In case of Joint Venture Partnership or a Partnership the yearly
Turnover relation to the year taken, bid capacity and quantities of main items executed shall
be added together for determining the minimum criteria of pre-qualification. No addition is
however permitted for working out the maximum cost of similar type of work executed.

1.9.3. RESTRICTION OF AWARDING NUMBER OF CONTRACTS :


A) The GMIDC has taken up a number of irrigation projects for construction. In order to complete
the work within time bound programme, it has been considered necessary to restrict the
number of works to four which may be awarded to a contractor at a time, so that the contractor
can concentrate fully on the progress of the contracts awarded to him.
Notwithstanding the fact that the tenderer satisfying the prequalification criteria no individual contractor
or the joint venture of any of the Joint Ventrue partner(s) of the same Joint Venture as a
separate entity shall be considered eligible for getting prequalified tendering for this work; in
case of maximum three works in the group of (1) One dam and two works of any catetory or
(2) Three works of any category have been awarded on contract/letter of acceptance of tender
issued. In the area of operation of Godavari Marathwada Irrigation Development Corporation
unless the contract work awarded to him/them is found to be completed in all respects as
certified by Executive Engineer in format the competion certificate. In any case individual
contract, or the Joint Venture firm or any of the Joint Venture Partner(s) of the same Joint
venture as separate entity shall not have more than three works in hand at a time under
Godavari Marathwada Irrigation Development Corporation. Even if anyone of the partner of Joint
Venture firm as a separate entity OR as a partner OR in another Joint Venture and/or the
same Joint Venture firm, has been awarded. Three works as specified above group wise in
Godavari Marathwada Irrigation Development Corporation, Prior to the date of opening of his
pre-qualification document that Joint Venture firm with that individual entity as partner shall not
be considered eligible for getting any other contract for the work, and his/their pre-qualification
document shall be ignored.
C) For the purpose of verification of the above stipulations, the contractor shall submit the
information in the enclosed format of certificate enclosed as proforma 8 in Section II. This
Certificate is applicable to Joint Venture also. The names of the partner(s) in the Joint Venture
shall also to given when information in the Certificate is submitted for the Joint Venture.
NO EVALUATION WILL BE DONE
i) If the information given in section-2 Proforma 1-9 is incomplete/ misleading, false and such
application will therefore be considered as non-respeonsive.ii) If the applicant does not
fulfill the criteria for eligibility laid down in Para 6 of Annex-A.
20

ANNEX – A (SECTION -1)


A) Description of The Project
The work is under control of Chief Engineer (WR) Water Resource Department Aurangabad.
B) Status of Project : Rehabilitation works
C) Climatic Conditions : Good
Maximum Temperature : 43 Degree Celsius in May
Minimum Temperature : 22 Degree Celsius in December
Average Rainfall : 700 mm
D) Scope of the Work
1. Constructing WBM roads in rehabilitated villages.
2. Position of Land : 70% Govt. land is in possession and
remaining land is to be acquired by direct
parchase.
A. Excavations : 7.70 tum.
B. Earthwork (TCM) 7.22 tum.
C. Metal 40 -60 MSA (TCM) : 1.16 tum.
D. Concrete : 2.20 tum.
E. B.B. Masnary : 0.32 tum.
F. Pipe line Rising main : 1300 M.
E) Details of Work
Upper Kundlika Medium project Tq.Wadwani Dist Beed
1.1 Name of Work : constructing work of civil aminities in rehabilited village
Rui (Pimpala).
1.2 Estimated Cost : Rs. 259.34 Lakhs
1.3 Earnest Money (EMD) : Rs. 2.60 Lakhs
1) Rs. 1.00 Lakhs By Demand Draft payable at
any Nationalised Bank
2) Rs. 1.60 Lakhs By Irrevocable Bank Guarantee
of any Nationalised Bank or Scheduled Bank in
Maharashtra
1.4 Security Deposit : Rs. 6.50 Lakhs
1) Initial (2.5%) 1) Rs. 3.00 Lakhs By Demand Draft payable at
any Nationalised Bank
2) Rs. 3.50 Lakhs By Irrevocable Bank Guarantee of
any Nationalised Bank or Scheduled bank in Maharashtra

2) Through R.A. Bills (2.5%) : Rs. 6.50 Lakhs


1.5 Date, time and Place of Pre Tender Conference

1.6 Class of Contractor : III and above


1.7 Period of Completion of work : 12 Calender months including monsoon
period.
21

2. INFORMATION FOR OBTAINING Bid DOCUMENTS, TENDER PAPERS

AND ITS SUBMISSION


2.1 Name and address of the Executive Executive Engineer,
Engineer in charge of work issuing tender
papers/ Bid capacity . document and in Beed Irrigation Division Beed
whose name Earnest Money and security
Deposit is to be pledged.
2.2 Bid capacity document sale period 03/06/2013 to 11/06/2013

2.3. Bid capacity document preparation period 03/06/2013 to 11/06/2013

2.4. Cost of application forms for Bid capacity Rs. 2000/-


document

2.5. Time and Date of submission of Bid 12/06/2013 to 15/06/2013


capacity document
2.6. Bid capacity document opening and 15/06/2013 to 25/06/2013
evaluation period
2.6.1. Name and address of the Officer Superintending Engineer,
receiving Bid capacity document
Beed Irrigation Project Circle ,Parali Vaijnath
2.6.2. Tender document download period 04/07/2013 to 12/07/2013

2.6.3. Date time and place of Pre tender C. E. (W.R.) Water Resource Department
conference Aurangabad
2.6.4. Tender Preparation period 04/07/2013 to 12/07/2013

2.7. Cost of Blank Tender forms Rs. 10,000/-


2.8 Extra cost if tender papers/ Rs. NIL
prequalification documents required by
post (for each)
2.9. Bid documents submission period 15/07/2013 to 22/07/2013

2.10 Name and address of the Officer receiving Superintending Engineer


and opening the tender document.
Beed Irrigation Project Circle ,Parali Vaijnath
2.11 Technical and commercial opening date 31/07/2013

2.12 The name of the authority for acceptance Chief Engineer (W.R.) Water Resource
the tender. Department Aurangabad.

3. WORK AND SITE CONDITIONS :


3.1 Location Dist. Dist Beed & within periphery of km. from Taluka place
Wadwani
3.2. Nearest Railway Station Aurangabad
3.3. Nearest Airport Aurangabad
22

3.4. Roads Approachable by Wadwani


a) Nearest Telephone and at Wadwani
telegraph facility
b) Nearest Petrol and Diesel
Pump
c) Position of Land 70% Govt. land is in possession and remaining land is to
be acquired by direct purchase.

4. PERIOD OF COMPLETION AND CONSTRUCTION PROGRAMME

4.1. Period of Completion 12 Calendar months including Monsoon


period.

Year Excavation Earthwork/ Mettaling (TCM) Concreting B.B.Machinery Pipe line Rising
Embankment (TCM) (TCM) main
(TCM)
1 7.70 7.22 1.16 2.20 0.32 1300 m
2
Construction programme of major items to be executed.

5.0 OTHER DATA FOR Filling STATEMENTS/ PROFORMA 1(a), 1(b), 1(c) 5.1. Date for calculation
balance cost of the work in the hand of the
bidder which he has to complete vide statement-2 Dt. ------------

5.2. The period for calculating value of the works in the hand of the
Bidder which he has to complete vide statement – 2 Dt.------------

5.3. Items for which information about : Excavation in soft strata


Quantities executed as required Embankment from
For use in Proforma 1(a), 1(b), 1(c) available and borrow.

5.4. Period for use in proforma 1 -2 Statement 1-2 etc.


Year No. Year Year No. Year
V th 2007-08 Present Year 2011-12
IV th 2008-09 Next Year 2012-13
III rd 2009-10
II nd 2010-11
I st 2011-12
23

6.0 MINIMUM ELIGIBILITY CRITERIA FOR BID CAPACITY :


The applicant shall meet the following minimum criteria. Only those applicants who satisfy the
Minimum Criteria of Eligibility as stated below will be evaluated further for Bid Capacity. If
minimum three Numbers of contractors are not qualified then minimum eligibility criteria for
Bid Capacity may be relaxed as prescribed in Para 6.5 below. However minimum criteria for
Bid capacity, will be not relaxed.
6.1. GENERAL EXPERIENCE :
As a prime contractor or sub-contractor the application bidder should have individually
executed following quantities of items in any one working season.
During period of last Five years
1) Excavation in soft strata & Hard strata : 7.70 Tcm
2) Embankment for Road : 7.22 Tcm
3) Metalling 40-60 mm : 1.16 Tcm
4) Weigh batching concrete : 2.20 Tcm
5) B.B.masonary : 0.32 Tcm
6) Pipline Rising main : 1300 m
6.2. BID CAPACITY :
The required bid capacity for this work is Rs 259.34 Lakhs
6.3. ANNUAL TURNOVER :
As a prime or subcontractor the applicant bidder should have minimum annual turnover
(excluding advance such as machinery/ mobilization advance etc.) in at least one year over a
period of last five years of Rs. 259.34 Lakhs.
6.4. SIMILAR WORK :
As a prime contractor or sub contractor applicant bidder should have completed work of
Rehabilitation similar quantum and complexity comparable to this work.
6.5. CRITERIA FOR RELAXING THE MINIMUM ELIGIBILITY
FOR BID CAPACITY
If minimum three number of contractor are not qualified then the Minimum eligibility criteria
for prequalification may be relaxed so as to get minimum five number of contractor
qualified. However the final decision shall be taken by the evaluation committee.
The minimum eligibility criteria for Bid Capacity will be relaxed in the following prescribed
priority.

1) The contractors will be arranged in descending order considering the quantities of


embankment. The minimum criteria “for embankment ” as mentioned in Para 6.1 will be
relaxed by 25% i.e. The contractors who do not satisfy this relaxed will be eliminated and not be
considered for further evaluation.
2) The contractors will be arranged in descending order considering the quantities of
Metalling 40-60 mm. The minimum criteria for Metalling 40-60 mm. “As mentioned in Para 6.1”
will be relaxed by 25% i.e. the contractors who do not satisfy this relaxed criteria will be
eliminated and not be considered for further evaluation.
24

3) Thereafter remaining contractors will be arranged in descending order considering the


quantities of excavation in soft strata. The minimum criteria for excavation in soft strata “As
mentioned in Para 6.1” will be relaxed by 25% i.e. the contractors who do not satisfy this
relaxed criteria will be eliminated and not be considered for further evaluation.
4) Thereafter remaining contractors will be arranged in descending order considering their
annual turnover
The minimum criteria annual turnover “As mentioned in Para 6.3” will be relaxed by 25% less
the contractors who do not satisfy this relaxed criteria will be eliminated and not be considered
for further evaluation.
The above process for relaxation will be stopped at the stage in above preferences when
minimum five numbers of contractors get qualified. No further contractors will be considered for
evaluation.
5) The Contractor have less than three works in Hand progress under the G.M.I.D.C.
6) P.Fund income tax & sale tax Registration with G.M.I.D.C & clearrance up to march-2013.

7.0. COMPOSITION OF EVALUATION COMMITTEE :


evaluation committee for prequalification of applicants shall be as below :
1) Superintending Engineer Beed Irrigation Chairman
Project Circle Parli V.
2) Superintending Engineer, & Administrator Member
Command Area Development Authority Beed
3) Executive Engineer,Beed Irrigation Division,
Beed Member (Secretary)

The 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
25

8.0 EVALUATION PROCEDURE AND ALLOCATION OF POINTS :


Sr. No. Particulars Max. Points
8.1 General Experience - Total Points = 60 as below
8.1.1 Successful experience in completing at least one contract of nature 30
and complexity comparable to the proposed contract
8.1.2. Execution of quantities of relevant main items in anyone year in past
(as prescribed in Annex-A)
Excavation 5
Earthwork 5
Metal & Concrete 8
D.B. Machinery 2
Pipe line Rising main 10
Total 30
8.2 Financial capability - Total points = 50 as below
1) Annual turnover 20
For firm having average annual turnover equal to or greater than
amount shown at Annex A . (For firms having annual turnover less
than amount shown in Annex A/6.3 (a) points shall be given in
linearly reduced proportion.)
8.2.2 2) Bid Capacity
a) If bid capacity is equal to the required value 04
b) In addition one point for every 100 lakhs. Above the required value 03
(Maximum up to 4 points)
8.2.3 3) Duration of existence of firm
a) If more than 5 years 04
b) If more than 3 years 03
c) If more than 2 years 01
8.2.4 4) Debit Equity (Defined as Debt/Equity)
a) If ratio is up to 1:1 03
b) If ratio is more than 1:1 02
8.2.5 5) Bank Guarantee
a) With Bank Guarantee 03
b) With Bank Guarantee limit between 60% to 100% 02
8.2.6 6) Overdrafts
a) If not enjoyed 03
b) If enjoyed 02
8.3 Equipment Capability total points = 40 as below
8.3.1. Machinery / equipment already available with the contractor
(The list of machinery required for this work is given in Para 9.0 of
Annex-A)
a) Poclain (approximate 1 cum capacity bucket) 5
Tippers 5
Trucks 3
26

Water tankers (9000 Lit. Cap.) 3


D.R. Roller 4
Concrete mixer 10
Own stone cresher 10
Total 40
a) More weightage would be given if 75% of total required machinery is
owned by the contractor (Documentary proof should be enclosed.)
b) Less points would be given for improper distribution of machinery on
other works & on this work.
27

8.4 Adequacy of personal capability – Total points = 30 as below


a) Project Manager/ Project Engineer 10
b) Supervisory staff 10
c) Tech. Staff (Specially well qualified & trained welders) 10
8.5 Other Evaluation Factors Total Points = 20 as below
a) Record of completing works in time 10
b) Quality control arrangements used in previously executed works. 10
(Documents and proofs for this shall be submitted.
Total 200

9.0 List of machinery required for this work:

Sr No Equipment type Minimum Nos. Max. Points


required
1 a) Poclain (approximate 1 cum capacity 2 5
bucket)
2 Tippers 12 5
3 Trucks 2 3
4 Water tankers (9000 Lit. Cap.) 2 3
5 D.R. Roller 1 4
6 Concrete mixer 4 10

7 Own stone cresher 1 10

Note : Minimum 50% machineries should in hand/ in contractors possession


28

ANNEXURE-B
Method of applying for joint Venture Consortia

a) Two or more contractors of any class may combine and tender for a work costing to the amounts upto
which each individual contractor or the higher of the two limits if they are of different categories are
empowered to tender per the original registration provided.
i) The combination is of the contractor as a whole and not individual partners.,
ii) The application shall be signed so as to be legally binding on all partners.
b) A joint Venture between single contractors, partnership firm, joint Stock Limited Company,
Private/Public Ltd., may be permitted subject to the following conditions.
i) The Joint Venture should be a partnership firm, duly registered with the Registar of Firms,
Maharashtra State , in such a case a signed Memorandum of Understanding (MOU) between the tenderer
and associating firm/company/individual shall be considered as adequate proof for association subject to the
condition that on being considered eligible to tender for the work, the tenderer shall be informed accordingly,
where upon the tenderer shall be required to enter into a Joint Venture (JV) partnership by signing an
instrument (MOU) incorporated in Annexure B. The Joint Venture deed shall be submitted by the contractor
before submission of tender. If the Joint Venture Deed is not submitted by the contractor, then the tender of
such Venture shall not be opened but the same will be recorded and considered as non responsive.
ii) The Joint Venture deed shall be got approved from the GMIDC, before it is registered with the Registar of
Firms, Maharashtra State.
iii) Specific stipulation should be made in Joint Venture deed to seek prior written approval of the
GMIDC before any changes are proposed to be made in the Joint Venture deed, once it is registered with the
Registrar or Firms, Maharashtra State.
iv) The Joint Venture Partnership shall not be dissolved till the completion of defects liability period as
stipulated in tender conditions and till all the liabilities thereof are liquidated
v) The shares of assets and liabilities of the lead firm shall not be less than 60% and the percentage share of
the each other firm in Joint Venture Partnership deed shall not be less than 20% The lead firm should be
enrolled in the list of selected contractors of GMIDC.
vi) One of the partners shall be nominated as being in charge and this authorisation shall be evidenced by
submitting a power of attorney signed by legally authorised signatories of all the partners.
vii) The partner incharge shall be authorised to incure liabilities and receive instructions for and on behalf of
any and all partners of the Joint Venture and entire execution of the contract including payment shall be done
exclusively with the partner in charge.
viii) All partners of the Joint Venture shall be liable jointly and severally for execution of the contract in
accordance with contract terms, and a relevant statement to this effect shall be included in the authorisation
mentioned under (vi) above.
ix) Complete information pertaining to each partner in the respective forms duly signed by each such partner
shall be submitted with the application.
x) In case of Joint Venture of foreign and Indian partners, the Indian partners should be in the list of selected
Contractors of appropriate Class of GMIDC, Aurangabad.
29

xi) Separate information in respect of each firm (entered into Joint Venture) should be submitted in Proforma 1
to 9
c) In case of Joint Venture the sponsoring firm has to submit complete information and identify the lead firm. It
would be necessary for the Joint Venture to establish to the satisfaction of the Superintending Engineer/Chief
Engineer , as the case may be that the Venture has been made practical, workable and legally enforceable
arrangements amongst the Parties, that responsibilities regarding the execution and financial arrangements
have been clearly laid down and assigned that the individual parties to whom such responsibilities etc.
assigned are capable in their individual capacity to discharge them completely and satisfactorily and also that
the lead firm has necessary skill and capacity to lead responsibility and involvement for the entire period of
execution as well as leading roll in control and direction on the resources of the entire Joint Venture.

d) An independently prequalified firm, or Joint Venture consortia may during the tender period, strengthen its
capacity by subsequent incorporation of another prequalified firm of Joint Venture to form new Joint Venture
amongst themselves but should seek approval of the Chief Engineer, GMIDC, Aurangabad not latter than 15
days prior to bid opening.

e) Bidders may have required bid capacity independently or in a Joint Venture but they would be allowed to
submit only one bid.
30

SECTION II
BID CAPACITY
INFORMATION
31

2.1 Letter of Transmittal:

To,
The Superintending Engineer,
Beed Irrigation Project Circle
Parli Vaijnath
Sub :- Submission of Bid Capacity application for the work of

Construction of Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic
aminities in Rehabilitated villages Rui Pimpala.

Sir,

Having examined the details given in invitation and technical note for the work of Construction of
Upper Kundlika Medium Project Tq.Wadwani Dist.Beed Constructing work of Civic aminities in
Rehabilitated villages Rui Pimpala.
I/We hereby submit the Bid Capacity information and relevant documents.
1.0. I/We hereby certify the truth and correctness of all statements made and information supplied in the
enclosed Annexure 1 to 9.
2.0 I/We have furnished all information and details necessary for Bid Capacity as bidder (s) and that, no
further information remain to be supplied.
3.0 I/We authorise the project authorities verify the correctness thereof as well as to approach any
Government, department, individuals, employees, firms and/ or corporation to verify
correctness of Information and certificate submitted by me/us to prove my/out competence
and general reputation.
4.0 I/We submit the following certified certificate(s) in support of our suitability, technical know how,
capability and having successfully completed the works from the clients/owners of respective works.
1.

2.

3.

4.

Enclosed:

Seal of Applicant. Signature of Contractor

Date of submission
32

2.2 STATEMENT NO.1


2.2. STATEMENT FOR DETERMINING VALUE OF ‘A’ i.e. MAXIMUM
VALUE OF CIVIL ENGINEERING WORKS
(Vide Para 7(vii)of Detailed Tender Notice)

Sr. Name of work Value of Civil Engineering works done during the year (excluding
No. advance such as mobilisation advance, machinery advance etc.) Rs. in
Lakhs
Vth IVth year IIIrd year IInd year Ist year Total
year
1 2 3 4 5 6 7 8

Note:
1. For No. of years please refer Para 5.4 of Annex-A to Section I
2. Figure 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 Certificate as mentioned above.
Ascertained from the total contract amount received in a year as stated at Sr.No.5(c) in Income Tax
Clearance Certificate. Contractor shall ensure that information is filled in by Income Tax Authorities. In case
this information is not filled in, the contractor shall submit balance sheets of last 5 years duly certified by the
chartered accountant.
33

2.3. Statement No. 2


2.3. 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 certified regarding this will be
required to be countersigned by the Engineer-in-charge.

Amount in Rs Lakhs
Sr Nam Mont Amoun Revis Perio Sched Balance cost Value of Ref. Page No.
. e of h& t of ed d of ule as on date works to of Certificate
N Work Year Contra Tende Com date given in Annex- be
o. of ct r Cost pletio of A Para 5.1 completed
com n compl between
menc etion period
emen given in
t of Annex - A
work Para 5.2
1 2 3 4 5 6 7 8 9 10

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

Certified that the above information is true and correct to the best of my knowledge and
belief.
34

2.4. PROFORMA 1(a)


DETAILS OF THE WORKS COMPLETED
(Separate information for each work)

1. Name of Work :
2. Agreement No. and year :
3. Place of country :
4. Total Tendered
cost of work (Rs. In Lakhs) :
5. Brief description of work including :
Principal features and quantities
Of main items of the work
6. Annual turnover
No. Items Unit Quantities executed (Certificate of concerned authorities is
essential
V th Year IV th Year III rd Year II nd Year I st
Year
6.1 Physical
1. Excavation in soft strata

2. Embankment
3. Metalling 40-60 mm
6.2 Financial
Financial turnover
defined as billing for
works (Excluding
advance, Price
Escalation, payment
received duly certified
by concerned
authorities.
35

7. Period of Completion
a) Date of commencement : -----/----/----
b) Originally stipulated period of
completion : -----/----/----
c) Schedule Date of completion : -----/----/----
d) Extended 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) Reasons for non completion of :
work in stipulated time limit if so
8. Were there any penalties / fines/ stop Notice
Compensation “liquidated damages
Imposed (Yes or No)
(If yes, give amount and explanation)
9. Name, Designation, Department and
Complete address with whom the
Contents of the preceding para 1 to 8
Could be verified.
10. Name of applicant’s Engineer-in-charge
Of the work and educational qualification
11. Give details of your experience in
Monthly placement of important items
Such as listed in Annex-A.
12. Give details of your experience in
Mobilizing large value contracts with
Modern technology of the development
Of Latest heavy construction equipment
13. Details of quality control arrangement
Made by the contractor of his own
On these works.

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

Signature of the Contractor


36

2.5. PROFORMA 1(b)


DETAILS OF THE WORKS IN HAND
(Separate information for each work)

1. Name of Work :
2. Agreement No. and year :
3. Place of country :
4. Total Tendered
cost of work (Rs. In Lakhs) :
5. Name of applicant’s Engineer-
In-charge with Educational
qualification
6. Annual turnover
No. Items Unit Quantities executed (Certificate of concerned
authorities is essential
V th IV th Year III rd Year II nd Year I st
Year Year
6.1 Physical
1. Excavation in soft
strata
2. Embankment
3. Metalling 40-60 mm
6.2 Financial Rs. In
Lakhs
37

7. i) Percentage of physical completion :


ii) Cost of work completed :
iii) Revised Tendered cost :
iv) Balance cost on the date stipulated :
v) Stipulated date of completion :
vi) Anticipated date of completion :

8. Whether work progress is as per tender


Programme (Yes/No). If not
explain the reason
9. Expected yearwise programme
of completion
1) Present year
2) Next Year
10. Were there any fines, claims
Or stop Notices filed by the
Employer (Yes/No)
11. Details of quality control arrangement
Made by the contractor of his own
On these works.
12. Name, designation and complete
Address with whom the contents
Can be verified.

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

Signature of the Contractor


38

2.6 PROFORMA 1( c )
Details of quantities executed and amounts of the works (completed and ongoing) for last Five years.
Qty – Quantities in thousand cum.
For excavation, embankment and metalling
Amt – Amount (Rs. in lakhs)
Sr Years Excavation Embankment Metalling Total financial
. Soft strata Hardstrata turnover during
N the year
o. Qty Am Qty Amt Qty Amt Qty Amt Qty Amt
t
1 Year 2007-08
a) completed
b) ongoing
Total
2 Year 2008-09
a) completed
b) ongoing
Total
3 Year 2009-10
a) completed
b) ongoing
Total
4 Year 2010-11
a) completed
b) ongoing
Total
5 Year 2011-12
a) completed
b) ongoing
Total
6 Any time
Before 5
years
completed

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

Signature of the Contractor


39

2.7 PROFORMA 2
FINANCIAL STATEMENT
(To be given separately for each Partner in case of Joint Venture)
1. Capital.
a) Authorised.
b) Issued and paid up.

2 a) Date of Incorporation of the firm


b) Duration of existence of the firm.

3 Furnish Balance Sheet and Profit and


Loss statement with Auditor’s report
for the last five years, it should
interalaid with the following
information.
How much is
i) your working capital.

ii) your Turnover on Civil Engineering Year Amount Multi brought to current
works of plying price level by
turnove factor multiplying amount in
r during col. 2 by factors given
the in col. 3 (Rs.in
year lakhs)
1 2 3 4

V th year 1.5
IV th year 1.4
III rd year 1.3
II nd year 1.2
Ist year 1.1
iii) Years Gross Income (Rs. In Lakhs)

i) V th year
ii) IV th year
iii) III rd year
iv) II nd year
v) I st year
4 Total liabilities
a) current Ratio
1. Current Assets
2. Current Liabilities
b) Total liabilities to net worth
5 Debt equity ratio.
(Defined as Debt/Equity)
6 What is the maximum value of the
project that you can handle?
40

7 Have you ever denied tendering


facilities by any Government
department, Public sector Undertaking
(give details).
8 What are your sources of finance?
(Please give complete details, Bank
reference also.)
9 Certificate of financial soundness from
Bankers of applicant.
10 Furnish the following information for
last five years (duly certified by the
respective Banks.)
a) Bank guarantee limit enjoyed by
the firm during each of the last five
years with bank wise breakup.
b) Portion of Bank guarantee already
utilised as on date of application.
11 Overdraft limits enjoyed during each of
the last five years with Bank wise
breakup.
12 Name and address of Bankers from
whom reference can be obtained.
13 Have you ever been declared
bankrupt? (If yes, please give details)

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

Signature of the Contractor


41

2.8 PROFORMA 3
RESOURCES : PERSONNEL
\
(Please give details of key Technical and Administrative personnel in the following proforma)

1. Details of the Board of Directors


A) Name of the Director(s) :
B) Organisation :
C) Address :
D) Remarks :
2. Details of key technical and administrative
Personnel and consultants and supervisory
Personnel staff which the applicant
Will employ on proposed work
A) Individual’s Name :
B) Educational Qualification :
C) Details of Training given for :
Each type of works
D) Present position of office :
E) Professional experience and :
No. of Years of experience in
Similar works
F) Years with the applicant :
G) Language known :
H) Distribution of above personnel on
Works in hand and on this work
Applied for pre-qualification.
i) Remarks :
3. Contractors shall submit a valid
And current License issued in his
Favour under the Provisions of
Contract Labour (Regulation and
Abolition ) Act, 1970 and the
Maharashtra Contract Labour (R &A)
Rule 1971

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

Signature of Contractor
42

2.9 PROFORMA – 4

RESOURCES : PLANT AND EQUIPMENT

Sr. No. Items of Machinery with Machinery to be Machinery to be used for this
execution as contractor deployed for other works
stated in with works
Annex-A

Type No. Type No. Type No. Type No.

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

Signature of Contractor
43

2.10. PROFORMA – 4(a)


Details of Plants and equipment owned by the Applicant which shall be used for
construction of structure in the following proforma.

(Separate Information for each type of equipments, supply coloured photograph of the each
machine which is costing more than Rs. 10 Lakhs)

1. Name of Equipment :

2. Name of Units :

3. Make/ Manufacturer :

4. Source from where procured :


5. Production Capacity :

6. Type of Prime-mover :

7. Horse power/K.V. / of prime mover :

8. Normal life plant hours specified

By the Manufacturer :

9. Number of actual working hours

Put in by the machine :

10. Present location :

11. Availability of equipment’s and

Machinery for this work :

12. For each machine costing more :

Than as Lakhs attach

Coloured photograph

13. The contractor shall have to attach :

The documentary proof in respect

Of machinery owned by him

As below

i) R.T.O. Registration

ii) Certificate of Taxation

iii) Goods Carriage permit in

Form PGDC (See Rule 72(i)7)

iv) Certificate of fitness in form

(See Rule 62(1)(7)


44

Note : In case of Non RTO machinery if the machinery is new the manufacturer sales certificate

shall be produced. In case of second hand machinery, that purchase document with proof of payment
and balance sheet certified by the Chartered Accountant shall be produced in lieu of certificate of

Chartered Accountant, certificate from a scheduled Bank of having financed the machinery will be

acceptable.

14. Remarks :

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

Signature of the Contractor


45

2.11 PROFORMA – 4(b)


Details of Additional Plants and Equipments which shall be procured by the applicant

for this work in the following proforma

1. Name of Equipment :

2. Name of Units :

3. Kind of Make :

4. Country of Origin :

5. Capacity :

6. Approximate Cost Rs. (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 the Contractor


46

2.12. PROFORMA – 5

STRUCTURE AND ORGANISATION

1. Name of Applicant :
2. Nationality of applicant :

3. A) Registered Address

Telegraphic Address :

Telephone Number :

Telex Number :

Fax Number :
B) Office address for correspondence

4. A) Year established (When & where)

And legal name as formed individual/

Firm/ Company

B) Class of registration with Government

Of Maharashtra and with MKVDC/VID

KIDC/ TIDC/ GMIDC

5. Whether the a pplicant is

a) An Indivdual

b) A proprietary firm

c) A limited company or corporation

d) A member of a group of companies

(If yes, give name, address, connection

And description of other companies)

e) a subsidiary of large organization

(If yes, give name and address of the

Organization). If the company is

Subsidiary what involvement, if any

The parent company have in the product

f) Joint Venture consortia (if yes, give

name and address of each partner)


47

6. Attach the organization chart showing

The
7. What best describe you

a) Engineers and Contractors

b) Consulting Engineers and contractors


c) If other please specify

8. Number of years of experience

a) As a prime contractor

i) In own country (Specify country)


ii) internationally (Specify country)

b) In a Joint Venture

i) In own country

ii) internationally

c) As a Sub-contractor

i) In own country

ii) internationally

9. How many years has your organization

Been in business under your present Name?

And what were your fields when your

Established your organization/ When did

You add new fields (if any)?

10. Were you required to suspend construction

For a period of more than six months

Continuously after you started? If so the

Reason thereof.

11. Have you ever failed to complete any

Work awarded to you (if so, which, when

And why)?
48

12. In how many projects you asked for

Arbitration after rectification(if so, when


Where and why) and how many cases

Settled your favour?

13. In how many projects your were imposed


Penalties for delay?

14. Have any key personnel of partner of your

Organization Even been an officer or


Partner of some other organization that

Failed to complete the construction contract?

(If so, State name of individual


If other organization)

15. Have any key personnel of partner of

Your organization ever failed to complete

The construction contract and led in his

Own name.

16. In what field do claim specialization

And are interested to work?

17. Give details of your experience in

WBM Road work and quality control.

18. Give details of your material testing

Laboratory and mobile laboratories.

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

Signature of the Contractor


49

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 indication


how the applicant considers himself
eligible for prequalification for the
work.

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

Signature of the Contractor


50

2.14 PROFRMA - 7

Details of works tendered for as on the date of submission of prequalification document

1 Name of work

2 Estimated Cost Put to Tender

3 Tender cost (Rs. in lakhs)

4. Date when Decision is


expected.

5 Stipulated date and period


of completion

6 Name, Designation and Address


with whom the contents of the
above information can be
verified.
7 Remarks

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

Signature of the Contractor


51

2.15 PROFORMA - 8

CERTIFICATE

(Note: all the details must be filled in. Strike out the item which is not applicable to the tenderer)

Certified that,

1. I/We have not been awarded any contract for the work of dams /canals or any other type of work in the
Godavari Marathwada Irrigation Development Corporation, on ………………… (Enter date of opening of
the tenders)
2. I/We have been awarded following contract(s) for the work of dams /canals/ other works on
………………… (Enter date of opening of the tenders) in Godavari Marathwada Irrigation Development
Corporation area (The works awarded prior to formation of Godavari Marathwada Irrigation Development
Corporation are also to be included)
Sr Particulars 1 2 3 4 5 and so
No on ..
1. Name of work

2. Estimated cost put to tender

3. Contract No. and date of work


order

4. Contract Amount.
5. Amount of work executed to
date.

6. Period of completion.
7. Scheduled date of
completion.

8. Name of division.
9. Name of Circle.
52

3. I/We have tendered for the following work(s) in GMIDC as on …………… (Enter date of opening of
tender) and my/our offer is lowest responsive offer.

Sr Particulars 1 2 3 4 5 and so
No on ..
1. Name of work
2. Estimated cost put to tender

3. Tender Amount
4. Date when decision is
expected.

5. Scheduled date of completion.

6. Name of Division.
7. Name of Circle.

Signature of the Contractor


53

2.16 PROFORMA 9

JOINT VENTURE

If the applicant intends to enter into a Joint Venture for the project, please give the following
information otherwise state ‘Not applicable’.

1. Name and address of Joint Venture

2. Name and address of all partners of


Joint Venture

3. Name of firm leading the Joint Venture

4. Indicate the responsibility of the firm


leading the Joint Venture and responsibility
of other Joint Venture partners.

5. Names and addresses of Bankers of the


Joint Venture

6. Details regarding financial particulars


of each firm in the Joint Venture, certified
copy of the agreement of Joint Venture
shall be attached

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

Signature of the Contractor


54

CERTIFICATE

(To be signed by the Contractor / Authorised representative of the Contractor authorized to sign tender
documents)

1) Certified that I have not been / our firm / Company has not been levied compensation on
account of slow progress of work under clause-2 of B-1 contract or any other clause of the
contract on any work, within or outside jurisdiction of GMIDC, entrusted to me / our firm /
company during last five years.
2) Certified that all the information given by me / us in this booklet for
qualifying to tender for the work is true and correct.

We understand that if the Corporation authorities find any of the information given by me / us to be
incorrect, untrue or misleading, I / We will be disqualified to tender for the above work, my / our name
will be removed from the approved list of contractors in GMIDC Aurangabad.

Signature of the Contractor/


Authorized representative
55

PROFORMA-10
( To be typed on 100 Rs. Stamp paper)
Responsibilities of lead contractor in case of Joint Venture.

I -------------------------------------------------------------------------------------------------------------------

Partner of ------------------------------------------------------------------------------------ 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 -------------------------dated------------------------------------ at---
--------------------------------------------------------for the purpose of tender.

We hereby certify that, in case of any dispute, breach of 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 fulfill all the terms and conditions of the tendered contract and for all the liabilities

arising out of the contract or physical completion of work, till the expiration of the defect liability period under

the contract.

Place :

Date :

Firm :

Signature of stamp of lead

Witness :

1)----------------------------------------------------------------------------

2)----------------------------------------------------------------------------
56

2.17 PROFORMA-11

MEMORANDUM OF UNDERSTANDING FOR JOINT VENTURE


AGREEMENT
FOR

CONSTRUCTION OF.....................................................................................................................

TALUKA.., .............................: ...... .: ...............,...'.... DISTRICT .....................................................

DEED OF PARTNERSHIP (JOINT VENTURE OF M/S. :....................................................................

ANDM/S ........................................................................................ "...........)

This memerandum of Understanding for joint Venture Agreement made and entered into at
......................................... . (Place) "this .............. the day of............................................ 20 ....... by
and between.

1, M/s...................................................................................................... ..with it's registered


office at .............................................. hereinafter referred to as Part No. 1
AND
2. M/s ...................................... : ............................................................... with it's registered
office at ...............................................hereinafter referred to as Part No. 2

DEFINITIONS :
In this deed, the following words and expressions shall have the meanings set out below:
"The joint Venture ("JV for short) shall mean .............................................. : ............................... and
............................................................... joint Venture collectively acting in collaboration for the pur
pose of this agreement.
"Apex Co-ordination Body (ABC) shall mean the body comprising Managing Directors of the Parties
to the joint Venture"
"The owner" shall mean GODAVARI MARATHWADA IRRIGATION DEVELOPMENT
CORPORATION, AURANGABAD.
"The works" shall mean the Construction of.........................................................................................
"The Contract" shall mean the Contract entered into or to be entered into between the joint' Venture
and the owner for the works.
57

JOINT VENTURE (JV)

(Where as the Parties hereto declare that, they agree and undertake to form a joint Venture for the purpose of
eecution of the works, as an integrated joint Venture. The JV shall be called as "---------------------------JOINT
VENTURE" for short.
Provided that the Parties are not, under this agreement entering into any permanent partnership or joint Venture
to tender or undertake any contract other than the subjet works. Nothing herein contained shall be considered to
construe the Parties or Partners to constitute either Pary the agent of the other.

WITNESSES :

Whre as the Executive Engineer, .................. ............................................................. . ..........................


hereinafter referred as the Executive Engineer, have agreed to award the work of Construction of
...................................................................... . ................ .................................................................
hereinafter referred as "the works to the joint Venture"

Where as --------------- and ------------------- wish to execute the Contract, if awarded as per the terms of this
indenture. Nowtherefore this Deed of Partnership Witnesses as follows :

1. That, these recitals are and shall be deemed to have been part and parcel of the present MOU
for JV.

2. That, MOU shall come into force force from the date of this MOU i.e. the day of

3. That, the operation of this MOU for JV firm concerns and is confined to "the
works" only.

4. That, the name of the joint Ventrue firm shall be" .......................................................................
JOINTVENTRUE".

5. That, ------------------------ and ----------------------- shall jointly execute the works according
to all terms and conditions as stated in the relevant instructions contained in
the Bid Documents/Contract as an integrated JV styled as" ...................................................
…………………………………………………….JOINTVENTRUE"
58

6. That this MOU for JV shall regulate the relations between the parties and shall include, without
being limited to them, the following conditions:

(a) ............................................................................................. shall be the lead Company


6. That this MOU for JV shall regulate the relations between the parties and shall include, without
being limited to them, the following conditions:

(a) ............................................................................................. shall be the lead Company


i in-charge of the joint Venture for all intents and purposes.

(b) The parties hereto shall be jointly and severally liable to GMIDC for all acts, deeds
and things pertaining to the contract. The contract for the works shall be signed by
Shri .................................................... ...To whom necessary General power of Attorney
signed by all signatory/ies, suitably as described above shall be issued by the JV and
delivered to the owner.

(c) That the Director of one of the parties to the JV M/s .....................................................................
shall be the lead Manager of the JV firm and shall have the power to control and manage the
affairs of the JV.

(d) That on behalf of the joint Venture Shri(----------------------------------------------------------------------------------)


Authority to incur liabilities, receive instructions and payments, sign and execute the contract for
and on behalf of the joint Venture. All payments made under the contract shall be made into the
joint Venture's bank account.

(e) One or two Bank accounts shall be opened in the name of JV to be operated by the
individual signatory as mutually decided by representatives of the joint Venture
Partners.
f) That, each of the parties to the JV agrees and undertake to place at the disposal of

the JV benefits of its individual experience, technical knowledge and skill and shall in
all respects bear it's share of the responsibility including the provision of information,
advice and other assistance required in connection with the works. The share and
the participation of the ----------------------------------partners in the JV shall broadly as follows:
Name of Contractor Share percentage
______________________ _____________________%
______________________ _____________________%
And all rights, interests, liabilities, obligations, works, experience and risks (and all net profits or
ne losses) arising out of the contract shall be shared or borne by the Parties in proportion to
these shares. Each of the parties shall furnish it's proportionate share in any bonds, guarantees,
sureties required for the works as well as it's
59

proportionate share in working capital and other financial requirements, all in accordance with the
decisions of the Apex coordinating Body.

(g) Any loan / advances shall be shared by the --------------------- and ----------------------- at the
ratio of ............................................................................................. respectively.

(h) All funds, finance or working capital required for carrying out and executing the works or
contract shall be procured and utilized by the parties as mutuaally agreed by them and they shall
be liable and responsible for the same.

(i) The execution of the work on the site will be managed by a Project Manager reporting to the
ACB. The Project Manager shall be authorized to represent the JV on site in respect of matters
arising out or under the contract.

(j) The ------------------and -------------------- shall be jointly and severally liable towards the owner
for the execution of the contract commitment in accordance with contract conditions.

(k) The JV shall be registered with the Registrar firms, Maharashtra State. Prior written approval
of GMIDC shall be obtained before any changes are proposed to be made in this joint Venture
Agreement, once it is registered with the Registrar of firms, Maharashtra State, after the
initial approval to the JV deed by the Corporation.

(I) This joint Venture Agreement shall not be dissolved till the completion of the defect liablity
period as stipulated in the Tender Document conditions of the works and till all the liabilities
thereof are liquidated.

(m) That, questions relating to validity and interpretation of this Deed shall be governed by the
laws of India. Any disputes in interpretation of any conditions mentioned herein shall be referred to
any Arbitrator by mutual consent of the parties to the JV and such proceedings shall be governed
by the Indian Arbitration and Conciliation Act. 1996. The award of the Arbitrator shall be final
and binding on the parties, hereto. Neither the obligations of each party hereto to perform the
contract nor the execution of works shall stop during the course of these arbitration proceedings
or as a result thereof.

(n) That, no party to the JV has the right to assign any benefit, obligation or liability under the
agreement to any third party without first obtaining the written consent of the other partner and the
GMIDC.
60

(o) Bank account(s) in the name of the joint Venture firm may be opened with any Nationalized or
Scheduled Bank and the representatives of JV partners are authorized to operate upon such
accounts individually.

(p) That, both the parties to the JV shall be responsible to maintain or cause to maintain proper
Books of Accounts in respect of the business of the JV firm and the same shall be closed be
closed at the end of the every financial year.

(q) That the financial year of the firm shall be the year ended on the 31 st day of March every year.

(r) That, upon closure of the books of account, balanc e, sheet and profit and loss account, as to
the state of affairs of the firm, as at the end of the financial year, andas to te profit or joss made, or
incurred by the firm for the year ended on that date respectively, shall be prepared and the same
shall be subject to audit by a Chartered Accountant.

LEGAL JURISDCTION :

All matters pertaining to or emanating from this JV agreement involving the owner shall be
subject to judicature at Mumbai.

NOTICES AND CORRESPONDANCE :

All correspondences and notices to the JV shall be sent to any one of the following addresses.

(1)---------------------------------------------------------- (2)------------------------------------------------------

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

IN WITNESSES WHEREOF the parties have caused their duly authorized representatives to
sign below:

Signed for and behalf of Signed for and behalf of


______________________ _______________________________

---------------------------------- ------------------------------------------------
61

2.18 Proforma-12
Declaration of Contractor regarding poor performance

(To be signed on Rs 100 Bond paper by the Contractor' Authorized Representative of the contractor,
authorized to sign tender documents).
To,
Superintending Engineer,
Beed Irrigation Project Circle,
Parli Vaijnath

Sir,

I--------------------------------------------------------------------------------------------------------- (Contractor)
Declare that, during last two year 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 Government Department 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
62

2.19 Proforma-13

Quality Control Equipment with Contractor & Quality assurance


Plan of Contractor.

1) Quality Control Equipments required with Contractor

Sr.No. Name Make Capacity

2) Quality Assurance plan of Contractor


a) Details of Personal for looking quality of works.
b) Methodology proposed for quality assurance of work
c) Method of reporting of quality assurance of work.
63

2.20 Proforma-14

CHECKLIST OF DOCUMENTS SUBMITTED ALONG WITH


BID-CAPACITY DOCUMENTS
(To be filled in by Contractor)

Sr. No. Name of Document Page No. of contractors


submitted documents
1
2
3
4
5
6
7
8
9
10

S-ar putea să vă placă și