Technical Bid (Pre-Qualification Criteria) - MP-PWD

advertisement

THE PROJECT DIRECTOR P.I.U.

OFFICE OF THE ENGINEER IN CHIEF

M.P. PUBLIC WORKS DEPARTMENT

GOVERNMENT OF MADHYA PRADESH

TECHNICAL BID

FOR THE WORKS MORE THAN RS. 500 LAKH

TO BE SUBMITTED ALONGWITH N.I.T. IN

(ENVELOPE - B)

Name of Work

: Construction of ITI (6 trade) Building using prefab (LGSF)

Technique i/c C.C. Approach road, HP Culvert, Outer Water

Supply and Internal Electrification. at Beirsiya, Ganjbasoda, Latery,

Sohagpur, Shahganj, Beowra, Model ITI Rajgarh i.e. 7 Places

P.

A.C.: Rs. 3199.27 lakhs

SECTION – I

1. GENERAL CONDITIONS:

1

1.1 The Technical Evaluation questionnaire as detailed in Section - II complete in all respects should be submitted uploaded along with the

Technical Bid in Envelope - B.

1.2 The Technical Evaluation questionnaire contains number of forms as following: a) Schedule 'A' - Structure and Organization b) Schedule 'B' - Financial Statement c) Schedule 'C' - Plant and Equipment d) Schedule 'D' - Working Experience e) Schedule 'E' - Information regarding Litigation, etc.

f) Schedule 'F' - Affidavit g) Schedule 'G' - Bid Capacity Information

i) Schedule I - Priority List as per Para 1.17 of Technical Bid Document

1.3 If necessary, additional sheet can be added to the schedule. Such attachments should be clearly marked as follows:

ATTACHMENT 1 TO SCHEDULE 'A', ATTACHMENT 2 TO SCHEDULE 'A' and so on

1.4 While submitting the schedules duly filled in, applicant shall enclose latest copies of brochures and technical documentation giving additional information about the application.

1.5 Technical Bid document shall be duly signed by the Digital Certificate of the applicant or his authorised representative.

2

1.6 No costs incurred by the applicants(s) in making this offer, in providing clarifications or attending discussions, conferences, on site visits will be reimbursed by the Employer.

1.7 Incomplete and inappropriately filled in applications are liable to be rejected.

1.8 The language for submission of Application shall be English/Hindi.

1.9 The enclosed Schedules should be filled in completely and all questions should be answered. If any particular query is not relevant, it should be relied as 'NOT APPLICABLE'.

1.10 Financial date, project costs, value of works, etc. should be given in

Indian Rupees only. The foreign exchange rate, if adopted for conversion of foreign currency amounts should be indicated.

1.11 If the application is made by a firm in partnership, it shall be digitally signed by a partner holding the power of attorney for the firm by signing the application, in which case a certified copy of the power of attorney shall accompany the application. A certified copy of the partnership deed, current address of the firm and the full names and current addresses of all the partners of the firm shall also accompany the application.

1.12 If the application is made by a limited company or a corporation it shall be digitally signed by a duly authorised person holding the power of attorney for signing the application, in which case a certified copy of the power of attorney shall accompany or corporation will be required to furnish satisfactory evidence of its existence before the contract is awarded.

1.13 If the application is made by a joint venture / consortium of two or more firms, it shall be digitally signed by an authorized representative and accompanied by a legal document signed by all parties to the joint venture

3

/ consortium confirming there in a clear and definite manner the proposed administrative arrangements for the management and execution of the contract and nomination of the authorized representative to sign, the delineation of duties / responsibilities and scope of work to be under taken by each such party, the authorized representative of the joint venture, and an undertaking that the parties are jointly and severally liable to the employer for the performance of the contract. It is expected that one of the firms will act as the lead firm representing the joint venture / consortium and the duties, responsibilities and power of such lead firm shall be specifically indicated. Experience and past performance of each the parties to the joint venture / consortium on works of similar nature within the last three years, current works on hand and other contractual commitments should be as below : a) The lead partner shall meet not less than 40% of the qualifying criteria given below. b) Each of the partners shall meet not less than 30% of all the qualifying critical given below. c) The joint venture must satisfy collectively the criteria above for which purpose the relevant figures for each of the partner shall be added together to arrive at the joint venture's total capacity. d) The formation of joint ventures after pre-qualification, and any change in a pre-qualified joint venture, will be subject to the written approval of the Employer prior to the deadline of submission of bids, such approval shall be denied if (i) partners withdraw from a joint venture (ii) in the opinion of the Employer, a substantial reduction in competition may result. e) Any bid shall be signed by the nominated authorized representative so as to legally bind all partners, jointly and severally, and shall be submitted with a copy of the joints venture agreement providing the joint and several liability with respect to the contract.

4

1.14 The information furnished must be sufficient to show that the applicant is capable in all respects to successfully complete the envisaged work.

1.15 An applicant or any of its constituent partners any of whose contracts for works has been rescind or who has abandoned any work in

Public Works Department in the last three years, prior to the date of the bid shall be debarred from tendering.

1.16 The applicant must have sound financial status. The liquid assets plus bank loan of the applicant must be, at least equal to 105% of the estimated value of the contract package(s).

1.17 QUALIFICATION CRITERIA: Please refer special condition

“K,K1,K2,&K3

(A) . To qualify for award of the contract, each bidder in its name should have in the last five years.

(i) Achieved a minimum financial turn over (in all classes of civil engineering construction works only) amount in the last five years immediately preceding the year of application not less than two and a half times of the amount of the contract.

(ii) Satisfactorily completed as a prime contractor at least on work of similar nature with value not less than 25% of the value of probable

(B) Bidders who meet the minimum qualification will be qualified only if their available bid capacity is more than the total probable amount of contract. The available bid capacity will be calculated as under:

Assessed Available bid capacity = (A x N x 2.00 - B)

5

Where,

A = Maximum value of civil engineering works executed in any one year during the last five years (updated to price level of the year in which contract is to be awarded) works completed as well as works in progress will be accounted

N = No. of years prescribed for the contracts

B = Value (updated) of existing commitments and ongoing works to be completed upto end of the current financial year

NOTE - Statement duly signed or counter signed by the Engineer-in-

Charge should be submitted in support of the above.

1.17.2 Even though the applicants meet the above qualifying criteria, they are subject to the disqualification if they have:

Made misleading of false representation in the form, statements and attachments submitted. and / or

Records of poor performance such as abandoning the work, rescinding of contract for which the reasons are attributed to the non-performance of the contractor, consistent history of litigation awarded against the applicant of financial failure due to bankruptcy.

(C) To qualify for award of the contract, each bidder in its name should have in the last five years.

(ii) Achieved a minimum financial turn over (in all classes of civil engineering construction works only) amount in the last five years immediately preceding the year of application not less than two and a half times of the amount of the contract.

(iii) Satisfactorily completed as a prime contractor at least on work of similar nature with value not less than 25% of the value of probable amount of contract or at least one civil engineering work of value not less than the value of the contract.

1.18 The Technical Bid shall be examined to ascertain whether the applications

(i) Meet the eligibility requirements

(ii) Have been properly prepared and signed

(iii) Contain all the details called for and are in proper format

6

(iv) Are accompanied by required authorization, and

(v) Are otherwise generally in order

1.19 Methodology will be evolve for making assessment of the capability of the firms who have tendered for the work will also include the following items,

Structure and organization of the firm, the liquid assets plus bank loan, and the requirement of satisfactory completion (including enhancement factor) during the last three years of the work. Resources of the firm in respect of personnel, equipments, etc. and any other criteria as may be deemed necessary for particular work package. Applicants who have been debarred by the department or whose contract has been rescinded during the last 3 years will not be considered for the tender.

1.20 The following enhancement factor will be used for the cost of works executed and the financial figures to a common base value for works completed in India. For works completed abroad the latest currency conversion rate will be applied.

Year before

One

Multiplying factor

1.10

Two

Three

1.21

1.33

Four

Five

1.46

1.61

In case the financial figures and value of completed works are in foreign currency, current market exchange rate will be applied for the purpose of conversion foreign currency into Indian Rupees.

7

APPLICATION WILL INDICATE ACTUAL FIGURES OR COSTS AND

AMOUNT IN THE SCHEDULE WITHOUT ACCOUNTING FOR THE

ABOVE MENTIONED FACTORS.

1.21 For assessment of bid capacity, applicants should give information in the Schedule "I'.

8

SECTION II

QUESTIONNAIRE FORMS

(TO BE SUBMITTED ALONGWITH N.I.T. ENVELOP-B)

9

SCHEDULE 'A'

STRUCTURE AND ORGANISATION

1. Name of Applicant:

(in the case of the joint venture/consortium the name of the lead firm)

2. Head Office Address:

Cable Address:

Telex No.:

Telephone No.:

Fax:

3. Regional Office Address (if any):

________________________

________________________

________________________

________________________

Cable Address:

Telex No.:

________________________

________________________

Telephone No.:

Fax:

________________________

________________________

4. Description of Application (e.g. General, Civil Engineering Contractor, Prefab specialist experience Supplier of Equipment, etc. Also attach relevant excerpts from article or deed or other relevant document including the names of principals).

5. Country and Year of incorporation (submit copy of certificate of registration).

6. Names and Address of Bankers:

7. Main lines of business:

10

a) In own Country:

1. Since:

2. Since: b) International:

1. Since:

2. Since:

8. Name(s) and Address(es) of Principals of Companies to be associated in the

Project and whether Parent / Subsidiary, etc.

9. Name and address of any associates in India having local experience in various aspects of the project.

10. Attached an organisation chart showing the structure of the company including names and positions of Directors and key personnel.

Notes:

(1) Application covers proprietary Firm, Partnership, Limited Company or

Corporation,

Particulars for item 2, 3, 4, 5, 6, 7, 8 and 10 above should be furnished separately for each partner of joint venture / Consortium.

11

SCHEDULE 'B'

(FINANCIAL STATEMENT)

(To be given separately for each constituent firm of Joint Venture /

Consortium)

1. Name of Applicant

(in case of Joint Venture / Consortium, the name of the constituent firms)

2. Summary of assets and liabilities on the basis of the audited financial statement of the last three financial years.

(Attach copies of the audited financial statement of the last three financial years)

Year Year Year

(Rs. Lakhs) (Rs. lakhs)

(Rs. lakhs) a) Total Assets b) Current Assets c) Cash, Temporary Investments and Current Receivables d) Total Liabilities e) Current Liabilities f) Net Worth (a) - (d) g) Working Capital (b) - (e) h) Authorised Capital

12

i) Capital Issued and Paid Up j) Current Ratio (b) / (e) k) Acid Test Ratio (c) / (e) l) Total Liability to Net Worth (d) / (f)

3. Annual value of construction works, undertaken for each of the last five years and projected for current year.

(Rs. in Lakhs)

Current

Year

1 year before

2 years before

3 years before

4 years before

5 years before

Home

Abroad

4. Net Profit before Tax:

(a) Current (year)

(b) During the last financial year

(c) During each of the four previous financial years :

The profit and loss statements have been certified through

________________________by) ____________________

5. Applications specific financial arrangements (mentioned amount in Indian

Rupees)

13

a) Own Resources: b) Bank Credit: c) Others (specify):

6. Credit Facilities: a) Name / address of First class/Nationalised Bank providing credit line. b) total amount of credit line (attach certificate form the bank_

7. Approximate value of works in hand.

8. Value of anticipated orders for next financial year : a. Home: b. Abroad:

______________________________________________________

Notes:

1. Details of items 7 and 8 are to be given in Schedule D - Working Experience

2. All items should be properly filled in. Where any particular item is not applicable, it should be clearly mentioned as

‘Not Applicable’.

14

SCHEDULE - C

LIST OF ESSENTIAL PLANTS AND EQUIPMENTS

The contractors should posses or confirm his mention to procure / lease the following plants, machinery and equipment and should install them at the site of the work within one month of the award of contract.

Min. Available Requirement i) Concrete Mechanical mixer ii) Weigh batcher iii) Plate Vibrators iv) Pin Vibrators

-

-

-

- with Contractor

1 cum capacity

1 No.

4 Nos.

8 Nos. v) Electric or petrol/diesel driven concrete saw As per requirement vi) Fully well equipped lab 1 No. vii) Portable Generator Set (3 KVA) viii) Other Machinery i.e. welding set

1 No.

& tools used in erection work ix) Batch Mixed Plant 1 No.

1No. x) Sensor Paver xi) Mechanical Bitumen Sparer 1 No.

Notes:

Intention to procure lease the plants and machinery should be accompanied by documents to the effect. The nature of documents could be any one of the under: i) Order to the manufacturer of the plant and equipments. ii) Conformation from the manufacturer iii) Proof of payments in full or part iv) Agreement to lease the equipment

15

SCHEDULE - D

WORKING EXPERIENCE

(To be given separately for each partner of Joint Venture / Consortium)

Total No. of years of experience in Civil Construction Work

LIST OF ALL PROJECTS HAVING THE VALUE OF INDIAN RUPEES TWENTY LAKHS OR MORE, EXECUTED

DURING THE LAST FIVE YEARS.

Name of

Employer

Name,

Location

& Nature of work

Contract price in Indian Rs.

Percentage of participation of company in Project

Original date of start of Work

Original date of completion of

Work

Actual date start of Work

Actual date of completion of Work

Reasons for delay in completion, if any

Notes: 1. Certificate from the Employers should be attached

2. Non-disclosure of any information in the Schedule will result in disqualification of the firm.

16

SCHEDULE 'E'

INFORMATION REGARDING CURRENT LITIGATION,

DEBARRING / EXPELLING OF TENDERER OR ABANDONMENT OF WORK BY

TENDERER

1. (a) Is the Applicant currently involved in any litigation relation to the contractor works Yes / No

(b) If yes, give details

2. (a) Has the applicant or any of its constituent partners been debarred

/expelled by any Agency in India during the last 5 years.

(b) If yes, give details

Yes / No

3. (a) Has the Applicant or any of its constituent partners failed to perform on any contract work in India during the last 5 years. Yes / No

Note: If any information in this schedule is found to be incorrect or concealed, prequalification application will be summarily rejected.

37

SCHEDULE 'F'

AFFIDAVIT

1. I, the undersigned, do hereby certify that all the statements made in the required attachments are true and correct.

2. The undersigned also hereby certifies that neither our firm M/s.

____________________________ nor any of its constituent partners have abandoned any work of C.P.W.D. or State P.W.D. in India nor any contract awarded to us for such works has been rescinded during last five years prior to the date of this bid.

3. The undersigned hereby authorize(s) and request(s) bank, person, firm or corporation to furnish pertinent information deemed necessary and requested by the Department to verify this statement or regarding my / our competent and general reputation.

4. The undersigned understands and agrees that further qualifying information may be requested, and agrees to furnish any such information at the request of the Department /

Project implementing agency.

Name and Title of Officer

Name of Firm

Date:

38

SCHEDULE 'G'

Bid Capacity information as per clause 1.17 of Technical Bid Document

39

SCHEDULE 'I'

Priority List as per Para 1.17 of Technical Bid Document

I / We / M/s. _______________________________________ here by give my / our priority for acceptance of tender within my bid capacity in firm of para 2.2.1 A of Notice Inviting

Tenders.

Priority No.

1.

2.

3.

Package No. Name of work

4.

Notes:

1. In case of contradiction in the priority given with different tenders the same will be decided by the department in the order of serial No. given in the Notice Inviting Tenders.

2. In case there is any change in the parameters given in the documents between the date of submission of Tender and the date of opening of Financial bid, the contractor shall intimate such charges which may affect his bid capacity, etc.

40

Download