NIT No. 04/SAC/2014-15, Dated 24-03-2015 System Tender No. 3966 (First-Call) GOVERNMENT OF CHHATTISGARH Water Resources Department PREQUALIFICATION DOCUMENT PART - I (ENVELOPE - ‘B’) : RAJATALAB TANK SCHEME Name of work : RENOVATION WORK OF RAJATALAB TANK AND CONSTRUCTION OF RBC & LBC CANAL AND THEIR CONSTRUCTION OF 14 NOS. CANAL STRUCTUERS. Probable amount of contract : Rs. 154.74 LAKHS Amount of Earnest Money : Rs. 1.16 LAKHS Time allowed for completion : Name of Project EXECUTIVE ENGINEER WATER RESOURCES DIVISION DHARAMJAIGARH (C.G.) 09 MONTHS (INCLUDING RAINY SEASON) From the date of issue of work order. SUPERINTENDING ENGINEER WATER RESOURCES CIRCLE RAIGARH (C.G.) CHIEF ENGINEER HASDEO BASIN, W.R. DEPARTMENT BILASPUR (C.G.) 1 Government of Chhattisgarh Water Resources Department OFFICE OF THE CHIEF ENGINEER HASDEO BASIN, WATER RESOURCES DEPT., BILASPUR (C.G.) PREQUALIFICATION DOCUMENT NIT No. : 04 /SAC/2014-15 (FIRST- CALL) Date: 24-03-2015 1. Name of Project : RAJATALAB TANK SCHEME 2 (a) Name of work : RENOVATION WORK OF RAJATALAB TANK AND CONSTRUCTION OF RBC & LBC CANAL AND THEIR CONSTRUCTION OF 14 NOS. CANAL STRUCTUERS. (b) Group No. (If any) : -- 3. Probable amount of contract : Rs. 154.74 LAKHS 4. Amount of Earnest money (Bid Security) : Rs. 1.16 LAKHS 5. Time allowed for completion : 09 MONTHS (Including rainy season) from the date of issue of work order 6. 7 8. (a) Name of registered Contractor : (b) Class of Registration : (c) Company ID : (d) User ID : (a) Cost of Prequalification Tender document & Tender document : (b) Reference to Payment Gateway for online payment Clauses of NIT not applicable : : Rs. 1521.00 (for online) 2.2.1, 2.7.1, 2.15, 2.17.2, 2.21.2 to 2.24, 2.27, 2.38, 2.40.1 to 2.40.3, 3.10, 3.11 (B), 3.16(Partially), 3.23, 3.23.1, Annexure - E, Annexure - F ISSUED BYTENDER UPLOADING AUTHORITY OF CHIEF ENGINEER, HASDEO BASIN, WATER RESOURCES DEPT., BILASPUR Note : All the information is to be filled in carefully in all respective forms by the online bidder, submitting the tender documents to the issuing authority. 2 Information & Instructions for Tenderers before submission of Tender 1. Tenderers are required to go through the document carefully and not the procedure for submission of the documents. The application should be filled up completely and carefully and sign the documents wherever it is prescribed. 2. The entire physical and financial turnover must be supported by the certificates not below the rank of Executive Engineer duly attested should be submitted. The details without concern authority certificate will not be considered and the Tenderer would be disqualified for which he himself would be responsible. All information required for, in the enclosed forms, should be furnished against the each respective columns in the forms, if information is furnished in separate document; reference to the same should be given against respective columns. If information is ‘NIL’ it should also be mentioned as ‘NIL’ or ‘No such case’. If any particular query is not applicable in case of the tenderer, it should be stated as not applicable. However, the tenderers are cautioned that not giving complete information called for in the application, in the format required or not giving it in clear terms of making any change, in the prescribed format may result in the tenderer being summarily disqualified. 3. The application must be type-written and the Tenderer’s name must appear on each page of the application. 4. All financial / monetary figures to be furnished in any of the pages/forms in this prequalification document shall be in ‘Rupees’. 5. Over-writing should be avoided, mistake should be scored through and corrections incorporated and attested with the Tenderers initials written in ink. All pages of the prequalification documents shall be numbered and submitted as a package with the signed letter of transmittal. 6. All the information must be submitted in English. 7. Reference, information and certificate from the respective authority certifying the suitability, technical knowledge and capacity of the Tenderer should be signed by the officer not below the rank of Executive Engineer. 8. No further information will be entertained after submission of pre-qualification documents unless it is called for by the Water Resources Department. 9. The applications are invited for the work as detailed in the brief note. The pre-qualification documents in prescribed form duly completed and signed shall be submitted. 10. The copies of the documents must be submitted online. 11. The cost incurred by the tenderer in preparing this application, in providing clarification or attending discussion, conferences or verification in connection with document shall not be reimbursement under any circumstances. 12. An affidavit in the prescribed format as per Annexure-VIII should be furnished by the Tenderer regarding correctness of the information furnished at Annexure- I to Annexure- Vll. 13. If the Tenderer produce untrue or false information regarding his qualification requirement then Earnest Money Deposit shall be forfeited immediately. 3 PREQUALIFICATION DOCUMENT (ENVELOPE - 'B') Appendix – A INFORMATION & INSTRUCTIONS TO THE BIDDERS OF WATER RESOURCES DEPARTMENT FOR e-PROCUREMENT SYSTEM Special conditions and Instructions for e-Procurement System as given in the subsequent pages will over-rule the conditions stated in the Tender document wherever relevant and applicable. 1. Enrollment/Registration & Empanelment of the Contractors/Bidders on Government of Chhattisgarh’s e-Procurement Portal. In order to participate in the tenders floated using the e-Procurement System, all contractors/bidders are required to get enrolled on the e-Procurement portal (https://cgprocurement.gov.in) and get empanelled on the sub-portal of Water Resources Department (WRD) , Chhattisgarh at https://wrd.cgeprocurement.gov.in. Only after concerned departmental officer approves the empanelment of the contractor/bidder online, the contractor/bidder shall be allowed to participate in the tenders floated by the department using the e-Procurement System. 2. Set-up of Machine In order to operate on the e-procurement System, setting of User’s Machine is required. For which the User has to install some utilities in his machine as per the instructions in Help Manual for Machine Setup (Available for download on the e-Procurement Portal). The copy of t he same may be obtained From Service Provider of the e-Procurement system: “Wipro Limited in consortium with the M/s NexTenders (India) Pvt.Ltd.” 3. Obtaining a Digital Certificate : The bids submitted online should be signed electronically with a Digital Certificate to establish the identity of the bidder bidding online. These Digital Certificates are issued by an approved certifying authority, authorized by the Controller of Certifying Authorities, Government of India. A Digital Certificate is issued upon receipt of mandatory identity proofs and verification letters attested by Gazetted Officer. Only upon the receipt of the required documents, a digital certificate can be issued. The registered contractors may obtain information required to issuance of a class II Digital Signature Certificate from the Controller of Certifying Authorities (www.cga.gov.in) or the Service Provider of e-Procurement system of Government of Chhattisgarh. with NexTenders (India) Pvt. Ltd. B-31, Shailendra Nagar Raipur - 492001 Tel No. 0771-4079400, 0771-4221020 Tele Fax No. 0771-4221023 e-Mail : raipur@nextenders.com 4 4. 5. 6. 7. Important Note : Submission of Bids for a particular tender shall be done only using the digital certificate. In case, during the process of a particular tender, the user loses his digital Certificate (i.e. due to virus attack, hardware problem operating system problem etc.) he may not be able to submit the bid online. Hence the users are advised to back up the certificate and keep the copies at safe places under proper security to be used in case of emergencies. In case of online tendering, the digital certificate issued to the authorized user or a firm and used for electronic tendering will be considered equivalent to no-objection certificate/power of attorney to that user. The firm has to authorize a specific individual via an authorization certificate signed by all partners to use the digital certificate as per Indian IT Act2000. Unless the certificate is revoked, it shall be assumed t o represent adequate authority of the user to bid on behalf of the firm for Water Resources Department tenders as per Information Technology Act 2000. The digital signature of the authorized user will be binding on the firm, it shall be the responsibility of management/partners of the registered form to inform the Certifying Authority or Sub-Certifying Authority, if the authorized user changes, and apply for a fresh ‘authorization certificate’ for the new user. The same procedure holds true for the authorized users in a Private/Public company. In this case, the authorization certificate will have to be signed by the directors of the company. Opening of an Electronic Payment Account: For submitting the bids online, the contractors/bidders are required to make online payment using the electronic payments gateway service as mentioned in the NIT. Arrangements have been made for Contractors/Bidders to make payments online via Credit Card/Cash Cards/Internet Banking. The different modes of electronic payments accepted on the e-Procurement System in available and can be viewed online on the eProcurement Website (https://cgeprocurement.gov.in.) Payments for submission of bids online: The Tender Documents may be downloaded free of cost from online eGPS by eligible Contractors/Bidders. The Contractors/Bidders are required to make the payment for bid submission through online payment modes mentioned in Point No. 4 above. In Online Tendering, the “Application Form” for the issue of Tender Documents shall not be required.” The suppliers shall submit the bids by making online payment of Tender Document fees using the service of the secure electronic payments gateway, and print out the system generated receipt of their reference which can be produced whenever required. The secure electronic payments gateway is an online interface between Contractors/Bidders and Credit Card/Online payment authorization network. Submission of Bids, EMD and other Documents will be governed by the time schedules given under “Key Dates” on the online e-Procurement System Portal for the particular tender. (Please refer to the help manual for viewing of New Tenders online on the e-Procurement Portal). Tender Download: Eligible/Interested Bidders can download the Tender Document online. Submission of Bid Seal (Hash): The online submission of bids will be preceded by submission of the “digitally signed bid seal (hash)” as stated in the tender time schedule (Key Dates) published in the NIT. The contractors cannot change any bid data after generation of bid seal (Hash). 5 8. Generation of Super-Hash: After the time of submission of Bid Seal (Hash) by the Contractors/Bidders has lapsed, the bid round will be closed and a “digitally signed ender Super-Hash” which will be prepared by concerned Departmental Official. This is equivalent to sealing the tender box. 9. Submission of Actual Online Bids: Suppliers have to submit and sign their encrypted bids (by their user Public-Key) online using their digital certificate after the generation of Super-Hash within the date and time as stated in the tender schedule (Key Dates). The electronic bids of only those suppliers who have submitted their bid seals (hashes) within the stipulated time, as per the tender time schedule (Key Dates), shall be accepted by the system. A supplier who does not submit has bid seal (hash) within the stipulated time shall not be allowed to submit his bid. 10. Submission of Earnest Money Deposit: The suppliers will also submit their Earnest Money Deposit as usual in a sealed physical “Cover-A” and the same should reach the stipulated department office as stated in the Tender Document, by post. The Supplier shall also upload scanned copy of EMD instrument along with other details during online bidding. 11. Opening of Tender Documents: The authority receiving the tenders or his duly authorized officer shall first open the “Envelope A” of all the constructors/Bidders and check for the validity of EMD and document submitted in the “Envelope-A”, as required by Water Resources Department. In case, the requirements are incomplete, the Technical Bid of the concerned supplier received shall not be opened. The authority shall then open the bids submitted by the suppliers online through the eProcurement website. The official shall match the hash of each bid with the hash submitted by the contractors prior to bid submission. In 12. Fill Negotiated Rates: The Successful bidder may have to fill in Negotiated Rates if so required during this process. In case of no negotiation or no change in rates successful bidders need to complete the Fill Negotiated Rates Stage. 13. Key Dates: The suppliers are strictly advised to follow the tender schedule (Key Dates) for their side of tasks and responsibilities to submit their bids, as the system is time and date locked. ***** 6 KEY-DATES S. No. 1 Departmental Action Contractors Action Release of NIT From Date Time To Remark Date Time 24-03-15 10.30 07-04-15 17.30 2 Bid Download 07-04-15 17.31 21-04-15 17.30 3 Submit Bid Hash and online payment of bid submission fee 07-04-15 17.31 21-04-15 17.30 21-04-15 17.31 22-04-15 17.30 22-04-15 17.31 24-04-15 17.30 07-04-15 17.31 27-04-15 17.30 4 Close for bidding (Super Hash) 5 Submit Bid online (only with encryption by department pub. key) Physical submission of EMD and copy of registration in sealed envelope ‘A’ (By post) in the office of the 6 Submission of EMD, affidavit & copy of registration etc. (Envelope “A” by post) Superintending Engineer Water Resources Circle, Raigarh (C.G.) 7 8 9 10 11 12 Open EMD, affidavit and Technical / PQ bid (After hash matching of each envelope) Evaluation of Technical / PQ Bid (And information to successful bidders) Open Price / financial bid Evaluation of price bid (and information to bidder if negotiation) Award of tender Fill Negotiated Rates (If req.) Technical Bid Part I & Financial Bid Part-II (Envelope A,B & C) Technical Bid Part I & Financial Bid Part-II (Envelope A,B & C) Technical Bid Part I & Financial Bid Part-II (Envelope A,B & C) 27-04-15 17.31 05-05-15 17.30 27-04-15 17.31 05-05-15 17.30 27-04-15 17.31 15-05-15 17.30 27-04-15 17.31 15-05-15 17.30 27-04-15 16-05-15 17.31 17.31 16-05-15 18-05-15 17.30 17.30 13 View item rate form 18-05-15 17.31 19-05-15 17.30 14 Award of tender 19-05-15 10.30 29-05-15 17.30 Technical bid Part-I including EMD, affidavit & copy of registration etc. (Envelopes 'A & B') (Envelope-C) 7 PREQUALIFICATION DOCUMENT (ENVELOPE - "B") Part - II INFORMATION & INSTRUCTIONS TO THE TENDERERS 1.0 FOR SPECIAL ATTENTION: 1.1 The contractors registered is ‘C’ class registered in ‘Unified registration system, – eregistration’ in PWD (CG) as well as registered on the e-procurement (Main Portal: https://cgeprocurement.gov.in, WRD Portal : https://wrd.cgeprocurement.gov.in) are eligible to tender for the work. 1.2 The contractor is supposed to visit the site of work to acquaint himself with the topography of the site, availability of the construction materials and site conditions before submitting the tender. 2.0 METHOD OF TENDERING: 2.1 Bid for a particular tender may be submitted only using the digital certificate, which was used to purchase the tender document online In online tendering, the digital certificate issued to the authorised user of a firm and used for electronic tendering will be considered equivalent to a no-objection certificate/power of attorney to that user. The firm has to authorize a specific individual via an authorization certificate signed by all partners to use the digital certificate as per Indian IT Act 2000. Unless the certificate is revoked, it will be assumed to represent adequate authority of the user to bid on behalf of the firm for WRD tenders as per Information Technology Act 2000. The digital signature of this authorized user will be binding on the firm. It shall be the responsibility of management/partners of the registered firm to inform the Certifying Authority or Sub Certifying Authority, if the authorized user changes, and apply for a fresh digital certificate and issue a fresh ‘authorization certificate’ for the new user. 2.2 The same procedure holds true for the authorized users in a private/public limited company. In this case, the authorization certificate will have to be signed by the directors of the company. 2.3 If the tender is made by the individual, It shall be digitally-signed by the individual & write his full name and current address. 2.4 If the tender is made by the Proprietary firms, it shall be digitally-signed by the Proprietor & write his full name and correct address. 2.5 If the tender is made by a firm in partnership, it shall be digitally-signed by assigning the tenderer in which case a certified scanned copy of the power of attorney shall accompany the tender. A certified scanned copy of the Partnership Deed, Current Address of the Firm and the full names and the current address of all the partners of the firm and address and landline phone nos. of certificates issuing authority shall also accompany the tender. 2.6 If the tender is made by a limited company or a limited Corporation, it shall be digitally-signed by a duly authorised person holding the power of attorney for signing the tender in which case a certified copy of the power of attorney shall accompany with the tender. Such limited company or Corporation may be required to furnish satisfactory evidence of its existence before the contract is awarded. 2.7 All signatures in the tender document shall be dated. 8 2.8 Joint Ventures are not acceptable. 3.0 CAPABILITY OF TENDERER ELIGIBILITY: Eligibility and qualification requirements: 3.1 Criteria for evaluating capacity of tenderers for prequalification tenders (bids) in Annexure-I. For purpose of this particular contract, the tendered should have the following minimum requirement for prequalification. To qualify the tenderer must have achieved as minimum the following performance in any one of the last five years from 2009-2010 to 2013-2014 i. Financial turnover of Civil Engineering Works (annual) 206.32 Lakhs. 154.74 Lakhs. At Price-level of 2013-2014. ii. Bid Capacity 3.2 Details for prequalification of Bidders in Annexure-II. The quantity of Hard Rock excavation / Concrete ( All types) / All types of Masonry / Any other special requirement item for the last five years i.e. 2009-10 to 2013-14 is to be supplied in Annexure-II (APPLICABLE FOR TENDER COSTING MORE THAN RS. 2.00 CRORES ONLY). 3.3 Details of the financial turnover during last five years in Annexure-III. 3.4 Details of balance works in hand in format given in Annexure-IV. 3.5 Information regarding relatives working in the department in format given at Annexure-VI. 3.6 Performance of the tenderer in respect the works executed shall be certified by the competent authority. The turnover of years prior to 2013-2014 shall be given additional weightage of 10% per year to bring them to price level of 2013-2014. The weightage shall be as under: Year 2009-2010 : 1.46 Year 2010-2011 : 1.33 Year 2011-2012 : 1.21 Year 2012-2013 : 1.10 Year 2013-2014 : 1.00 9 3.8 Information regarding current litigation of the tenderer shall be given in format as per Annexure-VII. 4.0 SUBMISSION OF TENDER: The tenderer shall submit his tender online only in three separate sealed envelopes marked as Envelope "A", Envelope "B" and Envelope "C". The tenderer shall submit bid seals (Hashs) of all these three envelopes as per time-schedule mentioned in the Key-Dates of the NIT. The tenderer/contractor cannot change the tender-data after submission of bid seal (Hash) & signed by Digital signature. The tenderers are advised to go through the prequalification documents carefully and furnish the required details duly supported by scanned copy of documentary evidence (which must be self attested as well as attested by the any Gazetted officer), as their eligibility for this contract will be decided on the strength of the information/documents submitted by them in Envelope "B" Envelope "A" should contain scanned copies of the following: 1. Copy of valid Registration in appropriate class in ‘C’ class registered in ‘Unified registration system, – e-registration’ in PWD, issued by the competent authority. 2. Valid solvency certificate/copy of order issued by competent authority on behalf of submitting interest bearing security to the 50% cost of solvency certificate. 3. Valid Bid Security (Earnest Money) in one of the approved forms laid down in Clause 2.5.1 of tender notice (Part-II) and must be submitted online as well as in original and issued before the date & time close for bidding. 4. An affidavit that all the information furnished with the pre qualification document is correct in all respects and must be submitted online as well as in original. Envelope "B" should contain scanned copies of the following: 1. To be eligible for award of contract, the tenderer shall provide evidence satisfactory to the department, of their eligibility and of their capability and adequacy of the resources to carry out the contract effectively. 2. The income tax returns/ submitted including balance sheet with Saral form for all last five year and during the last five years from 2009-10 to 2013-14. 10 Envelope "C" should contain the following: 1. Price Bid in the prescribed tender document downloaded online by the tenderer duly filled in with the Price Bids in the figures and words both in the appropriate pace of template meant for it. THE TENDER SHALL BE SUBMITTED/RECEIVED ONLINE ONLY DURING OFFICE HOURS UPTO THE DUE DATE 21-04-2015 AT 17.30 HOURS (IST). After the time of submission of Bid Seal (Hash) by the contractors has lapsed, the bid round will be closed and a "digitally signed tender Super-Hash" will be prepared by authorised WRD officer. This is equivalent to sealing the tender box. Contractors have to submit their encrypted bids (by their user Public-key) online, after the generation of Super Hash within the date and time as stated in the tender schedule (Key Dates). The electronic 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 system. A contractor who has failed to submit his bid seal (Hash), within the stipulated time will not be allowed to submit his bid. All the bids received shall be online collected by the officer who is competent to accept the tender (C.E. in case of Govt./E-in-C) and shall be kept in safe custody through the system. OPENING OF TENDERS: All the tenders containing sealed (Hashed) envelopes "A", "B" & "C" which have been collected online (in case of Envelope-A, both online & manually) shall be opened (Envelope "A" and "B") on date 27-04-2015 from 17:31 hours in the office of The Chief Engineer, Hasdeo Basin, Water Resources Deptt., Bilaspur {by the officer competent to sanction tenders (C.E. in case of Government/E-in-C)} or officer authorized by him. Tenders will be opened in the presence of tenderers or their authorised representative who choose to be present. If the date of opening of tender happens to be a holiday, the tenders will be opened on the next working day from 15.30 hours No application of the tenderer shall be entertained between the period of submission & opening of tender. Firstly, envelop "A" shall be opened and if the affidavit, valid registration along with valid solvency certificate/copy of order issued by competent authority on behalf of submitting interest bearing security to the 50% cost of solvency certificate, the bid security of required amount in prescribed form is found in order, then envelopes "B" shall be opened just after. Envelope "C" shall not be opened and shall be kept in custody with the officer who is competent to accept the tender (C.E. in case of Government/Ein-C). 11 After opening of envelope "B" and verification, based on the information given in Annexures, by the tenderer, evaluation of pre-qualification will be carried out as per norms/criteria given in Annexure-I. Pre-qualification of the bidder will be decided by the officer who is competent to accept the tender. (C.E. in case of Govt./E-in-C) The bidder who does not pre-qualify as per the prescribed norms, his price bid will not be opened and will be kept in the office of the officer competent to accept the tender (C.E. in case Government/E-in-C) Pre-qualified bidders shall be intimated the date and time on which envelope "C", the price bid offer shall be opened. Envelope "C" will be opened on a pre-intimated date and time and in the presence of bidders or their authorized representative who choose to be present. DISQUALIFICATION: Even though the Tendered satisfy the above, they are subject to be disqualified if :1. Made misleading, incorrect, incomplete or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements. 2. The tenderer produces untrue or false information regarding qualification requirement then the EMD produce for the tender shall be forfeited and his registration may be suspended for a period of minimum six month to a maximum 2 years or his registration may be cancelled. In case contractors enters into agreement and commences the work and it is found that he has been awarded the contract based on incorrect / false / incomplete information the security deposit of such contracts will be forfeited and also action indicated above may be taken against the contractor. 3. Tenderer not produce all original certificates for verification of the certificates submitted for prequalification requirements as and when demanded by the department. 4. Participated in the previous bidding for the same work and not executed the agreement. 5. Record of poor performance such as abandoning the works, not properly completing the contract, unsatisfactory quality of work, inordinate delays in completion, claim and litigation history, or financial failures etc in any department of Govt. of Chhattisgarh or the state Govt. organisation/ services / corporations/ local body etc.(by whatever names these are called). 6. One person involving in two or more registration in the same tender. Note : 1. Information in Annexure I to VIII has to be filled completely in the Pre-Qualification document itself. 2. Supporting documents as required must be supplied separately and kept in the envelope “A”,”B” and “C” respectively and produce all original certificates for verification of the documents submitted for pre-qualification requirements as and when demanded by the department. 3. Competent authority for approval of pre-qualification may ask for originals documents for verification from the tenderers before deciding Pre-qualification and as and when required. ****** 12 ANNEXURE – I (Criteria for evaluating capacity of tenderers for Prequalification tenders (bids) with reference to memo No. 4211220/T/02/Cir/ Part-4/7933 Date 27.05.11 the instruction for special attention to Tenderer regarding Pre-qualification documents is for appending in Tender document in place page contained disqualification are proposed below Name of Division : WATER RESOURCES DIVISION, DHARAMJAIGARH Name of Work RENOVATION WORK OF RAJATALAB TANK AND CONSTRUCTION OF : RBC & LBC CANAL AND THEIR CONSTRUCTION OF 14 NOS. CANAL STRUCTUERS. 1.0 CRITERIA FOR EVALUATION OF BID : FINANCIAL TURNOVER : Should have a minimum financial turnover value of CIVIL ENGINEERING WORKS successfully executed worked out as under in any one year during the last five years from 2009-2010 to 2013-2014. (10% weightage per year shall be given to bring the financial turnover to present price level.) Amount put to tender 154.74 --------------------------------------- x 1.0 = ----------- x 1.0 = Rs. 206.32 Lakhs Period of Completion in years 9/12 The Financial turn over for civil engineering work of the contractor is to be counted as per the income tax return submitted to Income Tax deptt. for the previous five years i.e. from 2009-2010 to 2013-2014. The copy of the return submitted including Audit report, computation of Income, balance sheet, TDS, profit & loss account etc. with Saral Form / Income tax return acknowledgement (duly attested) be produced as proof. Financial and physical experience of subsidiaries / subcontract and private work shall not be considered for Qualification. 2. BID CAPACITY : Tenderer (bidder) who meet the minimum qualification criteria stipulated in 1 above shall be further evaluated for assessed bid capacity as under Assessed bid capacity = [(1.5 x A x B) - C] > Rs. 154.74 Lakhs. Where A= Maximum value of civil engineering works executed in any one year during the last five years (10% weightage per year shall be given to bring the value of executed at present price level.) experience of subsidiaries / subcontract and private work shall not be considered. B= Prescribed completion period in years. C= Amount of balance works in hand with tenderer at the time of receipt of tender. 13 The department may verify the certificates at any time of tendering process or work execution even after agreement. Therefore, the tenderer are advised to keep the original copies of the supported documentary evidences regarding their eligibility. ANNEXURE – II (Abstract of statement No. S-1, S-2, S-3 & S-4) DETAILS FOR PRE-QUALIFICATION OF BIDDER (Refer para 3.2 of the Information and Instruction for Tenderes) The data to be supported by client’s certificates as required vide para 3.2 of the Information & Instruction for Tenderer Details of work Execution Capacity during last five years S. Year All types of Cement Concrete (Minimum required ……. Cum.) Others Remarks 2 3 4 5 No. 1 NOT APPLICABLE for tender costing upto Rs. 2.00 Crores Signature of Tenderer (Seal) 1. The Bidders are advised to read “Information and Instructions for tenders before submission of tender” and all qualifying criteria carefully. 2. All relevant certificates must be mentioned yearswise physical quantities. 3. Address and land line phone nos. of certificates issuing authority shall also be mentioned. 14 ANNEXURE – III (Refer para 3.3 of the Information and Instruction for Tenderes) Minimum required Financial Turnover Qualification Rs. 206.32 Lakhs for Civil Engineering works of last five financial Year i.e. 2009-10 to 2013-14 Financial Turnover of the Tenderer during last five Years including weightage S. No Name of Tenderer 1. 2. Financial Turnover as per TDS & Affidavit Year Financial Turnover Page Financial of Civil Engineering No. Turnover works amount including (in Lakhs) as per weightage Annexure-III (A) 3. 4. 5. 6. 2009-10 2010-11 2011-12 2012-13 2013-14 ) Remarks 7. Mention that Financial year for which the complete detail complete audit report, computation of income sheet, profit & Loss Account, balance sheet, TDS certificates with Saral is being Provided as per Annexure III(A) Year …………….. Signature of Tenderer (Seal) Note:- COPY OF SARAL / ACKNOWLEDGEMENT OF IT RETURN IS COMPULSORY FOR ALL LAST FIVE FINANCIAL YEAR. (IF INCOME FILED FOR THE REGISTERED FIRM IS NIL FOR A PARTICULAR YEAR, THEN ONLY SUBMIT THE COPY OF SARAL / ACKNOWLEDGEMENT OF INDIVIDUAL PARTNER OF THAT FIRM) NON SUBMISSION OF ANY YEAR’S SARAL/ ACKNOWLEDGEMENT OF IT RETURN MAY LEAD TO DISQUALIFICATION. 15 ANNEXURE – III (A) (Refer para 3.3 of the Information and Instruction for Tenderes) Minimum required Financial Turnover Qualification Rs. 206.32 Lakhs for Civil Engineering works in any one year of last five financial Year i.e. 2009-10 to 2013-14 Year for TDS Details is Being Provided Name of Division/ Project where work carried out Ag. No. & Date 1. 2. 3. Amount Received for civil Engineering construction work excluding subsidiaries / sub contract and private work 4. Amount Received for other works including subsidiaries/ subcontract and private work 5. TDS Amount Deducted Ref. of Certificate attached in page No. 6. 7. Note:1. The Financial turnover for civil Engineering works of the contractor is to be counted as per the income tax return submitted to Income Tax deptt. for any one of the previous five years i.e. from 2009-10 to 2013-14. The copy of the IT return submitted of the Financial year must contain complete AUDIT REPORT, COMPUTATION OF INCOME SHEET, PROFIT & LOSS ACCOUNT, balance sheet, TDS Certificates with Saral / INCOME TAX RETURN ACKNOWLEDGEMENT form (duly ATTESTED BY CHARTERED ACCOUNTANT and self attested as well as attested by the any Gazetted officer) be produced as proof. 2. TDS Certificate should be supported by the FORM 16A signed by officer not below the rank of Executive Engineer. 3. Non submission of the any details required may lead to Disqualification. 4. If the turnover is taken as the partner’s/ Director’s credentials than all the works of that partner/ Director must be mentioned clearly. Evaluation of prequalification for Turnover / work experience will be done on basis of the ratio of his partnership / shareholding percentage. 16 ANNEXURE - IV (Refer para 3.4 of the Information and Instruction for Tenderes) Details of work in hand with tenderer at the time of receipt of tender LIST OF CONTRACTS HELD BY THE CONTRACTOR IN WATER RESOURCES DEPARTMENT / P.W.D. AND ALL OTHER DEPARTMENT at the time of submission of this tender. DETAILS OF WORKS IN HAND SHOULD BE GIVEN IN FOLLOWING PROFORMA S. No. Name of Division Name of work Ag. No. & Date Amount of Contract 1. 2. 3. 4. 5. Value of work done at the time of receipt of tender 6. (Rs. in Lakhs) Value of Ref. of balance work Certificate in hand at the attached as time of receipt Page No. of tender 7. 8. Signature of Tenderer (Seal) Note :1. The above details should be supported by the relevant documents duly self attested as well as attested by the any Gazetted officer. Certificate of work executed and work in hand submitted by the bidder shall be certified by the officer not below the rank of Executive Engineer. 2. It is made clear that the amount of work in hand is acceptable up to the last running bill recorded in the measurement book and paid. The work executed after the last paid running bill which is though recorded in measurement book but not paid to the contractor will be considered in the category of work in hand. 3. Any agreemented works which have not been started due to any reason shall be considered in the category of work in hand. 4. If the turnover is taken as the partner’s/ Director’s credentials than all the works of that partner/ Director must be mentioned clearly. Evaluation of prequalification for Turnover / work experience will be done on basis of the ratio of his partnership / shareholding percentage. 17 ANNEXURE - V (Refer para 1.3 of the Annexure-I for Tenderes) Bid Capacity required as per NIT Rs. 154.74 Lakhs. BID CAPACITY OF TENDERER S. No. Name of Tenderer Year 1. 2. 3. Financial Turnover including weightage as per Total of Col. 4 of Work in Hand as per Annexure IV Amount in Lakhs Page No. Bid Capacity 1.5 AXB - C Remarks 5. 6. 7. Annexure- III (A) 4. Signature of Tenderer (Seal) 18 ANNEXURE-VI (Refer Para 3.5 of the Information & Instruction for Tenderer) LIST SHOWING NEAR RELATIVES OF THE TENDERER WORKING IN CHHATTISGARH WATER RESOURCES DEPARTMENT S.No 1. Date: Name of Divisional Accountant and Gazetted officers working in Chhattisgarh Water Resources Deptt. 2. ..................... Relationship with the Tenderer 3. Name of persons working with the contractor who are near relative to officers mentioned in column (2) 4. Relationship 5. Signature of the Tenderer (Seal) 19 ANNEXURE -VII (Refer Para 3.8 of the Information & Instruction for Tenderer) INFORMATION REGARDING CURRENT LITIGATION S.No. Name of Contract 1. 2. Date: ………… Year or organisation Contract 3. Details of Litigations 4. Signature of Tenderer 20 ANNEXURE - VIII ‘kiFk i= dk çk:i fufonk ds lkFk çLrqr iwoZ vgZrk çi=ksa dh iqf”V gsrq ‘kiFk i= eSa@ ge --------------------------------------------- vkRet Jh ------------------------------------------- mez -------------- fuoklh ------------------------QeZ esllZ -------------------- ds --------------------------- gS vkSj QeZ @ daiuh dh vksj ls ‘kiFk i= çLrqr djus gsrq l{ke gSa] dh vksj ls ----------------------------------------------- laHkkx ----------------------------------------------- esa iwoZ vgZrk gsrq çksikbVj@ ikVZuj dh gSfl;r ls ‘kiFk iwoZd dFku djrk gwa fd %& 01- ty lalk/ku foHkkx ¼N-x-½ esa iathÑr QeZ dh vksj ls VuZ vksOgj ,oa fd, x, flfoy bathfu;fjax dk;Z ¼ftldk fooj.k ,usDlj&III esa ntZ gS½ dk fuEukuqlkj çLrqr fooj.k iw.kZr% lR; gS %& Year Financial Turnover Total TDS Paid Financial Turnover of other works including subsidiaries / subcontract and private work Financial Turnover of only Civil Engineering construction work excluding subsidiaries/ sub contract and private work (2-4) Multiply Factor for indexing Total Indexed Civil Engineering work financial turnover at the price level of 2013-14 (5x6) 1. 2009-10 2. 3. 4. 5. 6. 1.46 7. 2010-11 1.33 2011-12 1.21 2012-13 1.10 2013-14 1.00 02- fnukad ------------------------ rd py jgs ‘ks”k dk;ksZ dh dqy jkf’k :Ik;s ----------------- yk[k gS tks fd iw.kZr% lR; ,oa lgh gSA ¼ftldk fooj.k ,usDlj IV esa ntZ gSA 21 03- fufonk vgZrk gsrq esjs @ gekjs }kjk fufonk ds lkFk çLrqr leLr çek.k i= @ vfHkys[k lR; ,oa lgh gS ,oa dksbZ Hkh tkudkjh ugha fNikbZ xbZ gS rFkk budh lR;rk ds fy, eSa@ ge iw.kZ :Ik ls mRrjnk;h gSA dksbZ Hkh tkudkjh vlR; ik;s tkus ij fufonk gsrq çLrqr /kjksgj jkf’k N-x- ‘kklu ds i{k esa jktlkr djus ,oa vU; vko’;d dk;Zokgh djus gsrq N-x- ‘kklu ty lalk/ku foHkkx vf/kÑr gSA Xkokg 1- gLrk{kj ‘kiFkdrkZ %& QeZ dk uke ---------------------------------2- Ikrk ------------------------------------------------ lR;kiu eSa@ ge ----------------------------------------------------- vkRet Jh ---------------------------------------------------------- mez -------------- fuoklh ------------------------ QeZ -------------------------------------- dh vksj ls --------------------------- laHkkx -----------------------dh fufonk lw-Ø- ------------------fufonk flLVe Ø- ----------------------- xzqi Ø- ---------------- esa iwoZ vgZrk gsrq fufonk ds lkFk çLrqr çi=ksa dh iqf”V gsrq çksikbVj @ ikVZuj dh gSfl;r ls ‘kiFk iwoZd dFku djrk gwa fd fcUnq Ø- 01 ls 03 esa n’kkZ;h xbZ tkudkjh iw.kZr% lR; ,oa lgh gS A ftls eSaus vkt fnukad -------------------------- dks i<+dj ,oa le>dj viuk gLrk{kj fd;kA Xkokg 1- %& gLrk{kj ‘kiFkdrkZ QeZ dk uke ----------------------- 2- ----------Ikrk ----------------------------- 22 --------------------