TND0039660000000000000cg01801

advertisement
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
--------------------
Download