Sie sind auf Seite 1von 41

1

MAHARASHTRA KRISHNA VALLEY


DEVELOPMENT CORPORATION, PUNE – 11
(Govt. of Maharashtra Undertaking)

Chief Engineer (S.P) WRD, Pune

SUPERINTENDING ENGINEER
KUKADI PROJECT CIRCLE, PUNE – 11.

EXECUTIVE ENGINEER
PIMPALGAON JOGE DAM DIVISION, NARAYANGAON

BID CAPACITY DOCUMENTS

Name of Work :- Construction of Deck Bridge on D/S of Dam of Chilhewadi Project,


Tal-Junnar, Dist-Pune

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

Estimated Cost : Rs. 193.69 Lakhs

Contractor No. of Corrections Executive Engineer


2
INDEX
Sr. No. Particular Page No.
Press Tender Notice 4 to 6

Detailed Tender Notice 7 to 8

1.00 SECTION 1 : INFORMATION AND INSTRUCTION TO APPLICANTS 9

1.10 General 10

1.20 Method or applying 11

1.26 Manner of submission of Bid Capacity documents & it’s accompaniments 13

1.30 Defination 14

1.40 Final Decision making authority 14

1.50 Clarification 14

1.60 Particulars provisional 15

1.70 Site visit 15

1.80 Minimum eligibility criteria for Bid Capacity 15

1.90 Evalution criteria for Bid Capacity 17

ANNEX-A

A. Description of Project 19

B. Status of the Project 19

C. Climatic conditions 19

D. Scope of the work 20

1. Details of the work 21

2. Information of obtaining documents 22

3. work & site conditions. 23

4. Period of completion & programme of work 23

5. Other date for statement and proforma 23

6. Minimum Eligibility Criteria for Bid Capacity 24

7. Composition of Evalution committee 24

Contractor No. of Corrections Executive Engineer


3

Sr. No. Particulars Page No.


Section II : PREQUALIFICATION INFORMATION

Letter of transmittal 26

2.1 Statement -1 Bid Capacity 27

2.2 Statement -2 Bid Capacity 28

2.3 Proforma-1 29

2.4 Proforma-2 31

2.5 Proforma-3 32

2.6 Proforma- 4 33

2.7 Additional Information 34

2.8 Check list 35

2.9 Joint Venture Format 36

Contractor No. of Corrections Executive Engineer


4

PRESS NOTICE

TENDER NOTICE

Contractor No. of Corrections Executive Engineer


5

Maharashtra Krishna Valley Development Corporation


(Government of Maharashtra Undertaking)

E-Tender Notice No.01 for 2012-13


Main Protal : http://maharashtra.etenders.in
MKVDC Portal : http://mkvdc.maharashtra.etenders.in

Online application for Bid Capacity of below mentioned works are invited by Maharashtra Krishna
Valley Development Corporation from contractors registred in appropriate class with Public Works
Department of Government of Maharashtra. The Bid Capacity Documents are available on
website from 15.05.2012 to 08.06.2012

Sr. Name of Work Estimated Class of Period of


No. Cost Contractor Completion
(Rs. Lakhs)
1 Construction of Deck Bridge on D/S
of Dam of Chilhewadi Project. Tal- 193.69 class-3 & above 24 Months
Junnar

The Contractor Participating first time in e-Tendering Bids will have to procure Digital Signature
Certificate, Username & Password from competent authorities as per guidelines mentioned on
homepage of the website

All requisite information required for the submission of Bid Capacity documents is available in the
above said website.

If any assistance is required e-Tendering (upload / download) Please contact System Integrator
(mob.No. 9167969601, 04, 14, Phone No.020-25315555

Executive Engineer
Pimpalgaon Joge Dam Division,
Narayangaon.
Ph.No.02132-242013
E-mail – pjdamdivision@gmail.com

Contractor No. of Corrections Executive Engineer


6

<Ç-ÊxÉÊ´ÉnùÉ ºÉÚSÉxÉÉ Gò.01 ºÉxÉ 2012-13


¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý, {ÉÖhÉä.
(¨É½þÉ®úɹ]Åõ ¶ÉɺÉxÉÉSÉÉ +ÆMÉÒEÞòiÉ ´ªÉ´ÉºÉɪÉ)
Main Protal : http://maharashtra.etenders.in
MKVDC Portal : http://mkvdc.maharashtra.etenders.in

¨É½þÉ®úɹ]Åõ EÞò¹hÉÉ JÉÉä®äú Ê´ÉEòÉºÉ ¨É½þɨÉÆb÷³ý,{ÉÖhÉä JÉɱÉÒ±É nù¶ÉÇʴɱÉ䱪ÉÉ EòɨÉɺÉÉ`öÒ ºÉÉ´ÉÇVÉÊxÉEò ¤ÉÉÆvÉEòɨÉ
ʴɦÉÉMÉÉEòb÷Ò±É =ÊSÉiÉ ´ÉMÉÉÇiÉ xÉÉånùhÉÒEÞòiÉ +ºÉ±É䱪ÉÉ `äöEäònùÉ®úÉEòbÚ÷xÉ <Ç-ÊxÉÊ´ÉnùÉ {ÉÚ´ÉÇ ºÉIɨÉiÉÉ iÉ{ÉɺÉhÉÒ ºÉÆSÉ
¨ÉÉMÉÊ´ÉiÉ +ɽäþiÉ. ÊxÉÊ´ÉnùÉ {ÉÚ´ÉÇ ºÉIɨÉiÉÉ iÉ{ÉɺÉhÉÒ ºÉÆSÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ÊnùxÉÉÆEò 15/05/2012 iÉä
08/06/2012 {ɪÉÈiÉ ={ɱɤvÉ +ɽäþiÉ.
Sr. Name of Work Estimated Class of Period of
No. Cost Contractor Completion
(Rs. Lakhs)
1 ÊSɱ½äþ´ÉÉb÷Ò ¨ÉvªÉ¨É |ÉEò±{É ÊSɱ½äþ´ÉÉb÷Ò 193.69 ´ÉMÉÇ-3 ´É ´É®úÒ±É 24 ¨ÉʽþxÉä
vÉ®úhÉÉSÉä JÉɱÉÒ±É ¤ÉÉVÉÚºÉ ÊxÉMÉ®úÉhÉÒºÉÉ`öÒ
{ÉÉä½þSÉ ®úºiªÉÉ´É®úÒ±É {ÉÖ±ÉÉSÉä ¤ÉÉÆvÉEòɨÉ.

VÉä `äöEäònùÉ®ú {Éʽþ±ªÉÉÆnùÉSÉ <Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉäiÉ ¦ÉÉMÉ PÉäiÉ +ɽäþiÉ iªÉÉÆxÉÉ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú Ênù±É䱪ÉÉ ¨ÉÉMÉÇnù¶ÉÇEò
iÉi´ÉÉxÉÖºÉÉ®ú |ÉlÉ¨É Êb÷ZÉÒ]õ±É ʺÉMxÉäSÉ®úú ªÉÖZÉ®ú ´É {ÉɺɴÉbÇ÷ |ÉÉ{iÉ Eò°üxÉ PÉähÉä +ɴɶªÉEò +ɽäþ.
<Ç-ÊxÉÊ´ÉnùÉ ºÉƤÉÆvÉÒ EòɽþÒ ºÉ½þɪªÉiÉÉ +ɴɶªÉEò +ºÉ±ªÉÉºÉ (b÷É>ðxÉ ±ÉÉäb÷ / +{É ±ÉÉäb÷) ʺÉκ]õ¨É <Æ]õÒOÉä]õ®ú (¨ÉÉä¤ÉÉ<DZÉ
xÉƤɮú 9167969601, 04, 14 ¡òÉäxÉ xÉÆ.020-25315555 ªÉÉÆSªÉɶÉÒ ºÉÆ{ÉEÇò ºÉÉvÉÉ´ÉÉ.
<Ç-ÊxÉÊ´ÉnùÉ |ÉÊGòªÉÉ EòɨÉɺÉÆnù¦ÉÉÇiÉ ºÉ´ÉÇ ¨ÉÉʽþiÉÒ ´É®úÒ±É ºÉÆEäòiÉ ºlɳýÉ´É®ú ={ɱɤvÉ +ɽäþ.

EòɪÉÇEòÉ®úÒ +ʦɪÉÆiÉÉ,
Ë{É{ɳýMÉÉ´É VÉÉäMÉä vÉ®úhÉ Ê´É¦ÉÉMÉ,
xÉÉ®úɪÉhÉMÉÉÆ´É,
¡òÉäxÉ xÉÆ.02132-242013
E-mail – pjdamdivision@gmail.com

Contractor No. of Corrections Executive Engineer


7

Maharashtra Krishna Valley Development Corporation, Pune

DETAILED TENDER NOTICE NO.01 FOR 2012-13

CIRCLE :- Kukadi Project Circle, Pune


DIVISION :- Pimpalgaon Joge Dam Division, Narayangaon

1. Online digitally signed application for Bid Capacity Document/ Tender Document for
the following work is invited by the Executive Engineer, Pimpalgaon Joge Dam
Division, Narayangaon from the contractors registered with Public Works Department,
Govt. of Maharashtra in appropriate class.

Sr. Name of work Estimated Earnest Time limit Cost of blank Class of
No. cost put to Money for tender form Registration
Tender Deposit completion
(Rs.Lakh) (Rs.Lakh)
1 Construction of Deck
Bridge on D/S of Dam of 193.69 1.94 24 Months 5000/- Class-3 &
Chilhewadi Project. Tal- Above
Junnar
2. The forms of Bid Capacity documents are available on the eTendering website of
MKVDC http://mkvdc.maharashtra.etenders.in. The aspiring Bidders will have to
download Bid Capacity / Bid Capacity form, from the website mentioned above. While
submitting the dully filled Bid Capacity Documents the Bidder are required to Deposit
Bid Capacity / Bid Capacity Documents form fee of Rs.2000/- (Rs. Two Thousand
only) is remitted in the A/c of Executive Engineer, Pimpalgaon Joge Dam Division,
Narayangaon Dist-Pune on account No.2569201000003 in the Canara Bank at
Narayangaon Branch. The Scanned copy of Proof of Deposit of such amount should
be uploaded. Those contractors whose Bid Capacity Form Fee amount is not
reflected in the Canara Bank at Naryangaon Branch account No.2569201000003 will
not be evaluated further. The Bid Capacity / Bid Capacity Documents be submitted
online on the website www.mkvdc.maharashtra.etenders. Bid Capacity Documents
will be available from 19/06/2012 to 13/07/2012 up to 12.00 hrs. for downloading. The
bidder has to download the Bid Capacity application form from website. The bidder
has to submite the Bid Capacity Documents and Tender Documents by scanning
documents and uploading on the website (on line submission) The last date of
submission of duly filled Pre- Bid Capacity Documents is 17/07/2012 upto 12.00 hrs.
No. change in the Bid Capacity Documents is allowed after 12.00 hrs as on
17/07/2012. Opening of Bid Capacity Documents will be done on 20/07/2012 at 15.00
hrs. if possible. The results of Bid Capacity will be available on website and will be
communicated to the successful bidders by email.

Contractor No. of Corrections Executive Engineer


8
3. The contractor has to prepare & submit Bid Capacity Documents online on or before
17/07/2012 upto 12.00 hrs and again submit the bid (Re-encryption) 20/07/2012 upto
12 hrs.

4. The blank tender forms will have to be downloaded by the Pre-qualified contractor
only from the website of MKVDC http://mkvdc.maharashtra.etenders.in under “Tender
Purchase” from 06/08/2012 to 22/08/2012 While submitting the dully filled Tender
Documents. The Bidders are required to Deposit Tender fee amount Rs.5000/-
(Rs.Five thousand only) in the name of Executive Engineer, Pimpalgaon Joge Dam
Division, Narayangaon Dist-Pune on account No.2569201000003 in the Canara Bank
at Narayangaon Branch . The Scanned copy of Proof of Deposit of such amount
should be uploaded. Those contractor whose Blank Tender Document Form Fee
amount is not reflected in the Canara Bank at Narayangaon Branch account No.
2569201000003 their envelope No.2 will not be opened.

5. Pre-Tender conference for the works will be held on 14/08/2012 at 15.00 hrs. in the
office of the Superintending Engineer, Kukadi Project Circle, Pune.

6. Duly filled online tender form will be accepted on or before 22/08/2012 at 12.00 Hrs. on
http://mkvdc.maharashtra.etenders.in & again submit the Bid on or before (Re-
encryption / decryption) 27/08/2012 upto 12.00 hrs
7. Opening of E-tender forms will be done on 27/08/2012 at 12.01 hrs if possible.

8 The contractor should upload the documents in readable form, He should take trial of
uploads by taking printout. The unreadable documents will be treated as null & void.
The remaining documents will be evaluated. The decision of opening Authority
regarding this will be binding to all contractors.

9. All rights are reserved to reject any or all Bid Capacity / Tender documents without
assigning any reason by the competent authority.

Executive Engineer
Pimpalgaon Joge Dam Division,
Narayangaon
Ph.no.02132-242013
Email-pjdamdivision@gamil.com

Contractor No. of Corrections Executive Engineer


9

TENDER SCHEDULE
Seq Department Start Date Expiry Date
Contractor Stage Envelopes
No Stage & Time & Time
19/06/2012 19/06/2012 -
1 Release Tender -
10.00 18.30
Processing Fee of PQ/ 19/06/2012 13/07/2012
2 - Bid Capacity
Bid Capacity Evaluation 18.31 12.00
Pre Qualification
19/06/2012 17/07/2012
3 - Document Download & Bid Capacity
18.31 12.00
Preparation
Close for Bidding of 17/07/2012 17/07/2012
4 - Bid Capacity
Pre Qualification 12.01 15.00
Re-encryption of Pre 17/07/2012 20/07/2012 Bid Capacity
5 -
Qual 17.01 12.00
Pre Qualification
20/07/2012 06/08/2012 Bid Capacity
6 Opening and Short -
12.01 15.00
listing
Commercial Envelope-
Main Tender 06/08/2012 06/08/2012
7 - C1, Technical
Preparation 15.01 17.00
Envelope- T1
Commercial Envelope
Processing Fee for Main 06/08/2012 22/08/2012
8 - C1, Technical
Tender 17.01 12.00
Envelope T1
Pre Tender
Conference in the 14/08/2012
9
office of S.E.K.P.C. 15.00
Pune-11
Main Tender Document 06/08/2012 22/08/2012
10 - Technical Envelope T1
& Online Bid 17.01 12.00
Main Tender Schedule A 06/08/2012 22/08/2012 Commercial Envelope
11 -
Document & Online Bid 17.01 14.00 C1

Commercial Envelope
Close for Bidding of 22/08/2012 22/08/2012
12 -- C1, Technical
Main Tender 14.01 17.00
Envelope T1

Re-encryption of 22/08/2012 27/08/2012


13 -
Main Tender 17.01 12.00
Tender Opening and
27/08/2012 27/08/2012
14 Short listing -- Technical Envelope T1
12.01 19.00
(Technical)
Financial Bid 27/08/2012 27/08/2012 Commercial Envelope
15 --
Opening 12.01 19.00 C1
27/08/2012 25/09/2012
16 Tender Award --
19.01 17.00

Contractor No. of Corrections Executive Engineer


10

SECTION-I

INFORMATION AND
INSTRUCTION TO THE
APPLICANTS

Contractor No. of Corrections Executive Engineer


11

SECTION - I
1.0 INFORMATION AND INSTRUCTION TO APPLICANTS

1.10 GENERAL:
"Corporation" shall mean the Maharashtra Krishna Valley Development Corporation, Pune
acting through its Executive Director, as defined in Maharashtra Act XV of 1996.

Maharashtra Krishna Valley Development Corporation, Pune is a body corporate constituted


under the Maharashtra Act XV of 1996and has been established by the notification published
in the Gazette Irrigation Department dated 04/04/1996. The head quarters of the Maharashtra
Krishna Valley Development Corporation, Pune (MKVDC, Pune or MKVDC for short, and here
after referred to only as Corporation) is Pune. The official postal address for correspondence is
:

Office of the Executive Director,

Maharashtra Krishna Valley Development Corporation

Sinchan Bhavan, Barne Road,

Mangalwar Peth, PUNE-411 011

GENERAL INFORMATIOIN

The function and powers of the corporation have been listed in the Maharashtra Act XV of
1996. In general, has been entrusted with the work of investigation, planning, designing of
projects, maintenance of completed projects, and construction of projects and irrigation
management of the Major, Medium and Minor Projects (command area more than 6372
Ha) in the Krishna River basin.

1.11 The online Tenders in B-1 form are invited by the Corporation, from the contractors in Class-III
and above registered with PWD. (GOM) for the work, details of which are given in Annex - 'A'
of this section. Before issue of main tender documents, the online Bid Capacity application
are invited from the contractors.

1.12 The contractor should download Bid Capacity Forms / Document from the website

1.13 The online forms of master file should be filled in completely and all questions should be
answered. All information requested for in the enclosed forms should be furnished against the
respective columns in the form. If any particular query is not relevant it should be stated as
"Not applicable" only dash reply will be treated as incomplete information. All applicants are
cautioned that incomplete information in the application or any change(s) made in prescribed
form will render application to be rejected as non responsive.

1.14 The Bid Capacity documents shall be typed on applicant’s letter head and uploaded the
scanned copy.

Contractor No. of Corrections Executive Engineer


12
1.15 Any overwriting or correction shall be attested by contractor with dated initials. All pages of the
Bid Capacity documents shall be numbered along with index and should be submitted as a
package with a signed letter of transmittal.

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

1.17 Information and certificate(s) furnished along with the Bid Capacity application form (The
respective application that vouches to the suitability, technical know how and capability of the
applicant) should be signed by the applicant.

1.18 The applicant is encouraged to attach additional information (photographs of the work which
were already carried out which he thinks necessary in regard to his capabilities). No further
information will be entertained after submission of the Bid Capacity documents unless it is
requested by the Maharashtra Krishna Valley Development Corporation, Pune (here in after
referred to as MKVDC or Corporation).

1.19 The Bid Capacity documents in prescribed forms as required in this booklet duly completed
and signed should be submitted along with all relevant documents. The documents submitted
in connection with the Bid Capacity shall be treated as Confidential and will not be returned.

A) The cost incurred by applicant in preparing this offer, in providing clarification or attending
discussion, conferences in connection with this documents, will not be reimbursed by the
MKVDC, Pune under any circumstances.

B) In the event of any applicant wishing to withdraw for Bid Capacity form the applicant must
write an explanatory letter to the Superintending Engineer Kukadi Project Circle Pune-11 to
return the documents. However the cost of Bid Capacity documents already paid shall not be
refunded in any case or on account of any reason.

1.20 METHOD OF APPLYING:

1.21 If the application is made by an individual, it shall be signed by the individual above his full
name in block letters and current address.

1.22 If the application is made by a proprietary firm, it shall be signed by the proprietor above his
full name in block letters and full name of his firm with its current address.

1.23 If the application is made by a firm in partnership it shall be signed by all the partners of the
firm above their full typed written names and current addresses or by a partner holding valid
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 addresses of all partners of the firm shall also accompany the application.

1.24 If the application is made by a limited company or a Corporation, it shall be signed by a duly
authorized person holding the power of attorney for signing the application, in which case
certified copy of the power of attorney shall accompany the application, such limited company
or corporation my be required to furnish satisfactory evidence of its existence before the
prequalification is awarded.

Contractor No. of Corrections Executive Engineer


13

1.25 If the application is made by a joint Venture Consortia of two or more firm as partners: Please
refer Annex - B.

A) The application shall be signed so as to be legally binding on all partners

B) A Joint Venture between single contractors, partnership firm, Joint stock Limited Company,
Private/Public Limited Company may be permitted subject to the following conditions,

1. The Joint Venture should be partnership firm, duly registered with the registrar of Firms,
Maharashtra State, in such a case a signed Memorandum Of Understanding (MOU)
between the tenderer and associating firm/Company individual shall be considered as
adequate proof for association subject to the condition that on being considered eligible to
tender for the work, the tenderer shall be informed accordingly, where upon the tenderer
shall be required to enter into a Joint Venture (JV) partnership by signing an instrument on
judicial stamp paper of appropriate value. The various conditions mentioned in Para 1.25 (b)
shall be corporate in MOU. The Joint Venture deed shall be submitted by the contractor,
then the tender of such venture shall not be opened but same will be recorded and
considered non responsive.

2. The Joint Venture deed shall be got approved from the MKVDC, Pune before it is registered
with the Registrar of Firms, Maharashtra State.

3. Specific stipulation be made in the Joint Venture deed to seek prior written approval of the
MKVDC, before any changes are proposed to be made in the Joint Venture deed, once it is
registered with the Registrar of Firm, Maharashtra State.

4. The joint Venture partnership shall not be dissolved till the completion of defects liability
period as stipulated in tender conditions and till all the liabilities thereof are liquidated.

5. The shares of assets and liabilities of the lead firm shall not be less than 60% and the
percentage share of the each other firm in Joint Venture partnership deed shall not be less
than 20%. The lead firm should be enrolled in the list of selected contractors of MKVDC.

6. One of the partners shall be nominated as being in charge and this authorization shall be
evidenced by submitting a power of attorney signed by legally authorized signatories of all
the partners.

7. The partner in charge shall be authorized to incur liabilities and receive instructions for and
on behalf of any and all partners of Joint Venture and entire execution of the contract
including payment shall be done exclusively with the partner in charge.

8. All partners of the Joint Venture shall be liable jointly and severally for execution of the
contract in accordance with the contract terms, and a relevant statements to this effect shall
be included in the authorization mentioned under (vi) above.

9. Complete information pertaining to each partner in the respective forms duly signed by each
such partner shall be submitted with the application.

Contractor No. of Corrections Executive Engineer


14
10. In case of Joint Venture of foreign and Indian partners, the Indian partners should be in the
list of select Contractors of Class II and above of MKVDC, Pune.

11. Separate information in respect of each firm (Entered in to Joint Venture) should be
submitted in Proforma 1 to 4

C) In case of Joint Venture the sponsoring firm has to submit complete information and identify
the lead firm. It would be necessary for the Joint Venture to establish to the satisfaction of the
Committee that the venture has been made practical, workable and legally enforceable
arrangements amongst the parties, that responsibilities regarding the execution and financial
parties to whom such responsibilities etc. assigned are capable in their individual capacity to
discharge them completely and satisfactorily and also that the lead firm has necessary skill
and capacity to lead responsibility and involvement for the entire period of execution as well as
leading roll in control and direction on the resources of the entire Joint Venture.
D) Incase of any dispute or any breach of contract the lead firm shall be held solely responsible
for any recoveries due to the Govt. or any fulfillment of works mentioned in the tender. A
registered undertaking there of (on stamp paper of Rs.100/-) shall be submitted by the lead
firm along with J.V.Agreement.
E) An independently pre-qualified firm, of Joint Venture consortia may, during the tender period,
strengthen its, capacity by subsequent incorporation of another pre-qualified firm or Joint
Venture to form new Joint Venture amongst themselves but should seek approval of the Chief
Engineer, MKVDC, Pune not later than 15 days prior to bid opening.
F) Bidders may be pre-qualified independently or in a Joint Venture but they would be allowed to
submit only one bid.
1.26 MANNER OF SUBMISSION OF BID CAPACITY & ITS ACCOMPANIMENT.
The Pre-qualification documents is to be submitted by uploading it online. It is compulsory to
submission done online, the bidder should not submit the tender It the tender is submitted in
both the forms it will be rejected.
The Bid Capacity document are to be down loaded from the web site
http://mkvdc.maharashtra.gov.in The bidder should fill the downloaded documents and upload
all the documents by scanning.
The contractor shall submit the documents listed as below along with Bid Capacity booklet
along with checklist prescribed in proforma II (2.8) The additional information for documents
shall be submitted in separate file as mentioned in clause 1.17
i) Certificate in original or certified copy thereof as a registered contractor with PWD
Government of Maharashtra in appropriate class, even though submitted earlier Bid
Capacity booklets. Certificate should be valid on the date of submission

ii) The balance Sheet of last 5 years duly certified by the Chartered Accountant.

iii) VAT Registration certificate provided as per Maharashtra Value Added Tax Act 2005
under clause 8 & 9 of rule 58 from Sales Tax Department

Contractor No. of Corrections Executive Engineer


15

iv) Deed of Partnership or Article of Association and Memorandum of Association for Limited
Company.

v) List of machinery and plants immediately available with the tenderer for use on this work

vi) Details of work of similar type and magnitude carried out by the contractor duly certified by
the head of office under whom the works were completed

vii) Power of Attorney.

viii) Professional Tax Clearance.

ix) Employees provident fund registration and its clearance certificate.


All documents required to be submitted with Bid Capacity document shall be attested by
Gazetted Officer and if required, original copies shall be made available for verification.
x) The forms of Bid Capacity documents are available on the e-Tendering website of MKVDC
http://mkvdc.maharashtra.etenders.in The aspiring Bidders will have to download Bid
Capacity form from the website mentioned above. While submitting the dully filled Bid
Capacity Documents the Bidders are required to Deposit Rs.2000/- (Rs. Two Thousand
Only) in any form in the name of Executive, Pimpalgaon Joge Dam Division, Narayangaon
on account No. 2569201000003 in the Canara Bank at Narayangaon Branch. The
scanned copy of Proof of Deposit of such amount should be uploaded.

1.30 DEFINITIONS:
In this documents (as hereinafter defined) the following words and expression will have the
meaning hereby assigned to them.

A) MKVDC:
MKVDC means Maharashtra Krishna Valley Development Corporation, Sinchan Bhavan,
Pune-11.

B) APPLICANT:
Applicant means individual, proprietary firm, firm in partnership, Limited Company Corporation
or group of firm forming a joint venture consortia applying to become eligible to tender.

1.40 FINAL DECISION MAKING AUTHORITY:


The committee headed by Suprintending Engineer, Kukadi Project Circle, Pune-11 department
reserves right to accept or reject any of the application for Bid Capacity without assigning any
reasons thereof and its decision will be final.

1.50 CLARIFICATION:
The clarification(s), if any, may please be sought separately from either Executive Engineer,
Pimpalgaon Joge Dam Division, Narayangaon Tel.No.02132-242013 or the Superintending
Engineer, Kukadi Project Circle, Pune mentioned in Annex - 'A` Para 2.1, 2.50.

Contractor No. of Corrections Executive Engineer


16
1.60 PARTICULARS PROVISIONAL:
The particulars of the proposed works given in Annex -'A' to this section are provisional and
must be considered only as advance information to assist applicants. The accuracy of the
particulars is not guaranteed in any form this Bid Capacity documents or the Model Tender
Provision shall not form part of any contract which may subsequently be entered into tender
document.

1.70 SITE VISIT :


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

1.80 MINIMUM ELIGIBILITY CRITERIA FOR PREQUALIFICATION / BID CAPACITY:


The applicant must be well established contractor with experience and capability in
construction of work similar to the work given in this document.

In order to asses the experience and capability of contractor for execution of the work under.
Consideration, minimum criteria has been specified. These minimum criteria will be judged
from the past experience of the contractor.

The applicant bidder, as a prime contractor subcontractor should have adequate Bid Capacity,
executed the quantities of main items (as stated in Annex - 'A`) in anyone year during a period
of last five years. The other requirements such as that of turnover and that of execution of
similar work is also stated in Para 6.0 of Annex -'A`.

i. Only those applicants, who satisfy the minimum criteria of eligibility, be evaluated for Bid
Capacity. A Evaluation committee appointed for this will approve the evaluation as per G.R, of
Irrigation dept.No.misc./1098/(237/98)/MD (p) dtd.05.12.2000.

The decision of the evaluation committee will be final and binding on applicant. No correspondence
will be entertained in this regard. Only the firm / contractors who become successfully Pr-qualified
will be informed by email by the system automatically and Pre-qualified contractors will be
eligible for getting tender documents.

ELIGIBILITY CRITERIA:

The formula of evaluation of Bid Capacity is :

BID CAPACITY = (A x N x 2) - B
where

A = Maximum value of Civil Engineering works in any one year during the period of last five
years (Updated to the price level of the year in which the tenders are opened which will take
into account the completed and ongoing works).

The maximum value of Civil Engineering works (A) executed in a year shall be minimum of
following.

Contractor No. of Corrections Executive Engineer


17
1) Ascertained from the certificates from Executive Engineer in case of Government and
semi Government and from the head of office in case of Limited Companies and Registered
Cooperative Societies or Organizations. The information is to be submitted in proforma 1 and
statement 1 as enclosed in Section II for completed and ongoing works respectively.
Information given in any other format that prescribed shall not be taken into account for
calculating value of "A".

2) The contractor shall submit balance sheet of last five years duly certified by the Chartered
Accountant.

The submission of information in (1) and (2) above is obligatory. In case of non-submission of
anyone or both, it shall be concluded that contractor does not have adequate Bid Capacity
and shall not be considered.

B = Value of existing commitments and works (ongoing) (updated to the price level of the year
in which the tenders are opened) to be completed in the period stipulated for completion of
work of the present tender. The value of B shall be ascertained from the certificates as
prescribed in Proforma 1 and stated in Statement No.2 enclosed in Section II. If the
information found to be false tender / prequalification will not be considered.

N = Number of years prescribed for completion of work for which the bids are invited as stated
in Annex -'A', Para 4.1. Only those applicants who satisfy the minimum criteria as stated in
Para 6 of Annex -`1` will be evaluated for Bid Capacity. N=2

Only those applicants who satisfy the minimum criteria of eligibility as stated in para-6.2 of
Annexe-A will be evaluated for Bid Capacity.

Contractor No. of Corrections Executive Engineer


18
1.90 EVALUATION CRITERIA:

Only those applicants who satisfy the minimum criteria of in eligibility i.e. Rs.194 Lakhs will be
evaluated for Bid Capacity.
Bid Capacity of prospective tenderers is to be done to ensure that final bids for the work are
received from well established contractors with experience and capability for executing this
work. Any applicant, who is able to satisfactorily establish that he/they can undertake the work
and complete it within the stipulated time, will be able to get pre-qualified.

The evaluation will be done from the information submitted by the bidder. The various formats
for giving information are given in Section II. Bidder is expected to go through these formats
carefully and submit the information properly. The Bid Capacity information booklet should be
indexed and paged. The evaluation for Bid Capacity is done for the eligible applicants who
satisfy minimum criteria. It will be therefore, advisable that applicant gives a short note (Please
refer Proforma 6 of Section II) explaining how he is eligible and fulfills the criteria by given
references of the information given in booklet.

The other evaluation factors shall include :

1) Record of completing the works in time.


2) Quality Control arrangements by the applicant.
The Evaluation for Bid Capacity of the applications shall be done by a Committee as
mentioned in Para 7.0 of Annex -'A`.

The committee shall have freedom to ask for clarifications and further related information from
the applicants, check references, and make enquiries in respect of works of prospective
tenderer.

The evaluation authority will evaluate the submitted Bid Capacity information shall be decided
on the basis of satisfying the minimum eligibility criteria and other information submitted by the
applicant.

1.91 Necessary information will be collected from the details furnished in proforma and additional
information may be called for at the discretion of the committee.

1.92 In case of Joint Venture partnership or a partnership the yearly turnover relation to the year
taken, Bid Capacity and quantities of main items executed shall be added together for
determining the minimum criteria of pre-qualification. No addition is however permitted for
working out the maximum cost of similar type of work executed.

1.93 Necessary information will be collected form details furnished in proforma and
additional information may be called for at the discretion.

Contractor No. of Corrections Executive Engineer


19
1.94 In case of joint venture partnership or a partnership the yearly turnover to Bid Capacity and
quantities lf main items executed of prime and sub contractors shall be added together for
determining the minimum criteria of pre qualification no addition is however permitted for
working out the maximum cost of similar type of work executed.
1.95 The contractor if the works is awarded to him will have to provide adequate quality control
testing laboratory.

NO EVALUATION WILL BE DONE-


i) If the information given in section -2, proforma -1 to 4 & statement 1 & 2 is incomplete /
misleading / false, such application will be considered as non responsive.
ii) If the record of poor performance such as abandoning work, not properly completing contract,
inordinate delays in completion and financial failure, is noticed.The contractor shall give the
undertaking to this regards in proforma 4 & enclosed it with bid capacity documents.
iii) If not presented neatly and readable manner.

iv) If applicant does not submit information in prescribed format.

v) If the applicant does not submit Bid Capacity document properly as per procedure given in
para 1.20 p.no.4 (Method of applying)

Contractor No. of Corrections Executive Engineer


20

ANNEX - A

SECTION I – DETAILED TENDER NOTICE, INFORMATION AND INSTRUCTIONS

A) DESCRIPTION OF THE PROJECT:


Chilhewadi medium project is a administratively by MKVDC under marathi resolution
no.mkvdc(297)/(414)/(97/Chilhewadi)/mp/PB-2 dated 6/8/97 for Rs.12362.82 lakhs. First
revised Administrative approval to Rs.19422.73 lakhs is received from Government of
Maharashtra Water Resource Department, Mumbai vide Government resolution marathi
No.Chilhewadi Medium Project/R.A.A. 2008/619(145/08) M.P. dated 25/05/2010. The Project
consists of namely Chilhewadi dam spillway irrigation outlet, Tunnel & Chilhewadi left bank
pipe line km.1 to 40 including it's disnet system and Deck Bridge on D/S side of Dam. The
irrigable area under Junnar taluka comes under this Project.

B) STATUS OF PROJECT

The headworks under this Medium irrigation project are completed. Dam, Spillway, Irrigation
outlet & Tunnel work is completed The Canal pipeline for km.1 to 40 including two structures
Mandvi river & three structures on nala crossing along with pipe line distribution system upto
outlet including all controling valves & measuring devices and Deck Bridge on D/S side of
Dam yet to be completed.

C) CLIMATIC CONDITION

The Avarage rainfall in this area is 400mm to 1500mm of erratic nature. The rainy
season normally commences in June & lasts up to October. A few periodic per-monsoon
showers & post monsoon showers with high velocity winds however cannot be ruled out and
some of these can be quite heavy. Atmosphere in other seasons normally remains dry. The
temperature varies from minimum 220 C in winter to maximum 42o in summer.

Contractor No. of Corrections Executive Engineer


21
D) SCOPE OF THE WORK:

The work lies entirely in Tal Junnar, Dist-Pune. The work involves execution of Construction of
Deck Bridge on D/S of Chilhewadi Project.

The work includes Construction of Deck Bridge on D/S of Chilhewadi Dam. The work includes
mainly construction of piers, abutment and Deck Sluts etc.

Sr. No. Item Unit Quantity


1 Excavation Cum 802 Cum
2 M-20 Cement Concrete Cum 1645.20 Cum
3 TMT FE-500 Steel MT 101.50 MT
4 Embankment Cum a) Borrow – 16201 Cum
b) Available – 802 Cum
E) INFORMATION ABOUT WORK SITE:-

The information on following points is given in this Annex.

1) Location of work:- works starts near Chilhewadi Village Taluka –Junnar Dist-Pune

2) Nearest Raillway Station:- Pune which is 125 km away

3) Roads:- As the work under this tender involves mainly construction of Deck Bridge. The site of this
work is approachable by existing roads. Hence the contractor has to maintain the safe roads required
for the execution of all the works under this tender during the construction period at his own cost.

4) Telphone & Telegram facility:- At Otur & Alephata

5) Petrol & Diesel pumps:- At Otur & Alephata

6) Land Acquisition:- Land acquisition is not necessary for this work. During construction of Dam, Land
Acquisition is already completed.

Contractor No. of Corrections Executive Engineer


22
1 DETAILS OF WORK:
1.1 Name of work : - Construction of Deck Bridge on D/S of Dam of
chilhewadi Project, Tal-Junnar Dist-Pune

1.2 Estimated Cost : - Rs. 193.69 Lakhs.

1.3 Earnest Money (EMD) :- Rs. 1.94 Lakhs. The biders are required to Deposit
in the name of Executive Engineer Pimpalgaon Dam
Division,Narayangaon on A/C No.2569201000003 in the
Canara Bank at Narayangaon branch. The scanned copy of
proof of deposit such amount should be uploaded. Those
contractor whouse EMD amount is not reflected in the
Canara Bank at narayaangaon branch account
No.2569201000003 their tender documents envelop No.2
will not be opened.

1.4 Security Deposit : - Rs. 9.70 Lakhs.


i) Initial (2.5%) :- 1) Rs. 4.85 Lakhs.in the form of D.D.

ii) Through R.A. BiIIs (2.5%) :- Rs. 4.85 Lakhs.

1.5 Date, time and place of As per schedule


Pre Tender Conference :-

1.6 Class of Contractor : - 3 & Above.

1.7 Period of Completion of Work :- 24 Calendar months


Including monsoon period.

Contractor No. of Corrections Executive Engineer


23

2.0 INFORMATION FOR OBTAINING BID CAPACITY DOCUMENTS, TENDER PAPERS AND
ITS SUBMISSION.
2.1 Name and address of the Executive Executive Engineer,
Engineer in-charge of the work issuing Pimpalgaon Joge Dam Division, Narayangaon
tender papers / Bid Capacity documents Bid Capacity documents & tenders are to be
downloaded from website and will not issued by
and in whose name Earnest Money and the office, Tel.No.(02132) 242013
Security Deposit is to be pledged.
2.2 Period of availability of Prequalifical As per Schedule.
document on web site.
2.3 Cost of application form of Bid Capacity Rs. 2,000/-
document.
2.4 Time and Date of online or manually As per Schedule.
submission of Prequalifical documents
2.5 Name and address of the officer Superintending Engineer,
opening Bid Capacity documents. Kukadi Project Circle, Pune
Tel. No.020-26128076
2.6 Time and Date of opening of Bid Capacity As per Schedule if possible
documents.
2.7 Period of availability of blank tender As per schedule / will be intimated to separately
form on web site (only for Prequalified Bidders)
2.8 Cost of blank tender forms Rs. 5,000/-
2.9 Date, Time & Place of Pre-tender Will be intimated to qualified separately
conference
2.10 Time and last date of online submission of tender 1) Online submission on or before
document.
As per schedule
2) Re-encryption on or before
As per schedule
2.11 Name and address of the officer Superintending Engineer,
opening the Tender documents. Kukadi Project Circle, Pune
2.12 Time and date of opening of tender As per schedule if possible.

2.13 The name of authority for accepting the Superintending Engineer, Kukadi Project Circle,
Pune-11
tender.

Contractor No. of Corrections Executive Engineer


24
3. WORK AND SITE CONDITIONS :

3.1 Location D/S of Chilhewadi Dam

3.2 Nearest railway station Pune 125 Km.

3.3 Nearest Airport Pune 125 Km.

3.4 Roads As the work under this tender involves mainly construction
of Deck Bridge on D/S side of Dam. The site of this work is
approachable by existing roads.

3.5 Nearest Telephone & Tele graph At Otur & Alephata

facility

3.6 Nearest petrol and diesel pump At Otur & Alephata

3.7 Position of land acquisition Land acquisition is not necessary for this work. During
construction of Dam, Land Acquisition is already
completed.

3.8 Position of Funds Payment of work done will be made as per availability of
funds with Maharashtra Krishna Valley Development
Corporation

4.0 Period of completion & Construction Programme


4.1 Period of Completion : 24 Calendar Months (including monsoon)
4.2 Construction programme of major items to be executed :
Sr.No. Item Total Qty. Programme
1st (2 Months) 2nd (8 Months) 3rd (8 Months) 4th (6 Months)
1 Excavation 802 Cum 400 402 -- --
2 M-20 Cement Concrete 1645 Cum -- 700 700 245
3 TMT FE 500 steel 102 MT -- 35 45 22
4 Embankment Cum -- 3003 8000 6000

5.0 OTHER DATE FOR FILLING STATEMENT / PROFORMA 1


5.1 Date for calculating cost of the work : 01/04/2012
in the hand of the bidder for statement –2
5.2 The period for calculating value of the 12 Months : 24 Months
works in the hand of the bidder for statement- 2
5.3 Items for which information of quantities : (1) M-20 Concrete
Executed for use in proforma (2) Structural Steel
(3) Excavation / Embankment

Contractor No. of Corrections Executive Engineer


25
5.4 The five year period (for use in statement no.1 & 2)
Year No. Year
Vth 2007-08
IV th 2008-09 Present Year 2012-13
IIIrd 2009-10 Next Year 2013-14
IInd 2010-11
Ist 2011-12

6.0 MINIMUM ELIGIBILITY CRITERIA FOR BID CAPACITY


The applicant shall meet the following minimum criteria. Only those applicants who satisfy
the Minimum criteria of eligibility as stated below will be eligible for purchase of blank
tender documents.
6.1 BID CAPACITY
The required Bid Capacity for this work is Rs.194.00 Lakhs.
6.2 EXPERIENCE OF SIMILAR TYPE OF WORK
The Contractor should have successfully completed at least 1 similar type of work on a
single contract having similar nature & Complexity having cost not less than
Rs.58.20 lakhs & having executed main items of works such as excavation, Cement
concrete structural steel work and embankment work etc.
7.0 COMPOSITION OF THE EVALUATION COMMITEE
The evolutions committee for Prequalification shall be as below
1. Superintending Engineer Chairman
Kukadi Project Circle, Pune
2. Superintending Engineer Member
Vigielance, Pune
3. Executive Engineer Member Secretary
Pimpalgaon Joge Dam Division, Narayangaon,
The Committee shall have freedom to ask for clarifications & further related
information from the applicants, check references & makes enquiries in respect of works of
prospective tenders.

8.0 List of Machinery Required for this work


Sr.No. Description Unit
1 Poclain / Excavator 1.0 No.
2 Tippers 4.0 Nos.
3 Water Tankers (10000 Lit.Capacity) 1.0 No.
4 Water pumps (5 BHP) 1.0 No.
5 Concrete Mixer 1.0 No.
6 Weigh Batcher 1.0 No.
7 Vibrator 1.0 No.
8 Roller 1.0 No.
9 Generator 1.0 No.

Note:- The bidder should have 50% machinery of his own at Sr.no.1, 2, 5, 8 and shall submit the
planning how he will mobilies the balance machinery required for the work.

Contractor No. of Corrections Executive Engineer


26

SECTION – II

PRE-QUALIFICATION
INFORMATION

Contractor No. of Corrections Executive Engineer


27

LETTER OF TRANSMITTAL
To,
The Superintending Engineer,
Kukadi Project Circle, Pune

Subject : - Submission of Bid Capacity Application for the work of Construction


of Deck bridge on D/S of Dam of Chilhewadi project Tal- Junnar Dist- Pune

Dear Sir,

Having examined the details given in information & instruction to applicants for the work
(Enter the name of work mentioned at the para 1.1 to Annex-A)

I (we ) hereby submit the Bid Capacity information and relevant document.

I (We ) hereby certify the truth and correctness of all statements made and information
supplied in the enclosed statements 1,2, and Performa 1 to 4 & other formates

I/We have furnished all information and details necessary for Bid Capacity as bidder(s)
and that no further information remains to be supplied.

I/We authorise the project authorities to verify the correctness therefor as well as to
approach any Govt. department individuals, employees, firms and/or corporation to verify
correctness of information and certificate submitted by me/us. to prove my/our competence and
general reputation.

I/We submit the following certificate(s) in support of our eligibility, technical knowledge,
capability and having successfully completed the works from the

Clients/owners of respective works.

1.

2.

3.

4.

Encl. : Signature of Applicant / contractor

Seal of applicant:

Date of submission:

Contractor No. of Corrections Executive Engineer


28
2.1 STATEMENT NO.1

Details of information required for calculating the Bid Capacity

Statement for determining value of "A" i.e. maximum value of Civil Engineering Works.

Sr No. Name Value of Civil Engineering works done during the year ( Excluding
of work advance such as mobilisation advance and
Machinery advance etc.) Rs. in lakhs.

Vth year IVth year IIIrd year IInd year 1st year Total

1 2 3 4 5 6 7 8 9

Factor of 1.5 1.4 1.3 1.2 1.1


updating

Updated
Value of
work

NOTE :
1) For number of years please refer Para 5.4 of Annex.A to Section 1

2) Figures in Col 3 to 7 should be supported by certificates given by Executive Engineer, in


case of Govt. / Semi Govt,/ Works and by project authorities in all other cases.

3) The maximum value of Civil Engineering works (A) executed in a year shall be minimum
of the following
a) Ascertained from the Certificates mentioned above.
b) Ascertained from the total contract amount received by the contractor. For this, he shall
submit the balance sheets of last five years duly certified by the Chartered Accountant.

Work Done as per:-

Year I.T.Certificate Balance sheet Reference to page


Amount amount no. of cerificate
2007-08

2008-09

2009-10

2010-11

2011-12

Signature of Contractor

Contractor No. of Corrections Executive Engineer


29

2.2 STATEMENT NO.2

Statement for determining value of 'B' i.e. Value of existing commitments and ongoing woks to
be completed in the period stipulated for completion of the work. Certificate regarding this will
be required to be countersigned by the Engineer-in-charge.
Amount in Rs. Lakhs.

Value of
works
Amount Revised
Sr. Period of Balance cost to be
of Tender Schedule
No. Month & year Completion as on date completed
Name of Work Contract cost date Ref. page no.
of commence- given in between
of of Certificate
ment of work Annex-A period
completion
Para 5.1 given in
Annex-
A Para 5.2

1 2 3 4 6 7 8 9 10

NOTE:

1) Figures in Column 3 to 9 should be supported by certificates issued by Executive Engineer in case


of Government I Semi Government works and by head of office in case of other organization.

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

Signature of Contractor

Contractor No. of Corrections Executive Engineer


30

2.3 PROFORMA 1

(Separate information for each work)


CERTIFICATE
For the work completed / under progress as on………………………
1 Name of Work

2 Estimate cost

3 Agreement NO.

4 Name of Contractor

5 Tendered Cost

6 Date of work order

7 Stipulated period of completion

8 Scheduled date of completion

9 Extension granted
1st
2nd
3rd
4th

10 Final Date of completion

11 Revised cost of work

12 Cost of work executed

13 Balance cost of work

14 Resons for non-completion fo work


in scheduled period of completion

15 Whether any penalties / fine / stop


notice / compensation / liquidate
damage imposed
31

16.Details of Work done :

Unit Earth Structures Lining in Concrete Cost of


Work Sqm. Cum Works Rs.
Cum in Lakh
Tendered Quantity

Revised Quantity

Executed Quantity

Year wise Break-up


th
V
th
IV
rd
III
nd
II

Ist

17. Remarks about performance of contractor about physical progress


and quality of work :

Outward No. : Seal


Date :

(E.E.Stamp with Name)

(Stamp with Name)


32

2.4 PROFORMA - 2
Details of works tendered for as on the date of
submission of Bid Capacity document.
Particular (1) (2) (3) (4) (5) (6) etc.
1 Name of work

2 Estimated cost, put to


tender

3 Tender Cost (Rs. in Lakhs)

4 Date when decision is


expected

5 Stipulated date and period


of completion

6 Name, Designation and


address with whom the
contents of the above
Information can be verified.

7 Remark

Notes:-
1) Earthwork includes excavation in S.S./H.S. embankment from borrow area deposited soil etc. if
there is simultaneous utilization of excavated materials, quantity may be considered either under
excavation or under embankment (i.e. only once)
2) Under concrete item lining quantity should not be included.
3) For composite lining and masonry lining, element of bed lining, should be considered under
masonry items.
4) The signature of Executive Engineer should be with name.
5) Amount should be given in lakhs with one decimal only.
6) The proforma has been generally prepared keeping in view, earthwork, lining, canal structures
etc. How ever, if the nature of work is different information of item as in Annex A 5.3 should be
furninshe.
Certified that the above information is true and correct to the best of my knowledge and
belief.

Signature of the Contractor.


33

2.5 PROFORMA - 3
JOINT VENTURE

If the applicant intends to enter into a joint venture for the project, please give the following
information otherwise State 'Not Applicable'

1. Name and address of Joint Venture. :-

2. Name and address of all partners of Joint Venture. :-

3. Name of firm leading the Joint Venture. :-

4. Indicate the responsibility of the firm leading the :-


Joint Venture and responsibility of other Joint
Venture partners.-

5. Name and address of Bankers of the Joint Venture. :-

6. Details regarding financial particulars of each :-


Firm in the Joint Venture, Certified copy of the
agreement of Joint Venture shall be attached.

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

2.6 Proforma – 4

Undertaking of contractor regarding poor performance.

To,
Superintending Engineer,
Kukadi Project Circle,
Pune

Sir,

I…………………………………………………Contractor declare that during last 2 years of


the date of this undertaking

1. As a Contractor, I have never been penalised for any work carried out by me nor I
have been backlisted by any Govt. Deptt. Previousely.

2. I have not abandoned any work for reasons attributed to me.

3. I have not declayed completion of any work for reason attributed to me.

I Undertake that the above information is true to the best of my knowledge & belief. I
fully aware that my Bid Capacity bid or tender will be treated as non responsive & will be
summarily rejected at any time if above information is found to be false & misleading by
the concerned authority.

Signature of Contractor
35

2.7 ADDITIONAL INFORMATION

1. Please and any further information


which the Applicant considers

relevant In regard to his capabilities.

2. Please give a brief note Indication how


the applicant Considers himself eligible
for Bid Capacity for the work.

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

Signature of the Contractor.


36

2.8 Check list


Check list of documents submitted along with Bid Capacity
documents (to be filled in by contractor)

Sr. No. Name of Document Page No. of Contractor submitted


document
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15

Signature of Contractor
37

2.9 M.O.U for Joint venture

MEMORENDUM OF UNDERSTANDING FOR JOINT VENTURE AGREEMENT FOR


CONSTRUCTION

…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………..
DEED OF PARTNERSHIP (JOINT VERTUNE OF
…………………………………………………………………………………………………………………
This Memorandum of understanding for Joint Venture Agreement made and entered into at
“……………………..………..…….” this day of ……………………….………….year by the between
1…………………………………………………………………………….…………….with its registred
office at………………………….party No.1 hereinafter referred to as ………………………………
AND
2……………………………………………………………………………..………………………with its
…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………
…………………………………………………..…………………..Party No.2 hereinafter referred to as
“……………………………..………..”
DEFINITIONS :
In this deed the following words and expressions shall have the meanings set out Below :-

“The Joints Venture (“JV” for short) Shall mean…………………….and…………………………………


Joint Venture Colectively acting in collaboration for the purpose of this agreement.

“Appex Co.-Ordination Body (ACB”) shall mean the body comrising Managing Directors of the
parties to Joint Venture.”

“ The Owner” shall mean –


Chief Engineer, (S.P), Water Resources Department, Pune-11

“The Works” shall mean the Construction of………………………………………………………………


…………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………

“The contract” shall mean the Contract entered into or to be entered into between the Joint
Venture and the owner for the works.
38

JOINT VENTURE (JV)

Where as the Parties hereto declare that they agree and undertake to form a joint Venture for the
purpose of execution of the works, as an integrated Joint Venture. The JV shall be called as
”…………………………………JOINT VENTURE” for short. Provided that the PArties are not, under
this agreement, entering into any permanent partnership or Joint Venture to Tender or undertake
any contract other than the subject works. Nothing herein contained shall be considered construe
the Parties to Constitute either Party the agent of the other.

WITNESS

Whereas the Executive Engineer……………………………………..


……………………………………. Maharashtra Krishna Valley Corporation (MKVDC) (A Govt. of
Maharashtra Undertaking) hereinafter referred as the Executive Engineer, have agreed to award
the work of construction of……………………………………………………………………………………
………………………………………………hereinafter referred as “the works, to the Joint Venture.” in
case the offer of J.V. is accepted. Where as ………………………..and wish to execute the contract
if awarded as per the terms of this indenture.

Now therefore this Deed of partnership Witnesses is as follows :

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

2. That this MOU shall come into force from the date of this MOU i.e………………..2009…………

3. That the operation of this MOU for JV firm concerns and is confined to the work only, shall be
come into force from the date of this MOU i.e……………….2010……………….

4. That the Name of Joint Venture firm shall be……………………………………………..JOINT


VENTURE (JV) in short.

5.That…………………..and …………………..shall jointly execute the work according to all terms


and conditions as stated in the relevant instruction contained in the Bid documents / Contract as
an integrated JV styled as “……………………………JOINT VENTURE” is short.
39

6. That this agreement for joints venture firm (hereinafter referred to as J.V.) shall regulate the
relations between the parties and shall include, without being limited to them, the following
conditions.

A) …………………. shall be lead Company in charge of the Joint Venture for all intents and
purposes.

B) The Parties hereto shall be jointly and severally liable to MKVDC for all acts, deeds and things
pertaining to the contract. The contract for the works shall be signed by Shri……………………….

to whom necessary General power of Attorney signed by all signatory/lies, suitably as described
above shall be issued by the JV and delivered to the owner.

C) That the Director of one the parties to that(c) That the Director of one of the parties to the JV
M/s......................................................................................................................................................

........................ ................. ........................... ............................................ shall be lead Manager of


the JV firm and shall have the power to control and manage the affairs of J.V.

(d) That on behalf of the Joint Venture Shri.(...........................) shall have the authority to incur
liabilities, receive instructions and payments , sign and execute the contract for and one behalf of
the Joint Venture all

(e) One or Two Bank accounts shall be opened in the name of J.V. to be operated by the individual
signatories as mutually decided by representatives of the Joint Venture Partners.

(f) That each of the parties to the JV agrees and undertake to place at the disposal of the JV
benefits of its individual experiences, technical knowledge and skill and shall in all respect bear its
share of the responsibility including the provision of information advice and other assistance
required in connection with the works. The share and the participation of the ...... partners in the JV

shall broadly be as follows.

Name of the Contractor Share percentage

....................................... ................................

(g) And all rights, interests, liabilities, obligations, work experience and risks ( and all net profits or
net losses ) arising out of the Contract shall be shared or borne by the Parties in proportion to
these shares. Each of the parties shall furnish its proportionate share in any bonds, guarantees,
sureties required for the works as well as its proportionate share in working capital and other
financial requirements, all in accordance with the decisions of the Apex Coordinating Body.

(h) Any loan/advance shall be shared by the .................................... .............................and


.................................. at the ratio of ................................................................... respectively.

(i) All funds finance or working capital required for carrying out and executing the works or contract
shall be procured and utilised by the parties as mutually agreed by then and they shall be liable
and responsible for the same.
40

(j) Site Management :

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

(k) That “........................................................... “and”................ ..................... shall be jointly and


severally liable towards the owner for the execution of the contract commitment in accordance with
contract conditions.

(l) The JV deed shall be registered with the Registrar of firms, M.S. Prior written approval of
MKVDC shall be obtained before any changes are proposed to be made in this Joint Venture
Agreement once it is registered with the Register of firms, Maharashtra State, after the initial
approved to the JV deed by the Corporation.

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

(n) That question relating to validity and interpretation of this Deed shall be governed by the Laws
of India.

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

(p) Bank account(s) in the name of Joint Venture firm may be opened with any Scheduled or
Nationalised Bank and the representatives of JV partners are authorised to operate upon such
accounts individually.

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

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

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

(t) The firm holding the power of attorney shall be responsible for the fulfilling the condition during
the defect liability period after completion of work

LEGAL JURISDICTION :

All matters pertaining to or emancing from this JV agreement involving the

owner shall be subject to jurisdiction of High Court of Judicature at Mumbai.


41

NOTICES AND CORRESPONDANCE :

(U) All correspondence and notices to the J.V. shall be sent to any one of the following addressee.

(1) ................................................. (2)............................................................

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

IN WITNESS WEHEREOF the parties have caused their duly authorised representative to sign
below.

Signed for and behalf of

............................................ ...................... .....................

Signed for and behalf of

................................................ ................................ .........

WITNESS

1) ........................................

2) ......................................

Das könnte Ihnen auch gefallen