12 Vol1 22

Download as pdf or txt
Download as pdf or txt
You are on page 1of 38

GOVERNMENT OF TAMILNADU

HIGHWAYS DEPARTMENT

CRIDP 2021-2022
VOLUME - I
PRE QUALIFICATION DOCUMENT
ONLINE ONLY

CIRCLE : TIRUPUR (H) C&M


DIVISION : TIRUPUR (H) C&M

NAME OF WORK “Widening and Improvements,


Improvements to Riding Quality,
Reconstruction of Cross Drainage
Works in Government Roads of
Tirupur South (Highways), C&M, Sub
Division. (TPR - 022)”

Value of contract Rs.551.00 Lakhs.

BID SUBMISSION END DATE: 03.02.2022, 11.00 Hrs

EMD: Rs.286000/-
FORM.14

FRONT COVER PAGE TO TENDER DOCUMENTS


TAMILNADU HIGHWAYS DEPARTMENT
TENDER DOCUMENT

Tender Notice No. : Tender Notice No. 11/2021-


2022/HDO, Dated : 27.12.2021 (6)
Bid Submission End Date : 03.02.2022 – 11.00 Hrs

Name of Work : “Widening and Improvements,


Improvements to Riding Quality, Reconstruction of Cross
Drainage Works in Government Roads of Tirupur South
(Highways), C&M, Sub Division. (TPR - 022)”
Road A :- Improvements to Riding Quality at Km 12/0 - 16/8 of
Kovilvazhi - Karappalayam Road
Road B :- Improvements to Riding Quality at Km 0/0 - 2/0 of
Kovilvazhi - Karappalayam Road
Road C :- Widening from IL to 2L and Improvements at Km 2/8 - 3/8
of Veerapandi - Ugayanur Road including Reconstruction of
Box Culvert in lieu of Existing damaged pipe culvert at Km
3/2 (M 875)
Road D :- Improvements to Riding Quality at Km 0/0 - 2/2 of Nagai -
Gudalur - Mysore Road to Thayampalayam
Road E :- Reconstruction of Minor Bridge at Km 3/6 of Pongalur -
Mettukadai (Via) Kengamanaickenpalayam Road
SERIAL No. : 6
No. of Pages : 38

No. of drawings : -

EMD : Rs.286000/-

PUBLISHED BY : Superintending Engineer (H) C&M,


Tirupur.
GOVERNMENT OF TAMILNADU
HIGHWAYS DEPARTMENT
OFFICE OF THE SUPERINTENDING ENGINEER (HIGHWAYS),
CONSTRUCTION & MAINTENANCE, TIRUPUR CIRCLE,
TENDER NOTICE No. 11 /2021-2022/HDO, dated : 27.12.2021.
(Online only)

For and on behalf of the Governor of Tamil Nadu, the Superintending Engineer (H),
C&M, TIRUPUR Circle invites percentage bids under two cover system through Online only
for the work as detailed below in the table.
Approximate
Sl Value of work E.M.D Concerned Period of
Name of work
No including GST (in Rupees) Division Completion
(Rs. In Lakhs)
Comprehensive Road Infrastructure Development Programme – 2021-
2022
Tirupur (H) C&M Division
Improvements to Riding
Quality and Construction of
Cross Drainage, Construction
of Retaining wall Works in Rs.3,12,00 Tirupur 8
1. Rs.601.80
Government Roads of Tirupur 0 (H) C&M Months
North (Highways), C&M, Sub
Division. (TPR - 017)

Widening and Improvements,


Improvements to Riding
Quality, Reconstruction of
Cross Drainage Works and
Providing Junction Rs.3,10,00 Tirupur 8
2. Rs.600.00
Improvements in Government 0 (H) C&M Months
Roads of Tirupur North
(Highways), C&M, Sub
Division. (TPR - 018)
Widening and Improvements,
Providing Junction
Improvements, Construction of
Cross Drainage works and
Rs.2,82,00 Tirupur 8
3. Construction of Retaining wall Rs.542.50
works in Government Roads of 0 (H) C&M Months
Tirupur North (Highways),
C&M, Sub Division. (TPR -
019)
Approximate
Sl Value of work E.M.D Concerned Period of
Name of work
No including GST (in Rupees) Division Completion
(Rs. In Lakhs)
Comprehensive Road Infrastructure Development Programme – 2021-
2022
Tirupur (H) C&M Division
Construction and
Reconstruction of Cross
Drainage Works in Government
Roads of Palladam (Highways), Rs.2,91,00 Tirupur 8
4. Rs.560.20
C&M, Sub Division. 0 (H) C&M Months
(TPR - 020)

Improvements to Riding
Quality, Reconstruction of
Cross Drainage Works in Rs.2,84,00 Tirupur 8
5. Government Roads of Avinashi Rs.546.50
0 (H) C&M Months
(Highways), C&M, Sub
Division. (TPR - 021)
Widening and Improvements,
Improvements to Riding
Quality, Reconstruction of
Cross Drainage Works in Rs.2,86,00 Tirupur 8
6. Rs.551.00
Government Roads of Tirupur 0 (H) C&M Months
South (Highways), C&M, Sub
Division. (TPR - 022)

Improvements to Riding
Quality and Reconstruction of
Cross Drainage Works in Rs.2,80,00 Tirupur 8
7. Government Roads of Rs.540.00
0 (H) C&M Months
Kanagayam (Highways), C&M,
Sub Division. (TPR - 023)

Notes:
1. Tender documents will be available from 05.01.2022 onwards in the Government
website https://tntenders.gov.in and it can be downloaded at free of cost upto
03.02.2022– 11.00 Hours (as per server system clock)
2. The bidder should be a registered eligible contractor of Tamil Nadu Highways
Department with upto date renewal for the year of 2021-2022 and with valid Digital
Signature Certificate.
3. Bids must be submitted through Online up to 03.02.2022 11.00 Hrs (as per server
system clock).
4. Bids must be uploaded with scanned copy of EMD pertaining to the works as per the
above table in the prescribed form drawn in favour of the Divisional Engineer (H), C
& M, Concerned.
5. The original EMD and all other Original / attested technical bid documents as
uploaded shall be received by the Superintending Engineer (H), C&M, TIRUPUR
Circle on or before 03.02.2022 11.00 Hrs failing which, the bid shall be summarily
rejected.
6. The technical cover containing EMD and pre-qualification documents as prescribed in
the tender documents received through "Online" only shall be opened at 11.00 Hrs on
05.02.2022 (as per server system clock) in the office of the Superintending Engineer
(H), C&M, TIRUPUR Circle.
7. The financial cover containing Price Bid Documents of qualified bidders in the
prequalification only will be opened on a later date with due intimation to them.
8. Corrigendum if any, it will be available only in the above Website.
9. The contractor should produce the documents for own possession of sufficient Plants
& Machineries and obtain certificate from Divisional Engineer (H) (QC) Concerned
for the Concerned work as specified in the tender documents for working condition of
the Plants & Machineries.
10. Further details can be seen on Government website https://tntenders.gov.in

Place: Tirupur Superintending Engineer (H),


Date: 27.12.2021 C&M, Circle, Tirupur.
INVITATION FOR PREQUALIFICATION

1. INTRODUCTION

The Superintending Engineer (H) C&M, Tirupur circle herein after


termed “the Employer” wishes to receive Bids from eligible Bidders for as
defined in these Bidding Documents, herein after referred to as “the works
“Widening and Improvements, Improvements to Riding Quality,
Reconstruction of Cross Drainage Works in Government Roads of
Tirupur South (Highways), C&M, Sub Division. (TPR - 022)”
The bids must be submitted through online upto 03.02.2022 – 11.00 Hrs.
A. The Contractors who have registered as Class I with money limit
above Rs. 75.00 Lakhs in Tamilnadu Highways Department with
Digital Signature Certificate are only eligible to submit the Tender.

1.2. Name of work : Widening and Improvements,


Improvements to Riding Quality,
Reconstruction of Cross Drainage
Works in Government Roads of
Tirupur South (Highways), C&M, Sub
Division. (TPR - 022)
1.3. Approximate value of work : Rs.551.00 Lakhs

1.4. E.M.D. required for : Rs.286000/-

1.5. Period proposed for completion : 8 Months


1.6.1. Employer The Government of Tamilnadu and Legal
successors in title to the Employer
represented by the Superintending
: Engineer (Highways), Construction &
Maintenance, Tirupur circle and or his
successors in office or his authorized
representatives.
1.6.2. Address :
O/o The Superintending Engineer,
Highways Department,
Construction & Maintenance,
39, Collage Road, Kallampalayam,
Tirupur – 641 602.
1.7. Engineer : The Divisional Engineer,
Highways Department,
Construction & Maintenance,
Tirupur.

The invitation for bids is open to the eligible domestic contractors.


2. INSTRUCTIONS TO APPLICANTS

2.1 Qualification criteria


2.2 Prequalification will be based on meeting all the following
minimum criteria
regarding the applicant’s general and particular experience, personnel and
equipment capabilities, and financial position, as demonstrated by the
applicant’s responses in the forms attached to the letter of application . Sub-
Contractor’s experience and resources shall not be taken into account in
determining the applicant’s compliance with the qualifying criteria.
2.2.1. General Experience

The applicant shall meet the following minimum criteria:

i. The applicant in the same name and style should have achieved
average annual turn over (defined as billing for works in
progress and completed) over the last five years 40% of the value
of contract applied for Rs.221.00 Lakhs.

ii. The applicant in the same name and style, as prime contractor
should have successfully completed contracts (Highways road
and / or Bridge works /Airport contract) at least 40% of the
value of proposed contract in any one year within the last five
years.

iii. This experience in similar nature of work should also include


the following minimum quantities of works completed in any one
year during the last five years.

The applicant will indicate the details of work executed project


wise in a summary sheet separately.

iv. The Contractor should have sufficient tools and plant to


complete this work.

v. The Contractor should have required bid capacity to execute


this work.

vi. Tenders from the Contractors in joint venture arrangements will


not be considered.

vii. EMD in the form of Bank Guarantee will not be entertained


QUALIFICATION CRITERIA

Sl. Minimum
Description
No. Requirements

1 The applicant in the same name and style should


have achieved average annual turnover (defined as
billing for works in progress and completed) over 221.00 Lakhs
the last five years at least 40% of the value of
contract applied for
2 The applicant in the same name and style, as
prime contractor should have successfully
completed contracts (Highways road and/or 221.00 Lakhs
Bridge works / Airport contract) at least 40%
of the value of proposed contract in any one year
with in the last five years.
3 The applicant should demonstrate that he has
access at or has available liquid assets 56.00 Lakhs
(working capital, Cash in hand) and or credit
facilities.
4 This experience in similar nature of work
(Highways road and/or Bridge works / Airport
contract) should also include the following
minimum quantities of works completed in any
one year during the last five years.
A) GSB 270.00 Cum
B) WMM / WBM 280.00 Cum
C) BM / DBM 250.00 Cum
D) SDBC / BC / CGPC / PCSC 1030.00 Cum
E) PCC / VCC / VRCC 480.00 Cum

5 Bid capacity to execute the work should be greater 551.00 Lakhs


than

2.3 ESCALATION

The following enhancement factors shall be used for the costs of


works executed and the financial figures to a common base
value for works completed in India.
Multiplying factor

Current Year 1 1.00


Year 2 1.10
Year 3 1.21
Year 4 1.33
Year 5 1.46
The application will indicate actual figures of costs and amounts in the
schedule without accounting for the above-mentioned factors.

Note: Current years means the assessment year (i.e.) the completed year
immediately preceding the date, month and year in which notice
inviting tenders for prequalification is published.

2.4 PERSONNEL CAPABILITIES

The applicant must have suitably qualified personnel to fill the


positions as Specified in Annexure - II. The applicant will supply
information on a prime candidate and an alternate for each position,
both of whom should meet the experience requirements.

2.5 EQUIPMENT CAPABILTIES

The applicant should own or should have assured ownership to the


key items of equipment (as per Annexure -1) in full working order,
and must demonstrate that based on known commitment, they will be
available for use in the proposed contract.

2.6 FINANCIAL POSITION

The applicant should demonstrate that he has access to or has


available liquid assets (working capital, cash in hand) and / or credit
facilities of not less than 10% of the contract applied for the
construction, Cash-flow may be taken as 10% of the estimated value of
contract / contract applied for (Not less than Rs. 56.00 Lakhs.)

2.6.1 The audited balance sheet for the last five years should be submitted
which must demonstrate the soundness of the applicant’s financial
position, showing long-term profitability including an estimated
financial projection for the next two years. Where necessary, the
Employer will make inquiries with the applicant’s bankers.

2.7 LITIGATION HISTORY

The applicant should provide accurate information on any litigation or


arbitration resulting from contracts completed or under execution by
him over the last five years.
2.8 BID CAPACITY

The applicant who meet minimum qualification criteria will be


qualified only if their available bid capacity at the expected time of
bidding is more than the total estimated cost of the works.
(Rs.551.00 Lakhs) The available bid capacity will be calculated as
under:
Assessed available bid capacity = (A x N x 2 - B)

Where

A is Maximum value of construction works executed in any one year


during the last five years (updated to the current price level )
rate of inflation may be taken as 10% per year which will take
into account the completed as well as works in progress.
B is Value at current price level of the existing commitments and
ongoing works
to be completed during the next 8 Months (period of completion
of works for which bids are invited), and
N is Number of years prescribed for completion of the works for
which the bids are invited, i.e. 8 Months in the present case.

Even though the Applicants meet the above criteria, they are
subject to be disqualified if they have:

 Made misleading or false representation in the form, statements


and attachment submitted, and /or

 Records of poor performance such as abandoning the work,


rescinding of contract for which the reasons are attributable to
the non-performance of the contractor, consistent history of
litigation awarded against the applicant or financial failure due
to bankruptcy.
NOTE:

1. Copies of the documentary evidence to be furnished in support of


the prequalification requirements should be uploaded with due
attestation by the competent authority.
2. The original EMD and all other Original / attested technical bid
documents as uploaded shall be received by the Superintending
Engineer (H), C&M, Tirupur Circle on or before 03.02.2022, 11.00
Hrs failing which, the bid shall be summarily rejected
3. The audited balance sheet / profit and loss account etc., to be
uploaded by the tenderer should be properly endorsed by the
auditors as verified with reference to the particulars furnished by
the individual and found to be correct.

3. CHECK LIST FOR INFORMATION TO BE FURNISHED

3.1 The documents uploaded by the Bidders should be properly

indexed. All Pages shall be numbered and an Index sheet added in the

beginning of Bidding Documents.

3.2 Current bid capacity should be worked out by the Bidder in

accordance with Para 2.8 above and furnished in Application

Form (7). All documents in support of the figures used in

working out the Bid Capacity should be attached along with the

five- years period to be used in working out bid capacity and the

factors for indexing shall be as below.

Period Factor for Indexing

Current Year 1 2020-2021 1.00


Year 2 2019-2020 1.10
Year 3 2018-2019 1.21
Year 4 2017-2018 1.33
Year 5 2016-2017 1.46

Note: Current year means the assessment year (ie) the Completed year
immediately preceding the date, month and year in which notice
inviting tenders for prequalification is published.
3.3 A duly filled up check list shall be enclosed as per the proforma
given below. This shall be added to the index sheet.
Sl. Name of the Document Whether If Yes, If No,
No. Submitted Refer Give
Y/N Page No. Reasons

1. Audited Financial statements


consisting of profit and loss
statements, balance sheets and
details about turnover from Civil
Engineering works for preceding
five years
2. Extent of access to bank loans or
credit facilities with ceiling limits, if
any, prescribed in this regard and
certified by the banker themselves.
3. Details of current work in progress
including value of current
outstanding payables, etc.
4. Certificates from competent
authority
5. Provisional program for completion
of various activities
6. Application form (1) to (10)
7. Calculation for current bid capacity
8. Latest Income tax Clearance
Certificate
9. Power of attorney / Authorization
for
 Persons signing the Tender
 For signing the Tender
 For partner –in-charge
10. Summary of quantities of work
executed project wise

4. NOTE:

The Language in which the contract will be executed and operated


will be in English and the Law governing the contract will be the
Indian Law.
5 GENERAL

The intending tenderers are requested to go through the Bid


documents regarding the instructions to bidders, general conditions of
contract, special conditions of contract for Technical specification,
form of bid and bid security and further security and quantities,
drawings, etc.,

5.1 The original EMD and all other Original / attested technical bid
documents as uploaded shall be received by the Superintending
Engineer (H), C&M, Tirupur Circle on or before 03.02.2022.
11.00 Hrs failing which, the bid shall be summarily rejected.

5.2 No costs incurred by the contractors in making their offers in


providing Clarification or attending discussions, conferences (or) site
visits will be reimbursed by Employer or the Engineer.
5.3 In complete offers are liable to be rejected .

5.4 The language for submissions of the bid should be in English

5.5 The enclosed schedules should be filled in completely and all


questions should be answered. If a particular query is not relevant, it
should be stated as “Not applicable”.
5.6 Financial data, Project costs, Value of work etc. should be given in
Indian Rupees only.
5.7 In case any tenderer needs a clarification or for self-clarification by the
Tender Inviting Authority on the tender documents within the time
prescribed for clarification if any, the same shall be claimed through
the Government website “https://tntenders.gov.in” and the Tender
Inviting Authority shall also make a reply for clarifications sought for
or for self-clarification in the above Government website.
5.8 If the application is made by a firm in partnership of the firm, their full
names and current addresses or by a partner holding the power of
attorney for the firm by signing the application in which case a
certified copy of the power of attorney shall accompany the
application. A certified copy of the partnership deed, current address
of the firm and the full names and current addresses of all the
partners of the firm shall also accompany the application.

5.9 If the application is made by a limited company or a limited


corporation it shall be signed by a duly authorized person holding the
power of attorney for signing the application in which case a certified
copy of the power of attorney shall accompany the application. Such
limited company or corporation will be required to furnish satisfactory
evidence of it, existence before the contract is awarded.
5.10 To be eligible for award of contract, bid document shall provide
evidence satisfactory to the employer, not withstanding any previously
conducted pre-qualification of potential bidders of their capability and
adequacy of resources effectively to carry out subject contract. To this
end all bid uploaded shall include the following information.

5.11 a) Copies of the original document defining the constitution, legal


status, place of registration and principal places of business of
the company firm or partnership thereto constituting tenderer

b) Major items of construction equipments for carrying out the


contract in format prescribed in Annexure – I. The bidders shall
furnish the registration number, Engine number and make
number of tools and plants to be employed exclusively for this
work. The qualification and experience of key personnel
proposed for the work, status and execution of the contract both
in and off site, in the format prescribed in Annexure-II

c) The reports of the financial status including profit and loss


statement, balance sheet and auditor report for the past 5 years,
an estimated financial projection for the next two years and an
authority from the tenderer to seek reference from their Banker
should be furnished.
d) Information, regarding any current Litigation in which the
tenderer involved.

5.12 The information uploaded must be sufficient to show that the


applicant is capable in all respects to successfully complete the
envisaged contract works strictly on the basis of the applicant having
already earlier carried out satisfactorily work of similar size nature and
complexity.

5.13 All recipients of pre-qualification documents (whether they submit


Pre-qualification bid or not) should treat the documents as strictly
confidential.

5.14 The applicant is expected to have visited the projects site before
submitting bid.
5.15 While uploaded the schedules duly filled in the applicant shall enclose
copies of brochures and technical documentation giving more
information about the firm and all members of the consortium.

5.16 For the purpose of tender evaluation a substantially responsive tender


is one which conforms to prequalification particulars.

5.17 If the tender is not substantially responsive to the requirement of the


prequalification particulars and it will be rejected by the Employer and
may not subsequently be made responsive event if the tenderer having
gives additional particulars.

6. ELIGIBILIGY AND QUALIFICATION REQUIREMENTS

a. Contractor registered under Class I with money limit of Rs.


75.00 Lakhs and above in Highways Department in Government
of Tamil Nadu with Digital Signature Certificate are alone eligible
for participation in this tender. They should also enclose the
renewal copy of registration for current year, and it should be
valid at the time of Tender.

b. The bidder in the same name and style should have been in Civil
Engineering Construction Business including road and bridge
works.

6.1 The bidder should uploaded the following with this bid.

6.2 Certificates should be countersigned by Engineer not below the


rank of Divisional Engineer.
6.3 The right to accept or to reject any qualification details or bids
without assigning any reason is reserved by the Employer.

6.4 One month current activity is to be assessed from the details


furnished in the schedule of pre-qualification documents (all
details must be supported by documents authenticated by
competent officer/departments)

6.5 One month current activity means total outstanding value of all
projects in progress furnished in the schedule for pre-
qualification plus value of this contract divided by the period of
contract i.e. 8 Months.

6.6 Outstanding value is defined as contract value deducting the


value of work completed as certified by the agency /
departmental officer concerned with whom the contracts
subsist.

6.7 The bidder shall have working capital sufficient to finance one
month of the current activity for the work being qualified, For
this purpose working capital is net cash plus un utilized Bank
credit (Unutilized Bank Credit to be certified by the Bank)

6.8 Net cash is equal to cash at Bank plus debtors minus creditors.
(Details of each Bank Debtors list. Creditors list should be
attested by the concerned)

6.9 Unutilized Bank Credit confirmed by over draft limit less over
draft availed as reported in the last accounts (over draft limit
and over draft availed so far is to be got furnished from the
bank)

6.10 The contractor should not have had any of his contract
terminated partially during the last five years by any agency.

6.11 The annual turn over furnished in the balance sheet profit and
loss account shall be corrected to the annual turn over
furnished in the Income Tax clearance certificate.

6.12 The tenderer should demonstrate that they have adequate


financial resources (overdraft/credit limit certificate to be
obtained from bank) sufficient to sustain the contract cash flow
for one month at the peak construction period.

6.13 Tenderer should demonstrate that availability of qualified


personnel viz… Project Manager / Supervisor / Engineer.

6.14 The tenderer should further demonstrate the availability of


sufficient number of either own or by procurement essential
equipments mentioned for this contract.
ANNEXURE – I

MAJOR ITEMS OF CONSTRUCTIONAL PLANT

MINIMUM MANDATORY REQUIREMENT OF PLANT AND EQUIPMENT


FOR THIS WORK
(Proof of Ownership must be enclosed)

(Specified by Employer)

1. Central Hot mix Plant 1 No.


2. Paver Finisher 1 No.
3. Vibratory Roller 1 No.
4. Static Roller 1 No.
5. Concrete Mixer 1 No.

Note:
1) Necessary documents for the ownership of C.M.P, paver finisher,
Vibratory roller and Static Roller should be enclosed along with
the tender schedule. Further current working Condition certificate
for the above plants should be obtained for the concerned work
from the Divisional Engineer (H) Quality Control Concerned and
enclose the Original certificate along with the prequalification
tender Document for which certificate should be after the date of
tender Publication.

2) Contractor should compulsorily mention the contractor code


assigned to him/her.
ANNEXURE – II (A)

2.4 MINIMUM QUALIFICATION OF TECHNICAL PERSONNEL


REQUIRED

1) B.E Degree Holder in Civil Engineering : 1 No.


with one year experience in similar works

2) Diploma Holders in Civil Engineering : 2 No.


with five years’ experience in similar
works
ANNEXURE – II (B)

DETAILS OF KEY PERSONNEL AND ADMINISTRATIVE PERSONNEL

Detail of personnel proposed to be deployed by the applicant for this work

Number of Technical Qualification Designation No. of years of Details of works


Staff proposed to be experience carried of out etc.
employed Individual
In the firm

Technical Personnel

Administrative Personnel

Skilled and other workers


LETTER OF APPLICATION

(Letterhead paper of applicant, including full postal address, telephone No.,


Fax No. Telex NO.)
email address and cable address

Date:______________
To
The Superintending Engineer,
(Highways) C&M,
No.39, College Road,
Tirupur – 641602.

(Name and address for the employer)

Ref: Advertisement inviting bids from contractors for “Widening and


Improvements, Improvements to Riding Quality, Reconstruction of
Cross Drainage Works in Government Roads of Tirupur South
(Highways), C&M, Sub Division. (TPR - 022)”

Sir,
Being duly authorized to represent and act on behalf of
___________________________
(hereinafter “the applicant”) and having reviewed and fully understood all the
qualification information provided, the undersigned here by apply to be
prequalified by yourselves as a bidder for the above work.
Attached to this letter are copies of original documents defining.
a) the applicant’s legal status
b) the principal place of business and
c) the place of incorporation (for applicants who are corporations) or
the place of registration and the nationality of the owners (for
applicant who are partnerships or individually owned firms)
d) Authority letter (s) for signatory (ies)

Your agency and its authorized representatives are hereby authorized


to conduct any inquires or investigations to verify the statements,
documents and information submitted in connection with this Application,
and to seek clarification from our bankers and client regarding any financial
and technical aspects. This letter of application will also serve as
authorization to any individual or authorized representative of any
institution referred to in the supporting information, to provide such
information deemed necessary and requested by yourselves to verify
statements and information provided in this application, or with regard to
the resources, experience and competence of the applicant.

Your Agency and its Authorized Representatives may contact the


following persons for further information.
Name of Inquiry Name, Telephone, Fax and Email
Address
General and Managerial Inquiries

Personnel Inquiries

Technical Inquiries

Financial inquiries

This application is made in the full understanding that Bids by Prequalified


Applicants will be subject to verification of all information submitted for
Prequalification.

The undersigned declare that the statements made and the information
provided in the duly completed application are complete, true and correct in
every detail.

Signature__________________________________________________________

Name____________________________________________________________

For and on behalf of (Name of

Applicant)________________________________
APPLICATION FORM (1)

GENERAL INFORMATION

All individuals/firms applying for pre-qualification are requested to complete


the information in this form. Nationality information to be provided for all
Owners or Applicants who are partnerships or individually – owned firms.

Where the Applicant proposes to use named sub-contractors for critical


components of the works, or for works contents in excess of 10 percent of
the value of the whole works the following information should also be
supplied for the specialist sub-contractor (s)

1. Name of Firm:

2. Head Office Address:

3. Contract No.

4. Telephone No. Fax No.

5. E-mail Address Telex No.

6. Incorporation / registration Details

7. Place of incorporation: Registration year of


Incorporation /

Registration
APPLICATION FORM (IA)

STRUCTURE AND ORGANISATION

1. The applicant is

a An Individual Firm

b A Proprietary Firm

c A firm in Partnership

d A Limited Company or
Corporation

2. Attach the Organization Chart showing the structure of organization,


including the names of the Director and position of officers.

3. Number of Years of Experience:


a As a Prime Contractor (contractor
Shouldering Major Responsibility)
„i) In Own Country

„ii) In other Countries [Specify Country


(ies)]
b As Sub-Contractor (Specify Main
Contractor)
„i) In Own Country
„ii) In other Countries [Specify Country
(ies)]

4. a) For how many years has your organization been in the business of
similar work under its present name? b) What were your fields when your
organization was established? (c) Whether any new fields were added in your
organization? D) And if so, when?

a.

b.

c.

d.
5. a) Were you ever required to suspend construction for a period of more
than six months continuously after you started ? B) If so, give name of
project and give reasons thereof.

a.

b.

6. a) Have you ever left the work awarded to you incomplete? B) If so, give
name of the project and reasons for not completing work.

a.

b.

7. In Which fields of civil engineering construction do you claim


specialization and interest?

8. Give details of your experience in using heavy earthmoving equipment and


quality Control in compaction of soils

9. Give details of, your Soil and Materials Testing Laboratory if any

10. Give details of your experience in Machanised granular pavement


construction
11. Give details of your experience in construction of asphaltic overlays.

12. Give details of your experience in construction of Bridge Works.

13. Give details of your experience in construction of Bridge Works with


Open Foundations
APPLICATION FORM (2)
GENERAL EXPERIENCE RECORD

Name of Applicant

The Applicants are requested to complete the information in this form. The
information supplied should be annual turnover of the Applicant in terms of
the amounts billed to Clients for each Year for work in progress or
completed.

Annual Turnover Data (Construction Works Only)

Sl. Year Turnover (Indian


No. Rupees)
1.

2.

3.

4.

5.
APPLICATION FORM (3)

1. Particular Experience Record: Details of Contract of Similar Nature


(Highways and Airfields)

Name of Applicant

1. Use a separate sheet for each Contract.

1. a) Number of contract
b) Name of Contract
c) Country
2. Name of Employer
3. Employer’s Address
4. Contract role
Sole Contractors
Sub-Contractor
5. Value of the total Contract (at completion, or
at Date of Award for current contract)
6. Date of Award (Original and Actual)
7. Date of completion (Original and Actual)
8. Contract duration (Years and Months) Years
Months
9. Specify quantities of following Major items of
work

10. Name and Professional qualification of


applicant’s Engineer- in charge of the work
11. Were there any penalties/Fines/Stop-Notice
Compensation/Liquidated Damages Imposed?
(Yes or No)
If yes. Give Amount and Explanation:

Notes: In case of contracts in foreign currency, the value of the contract


converted in Indian currency (exchange value shall be as at the end of
the project) should be stated.

A certificate of completion from the Employer / Engineer must be enclosed.


APPLICATION FORM (4)
Current Contract Commitments / Works in Progress
Name of Firm

The applicant should provide information on their current commitments on all contracts that have been
awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching completion,
but for which an unqualified, full completion certificate has yet to be issued.

Value of
Concerned Value of completed Original Original Revised
Location Actual Reason
Engineer contrac and Date of Target target Present
and date of for slow
Employer Responsible t in certified Commence- date of date of progress
Description start of progress
for Indian contract -ment of completio completio (%)
of the work work if any
Supervision Rs in Indian work n of work n of work
Rs

a) Certificates from the Employers should be attached.

b) Non-disclosure of any information in the schedule will result in disqualification of the firm.
APPLICATION FORM (5)

Personnel Capabilities

Name of applicant

For specific position essential to contract implementation. Applicants should


provide the names of at least two candidates qualified to meet the specified
requirements stated for each position. The data on their experience should be
supplied in separate sheet using one Form (5A) for each candidate.

1. Title of position
Name of Prime candidate
Name of Alternate candidate
2. Title of position
Name of Prime candidate
Name of Alternate candidate
3. Title of position
Name of Prime candidate
Name of alternate candidate
4. Title of position
Name of Prime candidate
Name of Alternate candidate
APPLICATION FORM 5(A)

CANDIDATE SUMMARY

Name of Applicants

Position Candidate

Prime Alternate
Information about 1. Name of candidate 2. Date of
candidate Birth

3. Professional Qualification:

Present Employment 4. Name and Address of employer:

Telephone No. Contact: (Manager /


Personnel Officer):
Fax No.

Tel No.
Job Title of candidate: Years with present
employer

Summaries of professional experience over the last 10 years, in reverse chronological


Order.
[

Indicate particular technical and managerial experience relevant to the project:

Company / Project / Position / Relevant Technical &


From To
Managerial Experiences
APPLICATION FORM (6)

MAJOR ITMES OF CONSTRUCTION PLANT AND EQUIPMENT PROPOSED TO BE USED BY THE APPLICANT
IN THIS CONTRACT

Total No. of Owned (O) Estimate


Number of Year of
Manufacturer New Hours of Leased (L) d
each Manufacture Power Capacity Present
Description & Model or operation since or to be CIF value
Equipment/ and present Rating t/hr.etc. Location
Type/make Used date of Purchased in Indian
plant condition
Manufacture (P) Rs.
General

Earthwork

Granular
Construction
Bituminous
Construction
Structures

Workshop
Equipment

The Bidder shall enter in this schedule (adding additional pages as necessary) all items of Construction Plant and
Equipment which he proposes to bring on to the site, either owned leased (rented), or proposed to be purchased
and shall indicate the proposed port of entry.

Annexure-1 may be referred for the list of owned essential plant and equipment for the work.
APPLICATION FORM (7)
FINANCIAL STATEMENT

The applicants should provide financial information to demonstrate that


they meet the requirements stated in the instructions to applicants. If
necessary, use separate sheets to provide complete Banker information. A
copy of the audited balance sheets should be attached.

1. Name of applicant

2. Summary of assets and liabilities on the basis of the audited


financial statement of the last five financial years, (Attach copies
of the audited Financial statement of the last five financial
years) based upon known commitments, summaries projected
assets and liabilities in Indian Rupees for the next two years.

Firms owned by individuals and partnerships may submit their


balance sheets certified by registered accountant and supported by
copies of tax returns, if audits are not required.

Financial information Actual: Previous five years Projected:


in Indian Rupees Next two
years
Financial Year
Total assets
current assets
Cash, temporary
investments and
current receivable
Total liabilities
Current liabilities
Authorised capital
Capital issued and
paid up
3. Annual value of construction works undertaken for each of the last
five Years and projected for current year:

Current 1 years 2 years 3 years 4 years


year 1 before before before before
Home
Abroad

Note 1 : Current years means the assessment year (i.e.) The completed
year immediately preceding the date, month and year in which notice
inviting tenders for prequalification is published.

SIGNATURE OF CONTRACTOR
Note 2: The projected figure for the current year shall be arrived at by
applying the indexing factor as noted in Cl. 3 of “Invitation for
Prequalification”.

4. Net profit before and after tax:

a) Current period
During the last financial year
During each of the four previous
financial years
Projected for the next 2 years

The profit and loss statements have been certified through _____________
___________________________________ by ________________________

5. Specify proposed sources of financing to meet the cash flow


demands of the project, net of current commitments.

SL. Source of financing Amount in India Rupees


NR.

6. Credit facilities
(a) Name / address of Bank providing credit line.

(b) Total amount of credit line (attach latest certificate from the
Bank obtained after the tender notice Publication)

7. (a) Approximate value of works in hand:


(c) Value of existing commitment of construction works (ongoing) to be
completed during the next ______ months.

8.Value of anticipated orders for next financial year.


Home

Abroad

9. Bid capacity computation (Give supportive documents):


APPLICATION FORM (8)

Litigation History

Name of Applicant :

The applicant should provide information on history of litigation or


arbitration resulting from contracts completed or under execution in the
last five years.

Year Award for Name of Client, Disputed Actual


or cause amount awarded
AGAINST of Litigation and (current amount in
applicant Matter in dispute. value in Indian Rs.
Indain Rs.)
APPLICATION FORM (9)

INFORMATION REGARDING CURRENT LITIGATION,


DEBARRING/, EXPELLING OF TENDERER OR ABANDONMENT
OF WORK BY TENDERER

1. (A) Has the Applicant’s history of litigation awarded against him?

YES NO

(b) if Yes, give details,

2. (a) Has the Applicant been debarred/expelled by any Agency in India,


during the last 5 Years, excepting on account of reasons, other than
non-performance.

YES NO
(b) If yes, give details,

3. (a) Has the Applicant abandoned any contract work in India, during the
last 5
years.

YES NO
(b) If yes, give details,

4. (a) Has the Applicant been declared bankrupt during the last 5 years?
YES NO

(b) If yes, give details, including present status

NOTE:
If any information in this schedule is found to be incorrect
or concealed, Application will be summarily rejected.
APPLICATION FORM (10)
AFFIDAVIT

( The affidavit should be furnished in stamp paper ( as per norms) and


authenticated by Notary public)

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

The Undersigned also hereby certifies that our firm M/s._________________


_________________________ have neither abandoned any work nor any
contract awarded to us for such works have been rescinded for which the
reasons were attributable to the non performance of our firm during last
five years to the date of this bid.

The undersigned hereby authorize (s) and request(s) any Bank person,
Firm or Corporation to furnish pertinent information deemed necessary
and request by the Department to verify this statement or regarding my
(our) competence and general reputation.

The undersigned understand and agrees that further qualifying


information may be requested and agrees to furnish any such information
at the request of the Department.

____________________________________
(Signed by an Authorised Officer of the Firm)

____________________________________
Title of Officer

____________________________________
Name of Firm

____________________________________
Date
DECLARATION

I / We have not modified the tender documents which are

downloaded from website in any manner. I am / We are aware of the

amendment, clarifications, corrigendum etc., issued if any in

connection with the above said tender and I/We fully subscribe to

the same and will not plead ignorance in any manner whatsoever.

Further, I / we certify that I/ we have not been banned by any

departments of any State Governments / Central Government /

Government subsidiaries.

SIGNATURE OF CONTRACTOR

CONTRACTOR CODE :

You might also like