Package - SLM 99 Salem Tender

Download as pdf or txt
Download as pdf or txt
You are on page 1of 36

GOVERNMENT OF TAMILN

TAMILNADU
HIGHWAYS DEPARTMENT
CONSTRUCTION & MAINT
MAINTENANCE CIRCLE, SALEM

No. 23 /2021-2022 / HDO, Dated : 15.02.2022


TENDER NOTICE No 15.02
(Online only)
For
or and on behalf of the Governor of Tamil Nadu, the
Superintending Engineer (H), C&M Circle, SALEM invites percentage bids
under Two Cover System through Online only for the works as detailed below,
below
Approximate
Sl Value of work E.M.D. in Concerned Period of
Name of work
No Including GST Rupees Division Completion
(Rs. in Lakhs)
Comprehensive Road Infrastructure Development Programme 2021-2022
2021
Dharmapuri (H) C&M Division
Widening from Two Lane to Four Lane
and Strengthening at km 50/8 - 60/0
of Thiruvannamalai - Arur (Via)
Thanipadi road including
Reconstruction of culvert at Km 50/6,
51/2, 52/2, 52/4, 52/10, 53/2, 53/4
Dharmapuri
(i), (ii), 54/6, 54/8, 55/2, 55/8, 56/2,
1. 56/6,58/2, 59/2,
9/2, 59/10,
5110.00 2570000 (H) (C&M) 16 Months
Construction of cattle pass at km
Division
Divi
51/4, 53/4 Construction of Retaining
wall at km 52/4, 52/6, 53/6, 54/8,
55/2, 55/8, 56/6 and Construction of
Drain at Km 55/10, 56/2, 57/8,
57/10, 58/2 (SH 6A) (SLM-93) 93)
Widening from Two Lane to Four Lane
and Strengthening at km 63/0 - 69/0
of Thiruvannamalai - Arur (Via)
Thanipadi road including
Reconstruction of culvert at Km 63/6,
Dharmapuri
65/2, 65/10, 66/2, 66/4, 66/6,67/2,
2. 67/8, 67/10(i), (ii), 68/8,
3200.00 1615000 (H) (C&M) 13 Months
Construction of Culvert at Km
Division
68/6,Construction of cattle pass at
km 65/4, 66/10 Construction of
Retaining wall at km 68/8 (SH 6A)
(SLM-94)
Widening from Two Lane to Four Lane
and Strengthening at km 6/0 - 12/0
of Dharmapuri - Arur (Via) Morappur
road including Reconstruction of
Dharmapuri
Minor Bridge at km 6/2, construction
3. of culverts at km 6/2, 7/6, 7/8, 8/4,
4670.00 2350000 (H) (C&M) 13 Months
9/8, 10/6(i), (ii), 10/8, 10/10,11/6,
Division
11/8 8 (i),(ii) Construction of Retaining
wall at km 6/2, 11/6-11/8 11/8 &
Construction of Drain (SLM-95) 95)
Widening from Two Lane to Four Lane
and Strenthening at km 12/0 - 18/0
of Dharmapuri - Arur (Via) Morappur
road including Reconstruction of
culvert at km 12/6, 14/2,6, 15/10,
16/8, 16/10, 17/2, 17/4,17/10, Dharmapuri
4. construction of Box culvert at km 3950.00 1990000 (H) (C&M) 13 Months
12/8, 12/10, widening of culvert at Division
km 13/10, construction of Retaining
wall at km 14/2, 14/4, 15/10,16/2 ,
reconstruction of Minor Bridge at km
16/8 and Construction of Drain
(SLM-96)
Widening from Two Lane to Four Lane
and Strengthening at km 18/0 -
19/8, 20/2 - 24/4 Widening from Two
Lane to Four Lane and Improvements
at km 19/8 - 20/2 of Dharmapuri -
Arur (Via) Morappur road including Dharmapuri
5. Reconstruction of Box culvert at km 5200.00 2650000 (H) (C&M) 16 Months
18/4, 18/6, 20/10, 22/4 (i), (ii), Division
23/2,23/6, 23/8, 24/6,
reconstruction of Minor Bridge at km
21/4, construction of Retaining wall
at km 18/6 - 18/10, Reconstruction
of slab culvert at km 19/10 (SLM-97)
Strengthening at km 0/0 - 1/2, 2/6 -
3/4 Widening from 2L to 4L and
Strengthening at km 3/4 - 6/0 of
Dharmapuri - Arur (Via) Morappur Dharmapuri
6. road including construction of 3450.00 1740000 (H) (C&M) 13 Months
culverts at km 0/2, 0/4, Division
0/6(i),(ii),0/10(i), (ii), 2/2, 2/10, 3/6,
3/8,(i), (ii), 3/10, 4/6 km.5/4 and
construction of Drain (SLM-98)
Widening from Two Lane to Four Lane
and Improvements at km 27/4-27/6,
29/2-29/6 and Widening from Two
Lane to Four Lane and Strengthening
at km 27/6 -29/2, 29/6- 34/0 of Dharmapuri
7. Dharmapuri - Arur (Via) Morappur 4030.00 2030000 (H) (C&M) 13 Months
road including reconstruction of Division
Culvert at km 27/8, 28/4, 28/6,
28/10, 29/10, 30/4,30/10, 31/4,
31/8 (i),(ii), Construction of Box
Culvert at km 27/6, 31/6 (SLM-99)
Widening from Two Lane to Four Lane
and Strengthening at km 34/0- 37/6
of Dharmapuri - Arur (Via) Morappur
road including Reconstruction of Dharmapuri
8. Culvert at km 33/6, 34/6, 35/10, 3430.00 1730000 (H) (C&M) 13 Months
36/8, Reconstruction of Minor Bridge Division
at km 34/2, construction of Retaining
wall at km 34/2, 35/8,35/10 and
construction of Drain (SLM-100)

2
Notes:
1. Tender documents will be available from 23.02.2022 onwards in the
Government website https://tntenders.gov.in and it can be downloaded at
free of cost upto 21.03.2022 - 15.00 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 2021-2022 and with valid
Digital Signature Certificate.

3. Bids must be submitted through Online up to 21.03.2022 - 15.00 Hours (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, Salem
Circle on or before 21.03.2022 - 15.00 Hours 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 Hours on 23.03.2022 (as per server system clock) in the office
of the Superintending Engineer (H), C&M, Salem 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 as specified in the tender documents for working condition of the
Plants & Machineries to complete the work in time with quality.

10. Further details can be seen on Government website https://tntenders.gov.in

Place: Salem Superintending Engineer (H), C&M,


Date : 15.02.2022 Salem Circle

3
GOVERNMENT OF TAMILNADU
HIGHWAYS DEPARTMENT

CRIDP 2021-2022

VOLUME – I

PREQUALIFICATION DOCUMENT

NAME OF WORK :
Widening from Two Lane to Four Lane and Improvements at km
27/4-27/6, 29/2-29/6 and Widening from Two Lane to Four
Lane and Strengthening at km 27/6 -29/2, 29/6- 34/0 of
Dharmapuri - Arur (Via) Morappur road including
reconstruction of Culvert at km 27/8, 28/4, 28/6, 28/10,
29/10, 30/4,30/10, 31/4, 31/8 (i),(ii), Construction of Box
Culvert at km 27/6, 31/6 (SLM-99)

Approximate value of Contract Rs. 4030.00 Lakhs

CIRCLE : SALEM (H) C&M


DIVISION : DHARMAPURI (H) C&M

4
FORM -1-4
FRONT COVER PAGE TO TENDER DOCUMENTS
TAMIL NADU HIGHWAYS DEPARTMENT

TENDER DOCUMENT

NAME OF WORK : Widening from Two Lane to Four Lane and


Improvements at km 27/4-27/6, 29/2-29/6 and
Widening from Two Lane to Four Lane and
Strengthening at km 27/6 -29/2, 29/6- 34/0
of Dharmapuri - Arur (Via) Morappur road
including reconstruction of Culvert at km
27/8, 28/4, 28/6, 28/10, 29/10, 30/4,30/10,
31/4, 31/8 (i),(ii), Construction of Box Culvert
at km 27/6, 31/6 (SLM-99)
SERIAL NO. : 7
NO. OF PAGES :

NO. OF DRAWINGS :
EMD : Rs. 20,30,000/-

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


Salem.
SOLD TO THIRU / M/s. :

DATED INITIAL OF OFFICER :

5
INVITATION FOR PREQUALIFICATION
INTRODUCTION
The Superintending Engineer (H) C&M, Salem Circle here in after termed
“The Employer” wishes to receive Bids through online from eligible Bidders for as
defined in these Bidding Documents, here in after referred to as “the works “Widening
from Two Lane to Four Lane and Improvements at km 27/4-27/6, 29/2-29/6 and
Widening from Two Lane to Four Lane and Strengthening at km 27/6 -29/2,
29/6- 34/0 of Dharmapuri - Arur (Via) Morappur road including reconstruction
of Culvert at km 27/8, 28/4, 28/6, 28/10, 29/10, 30/4,30/10, 31/4, 31/8 (i),(ii),
Construction of Box Culvert at km 27/6, 31/6 (SLM-99)”
The bids must be submitted through online up to 21.03.2022 - 15.00 Hrs
as per server system clock.

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 from Two Lane to Four Lane and
Improvements at km 27/4-27/6, 29/2-29/6 and
Widening from Two Lane to Four Lane and
Strengthening at km 27/6 -29/2, 29/6- 34/0 of
Dharmapuri - Arur (Via) Morappur road including
reconstruction of Culvert at km 27/8, 28/4, 28/6,
28/10, 29/10, 30/4,30/10, 31/4, 31/8 (i),(ii),
Construction of Box Culvert at km 27/6, 31/6
(SLM-99)
1.3 Approximate value of : Rs.4030.00 Lakhs
Work
1.4 EMD Required : Rs.20,30,000/-

1.5 Period of Completion : 13 Months


1.6.1 Employer : The Government of Tamil Nadu and Legal successors
in title to the Employer represented by the
Superintending Engineer (Highways), Construction
and Maintenance, Salem Circle and or his successors
in office or his authorized representatives.
1.6.2 Address : The Superintending Engineer,
Highways Department,
Construction and Maintenance,
Steel Plant Road,
Jahir Ammapalayam,
Salem - 636 302.
1.6.3 Engineer : The Divisional Engineer,
Highways Department,
Construction and Maintenance,
Dharmapuri.
The invitation for bids is open to the eligible domestic contractors.

6
2. INSTRUCTIONS TO APPLICANTS

2.1 Qualification criteria

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 General Experience

The applicant shall meet the following minimum criteria :

i. The applicant in the same name and style should have achieved average
annual turnover (defined as billing for works in progress and completed)
over the last five years of 40% of the value of contract applied for (ie)
Rs.1612.00 Lakhs.

ii. The applicant in the same name and style, as prime contractor
should have successfully completed at least one contract (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
within the last five years.

7
The important /major items involved in the work which warrants
prequalification, may be prescribed, as deems fit.
Minimum
Sl. No Description
Requirements
The applicant in the same name and style should
have achieved average annual turnover (Defined as
1. billing for works in progress and completed) over Rs.1612.00 Lakhs
the last five years at least 40% of the value of
contract applied for
The applicant in the same name and style, as
prime contractor should have successfully
completed at least one contract (Highways road
2. Rs.1612.00 Lakhs
and/or Bridge works / Airport contract) at least
40% of the value of proposed contract in any one
year within the last five years

The applicant should demonstrate that he has


3. access at or has available liquid assets (working Rs.403.00 Lakhs
capital, cash in hand) and or credit facilities.
This experience in similar nature of work should
also include the following minimum quantities of
4.
works completed in any one year during the last five
years.

A GSB 8850.00 Cubic Metre

B WBM / WMM 12690.00 Cubic Metre

C BM / DBM 3590.00 Cubic Metre

D SDBC / BC / GCPC / PCSC 1655.00 Cubic Metre

E VCC / VRCC 3055.00 Cubic Metre

Bid capacity to execute the work should be greater


5. Rs. 4030.00 Lakhs
than

The applicant will indicate the details of work executed project wise in a
summary sheet separately.

iv. The Contractor should have sufficient tools and Plants 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 entertained.

8
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 year 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 CAPABILITIES

The applicant should own or should have assured ownership to the key
items of equipment (as per Annexure – I), 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.403.00 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.

9
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 the 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.4030.00 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 13 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., 13 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 pre-


qualification requirements should be submitted with due attestation by the
competent authority.

2. 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.

10
3. CHECK LIST FOR INFORMATION TO BE FURNISHED

3.1 The documents submitted 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-year 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 1.00
Year 2 1.10
Year 3 1.21
Year 4 1.33
Year 5 1.46

Note: Current year means the assessment year (i.e.) the completed year
immediately preceding the date, month and year in which notice
inviting tenders for pre - qualification 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
Whether If yes, If No,
Sl.
Name of the Document submitted Refer Give
No.
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)

11
Whether If yes, If No,
Sl.
Name of the Document submitted Refer Give
No.
Y/N Page No. Reasons
7 Calculation for current bid capacity
8 Latest Income tax Clearance Certificate
9 Power of attomey / 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
condition of contract for Technical specification, form of bid and bid security,
further security and quantities, drawings etc.,

5.1 Pre-Qualification questionnaire complete in all respects should be


submitted with tenders in a separate covers along with EMD in
prescribed format.

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 Incomplete 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 For any clarification the Superintending Engineer (Highways),


Construction and Maintenance, Salem Circle, Steel Plant Road,
Jahir Ammapalayam, Salem - 636 302 (Phone No.0427-2445266)
may be contacted on all working day at working hours.

12
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
submitted 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 the 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 personal proposed for work, status and
execution of the contract both in and off site, in the format prescribed
in Annexure II (A&B).

c) The reports of the financial status under 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.

13
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 project site before
submitting bid.

5.15 While uploaded the schedules duly filled in the applicant shall enclosed
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 confirms pre qualification particulars.

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


pre-qualification particulars and it will be rejected by the employer and
may not subsequently be made responsive by the tenderer having given
additional particulars.

5.18 Contractor should compulsorily mention the Contractor Code assigned to


him / her.

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.

14
6.1 The bidder should furnish 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. 13 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 in 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.

15
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.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

16
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. Earth Compactor : 1 No.


2. Motor Grader : 1 No.
3. Central Hot Mix Plant : 1 No.
4. Sensor Paver Finishers 9m width : 1 No.
5. Pneumatic Tyred Roller : 1 No.
6. Vibratory Roller : 2 Nos.
7. Static Roller : 2 Nos.
8. Concrete Batching and Mixing Plant : 1 No.
9. Transit Mixer and Concrete Pumps : 3 Nos.

Note: 1) Necessary documents for above plants and equipments should be enclosed
along with the tender schedule. Further current working condition certificate
for the above plants should be obtained from the Divisional Engineer (H)
Quality Control concerned for which the certificate should be after the date of
tender publication and enclosed the original certificate along with the P.Q.
Documents for the above Plants and equipments. If the above certificates not
enclosed in the PQ document the tender will be summarily rejected by the
tender inviting authority.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

17
ANNEXURE – II (A)

2.4 MINIMUM QUALIFICATION OF TECHNICAL PERSONNEL REQUIRED

B.E. Civil Engineering (or) Equivalent degree holder with


1 No
1. 1 Year experience in similar works :

Diploma in Civil Engineering with 5 Years experience in


2. 2 Nos
similar works :

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

18
ANNEXURE – II (B)

DETAILS OF KEY PERSONNEL AND ADMINISTRATIVE PERSONNEL

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

Name of Qualification Designation No. of years of Details of works


Person experience carried out etc.
Individual In the firm

Technical Personnel

1.

2.

3.

4.

5.

Administrative Personnel

1.

2.

3.

4.

5.

Skilled and other workers

1.

2.

3.

4.

5.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

19
LETTER OF APPLICATION
(Letterhead paper of the applicant, including full postal address, telephone No., Fax
No. Telex No. email address and cable address)
Date : __________________________
To,
The Superintending Engineer,
Highways Department,
Construction and Maintenance,
Steel Plant Road,
Jahir Ammapalayam,
Salem - 636 302.

(Name and address for the employer)


Ref : Advertisement inviting bids from contractors for “Widening from
Two Lane to Four Lane and Improvements at km 27/4-27/6, 29/2-
29/6 and Widening from Two Lane to Four Lane and Strengthening
at km 27/6 -29/2, 29/6- 34/0 of Dharmapuri - Arur (Via) Morappur
road including reconstruction of Culvert at km 27/8, 28/4, 28/6,
28/10, 29/10, 30/4,30/10, 31/4, 31/8 (i),(ii), Construction of Box
Culvert at km 27/6, 31/6 (SLM-99)”
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.

20
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) ___________________

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

21
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 work 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 Contact No.

4 Telephone No. Fax No.

5 E-mail Address Telex No.

6 Incorporation / Registration Details

Place of incorporation / Registration Year of Incorporation /


7
Registration

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

22
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.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

23
5. a) Where 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

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

24
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 in Open


Foundations

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

25
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.No Year Turnover (Indian Rupees)
.
1.

2.

3.

4.

5.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

26
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. Employers Address
4. Contract Role
Sole Contractor
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
a) GSB
b) WMM
c) BM / DBM
d) BC / SDBC / CGPC /
PC
e) PCC / VCC / VRCC
f)
g)
10 Name and Professional qualification of applicant’s
Engineer-in charge of the work
11. Where 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 to
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.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

27
APPLICATION FORM (4)
Current Contract Commitments / Works in Progress
Name of Firm:

The application 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.

Employe Concerned Location Value of Value of Original Original Actual Revised Present Reason
r Engineer and contrac complete Date of Target date of Target progress for slow
Responsibl Description t in d and Commenc date of start (%) progress
date of
e for of the work Indian certified e- ment of completio work if any
completion
Supervisio Rs. in Indian work n of work
of work
n 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.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

28
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

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

29
APPLICATION FORM 5 (A)

CANDIDATE SUMMARY

Name of Applicant

Position Candidate

Prime Alternate
Information about 1. Name of candidate 2. Date of Birth
candidate
3. Professional Qualification :
Present Employment 4. Name and Address of employer :

Telephone No. Contact : (Manager / Personnel


Officer ) :

Fax No. Tele No.


Job Title of candidate : Years with present employer

Summarise professional experience over the last 10 years, In reverse chronological


Order. Indicate particular technical and managerial experience relevant to the project :
From To Company / Project / Position / Relevant
Technical & Managerial Experience

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

30
APPLICATION FORM (6)
MAJOR ITEMS OF CONSTRUCTION PLANT AND EQUIPMENT PROPOSED TO BE USED BY THE APPLICANT ON
THIS CONTRACT
Description Manufactur Number Year of New Total No. of Owned Estimated Power Capacity Present
er & Model of each Manufactu or Hours of (O), CIF value Rating t/hr. etc. Location
Type/Make Equip re and Used operation in Indian
Leased (L)
ment / present since date of Rs.
or to be
Plant condition Manufacture
purchased
(P)
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 the Purchased and
shall indicate the proposed part of entry.
Annexure – 1 may be referred for the list of essential plant and equipment for the work.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

31
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, summarise 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 a registered accountant and supported by copies of tax returns, if
audits are not required.
Financial information in Projected : Next two
Actual : Previous five years
Indian Rupees years
Financial year
Total assets
Current assets
Cash, temporary
Investments and current
receivable
Total liabilities
Current liabilities
Authorized 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 before before before before
Home
Abroad
Note 1 : 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.
Note 2 : The projected figure for the current year shall be arrived at by applying
the indexing factor as noted in Cl. 3.2

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE
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 Indian Rupees
No.

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:


(b) 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 )

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

33
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 or Name of Client, Disputed Actual


AGAINST Cause of Litigation amount awarded
applicant and Matter in (Current value amount in
dispute in Indian Rs.) Indian Rs.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

34
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 has 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.

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

35
APPLICATION FORM (10)

AFFIDAVIT

(Affidavit to be furnished in the stamp paper (as per norms) and authenticated by
Notary Public)

1. 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 Authorized Officer of the Firm)

____________________________________
Title of Officer

_____________________________________
Name of Firm

_____________________________________
Date

SIGNATURE OF CONTRACTOR
CONTRACTOR CODE

36

You might also like