Earenest Money in Rs. in Rs. 11,69,07,120/- 5,84,600/- (vai Online Mode only) 4,70,35,705/- 2,35,200/- (vai Online Mode only)

Size: px
Start display at page:

Download "Earenest Money in Rs. in Rs. 11,69,07,120/- 5,84,600/- (vai Online Mode only) 4,70,35,705/- 2,35,200/- (vai Online Mode only)"

Transcription

1 GOVERNMENT OF MAHARASHTRA PUBLIC WORKS DEPARTMENT PUBLIC WORKS DIVISION PANDHAPUR E-TENDER NOTICE NO /07/ FOR (e-Online) Sealed online B-1, e-tenders for the following work are invited by the Executive Engineer, Public Works Division, Pandharpur (Telephone No / & Fax No.02186/226975) from the contractors Registered with Government of Maharashtra Public Work Department in appropriate class. e-tender work.no Name of work Estimate Cost in Rs. Earenest Money in Rs. Time limit for complition of work Cost of e-tender form in Rs. Class of Contractor Improvements to Jyotiba Chowk to 12,18,94,666/- 6,09,500/- 12 Months 25,000/- I-C & above (vai Online Gopalpur Road Km.0/00 to 1/880.Tal- (Including (NonRefundable) Mode only) Pandharpur.Dist-Solapur. Mansoon) (paid via online mode 2. Improvements to M.T.D.C.to Sangola Chowk to M.P.Bhavan Road..Tal- Pandharpur.Dist-Solapur. 3. Improvements to Gajanan Maharaj Math (Ahilya Chowk) to Bhakti Marg (Sant Gadgebaba Chowk) Road. Tal- Pandharpur.Dist-Solapur. 4. Construction of Toilet Units at Wakhari Palakhi Tal.Tal- Pandharpur.Dist-Solapur.(Block No.1 to 3) (336 Toilet Units) 5. Construction of Toilet Units at Wakhari Palakhi Tal.Tal- Pandharpur.Dist-Solapur.(Block No.4 to 7) (448 Toilet Units) 11,69,07,120/- 5,84,600/- (vai Online Mode only) 4,70,35,705/- 2,35,200/- (vai Online Mode only) 1,15,53,426/- 1,00,000/- (vai Online Mode only) 1,53,83865/- 1,15,500/- (vai Online Mode only) 12 Months (Including Mansoon) 09 Months (Including Mansoon) 12 Months (Including Mansoon) 12 Months (Including Mansoon) only.) 25,000/- (NonRefundable) (paid via online mode only.) 10,000/- (NonRefundable) (paid via online mode only.) 5,000/- (NonRefundable) (paid via online mode only.) 5,000/- (NonRefundable) (paid via online mode only.) I-C & above II& above IV & above III & above

2 e-tender time table 1. Download Period of online Tender. Dt. 06/06/2016 at am. to Dt. 30/06/2016 at p.m. 2. Submit Hash to Create online Tender by Contractor (Technical and financial Bid Last date and time) Dt. 2/07/2016 at p.m. 3. Online Raised any Technical Point Last date and time. (Pre-bid Meeting). Sr.Work No.1,2,and 3-Online or in office of the Chief Engineer, P.W. Region Pune. Raised any Technical point on or before Dt. 24/06/2016 up to p.m 4. (Online) Super Hash Sr.Work No.4,and 5-Online or in office of the Superitending Engineer, P.W. Circle, Solapur. Raised any Technical point on or before Dt. 23/06/2016 up to p.m Dt.04/07/ P.m. 5. Period of online Decryption and Re-encryption (Technical and Financial) for tender details by Contractor. Dt. 05/07/2016 at pm. to Dt. 06/07/2016 at p.m. 7. Place, Date and timing of opening Technical-bid and Financial bid. Dt.07/07/2016 at am. to Dt. 08/07/2016 at p.m. in the office of Superitending Engineer, P.W. Circle,Solapur. (If Possible) Note :- 1. All eligible/interested contractors are download and mandated to get enrolled on e-tendering portal " and further need to empaneled online on sup portal " in the appropriate category applicable to them.

3 2. The process of online tenders Quarries and Digital certificate contact mention below address Sify Technotigies Ltd. Nextenders (India) (India) Pvt. Ltd. On / (Pune) (Pune) OR support.gom@nextenders.com. 3. Contractor's has compulsory all document submitted online. 4. Other term and condition Displayed in online e-tender forms. Right to reject any or all online bid of work without assigning any reasons there of is reserved. 5. Above Tender Notice is displayed on P.W.D. website 6. The EMD applicable amount shall be paid via Online mode only. Earnest money Exemption certificate will not be accepted (Suresh Raut) Executive Engineer Public Works Division,Pandharpur ONLINE ENVELOPE NO. 1 : (Documents) The bidder must purchase the bidding documents via online mode by filling the cost of Tender. The First Online envelope "Envelope No. 1" shall contain the following documents: (Scanned copies of originals and not true or attested copies) Forwarding letter a) Scanned copy of Certificate as a Registered Contractor with the Government of Maharashtra in Public Works Department in appropriate class as may be applicable(true Copy Thereof duly attested by a Gazetted officer)

4 3.6.2 The Earnest money of the value of Rs /- (Rs.One Lakh Fifteen Thousand Five Hundred Only ) if applicable shall be paid via online using NEFT/RTGS or payment gateway mode.. After Tender opening, the EMD of the unsuccessful bidder will be returned to account provided by the bidder during the bid preparation as given in challan under Beneficiary Account Number. Note- Earnest money Exemption certificate will not be accepted Scanned copy of PAN number,acknowledgement of I.T. Return of previous financial years, Audited Balance sheet of previous Three financial years Use of Specialised Machinery (B) (1) Scanned copy of proof of ownership of (i) Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company. (ii) The contractor shall install Compression Testing Machine (CTM) for the testing cement mortar, concrete at the site. (2) If the Contractor owns a Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company as required under this contract, then he should give details of its current location and undertaking whether the Reversible Drum Type Concrete Mixer needs to be shifted or otherwise for this work. If Concrete Mixing Plant " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company and Transit Mixers and Concrete Pumps of desired number and capacity is not owned by Contractor at the time of tendering then conditions for Concrete Mixing Plant " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company and Concrete Pumps of desired number and capacity are as below :

5 2.1 Contractor shall install Concrete Mixing Plant " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company and Transit Mixers and Concrete Pumps of desired number and capacity within 30 days from the date of issue of work order. 2.2 If the Contractor wants to procure / purchase " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company and Concrete Pumps of desired number and 30 capacity as mentioned above, he should submit necessary firm purchase order placed on manufacturer of repute in Envelope No If Contractor intend to purchase " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company as in 2.2 above or shift already owned plant from existing location to the new location as required for this work, for that bidder shall submit additional security as specified in 2.4 below he shall given trial run on or before 30th day from the date of issue of work order. 2.4 In Envelope No.1 The bidder shall submit an additional security of Rs.2,00,000/- ( Rs. Two lakh only ) in the form of FDR drawn in the name of Executive Engineer, P.W. Division, Pandharpur payable at Pandharpur. If Conctractor fails to give trial run of this Concrete Mixing Plant " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company and Concrete Pumps of desired number and capacity on or before 30 th day from the date of issue of the said work order, his above said additional security shall be encashed without any notice to the contractor without considering any force majeure and shall be credited to Government revenue by the Engineer-in-charge immediately on 31 st day. 2.5 Encashment of Additional Security Deposit as mentioned above shall not absolved the Contractor from the responsibility of installing the Concrete Mixing Plant " Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum Type Concrete Mixer of minimum 8 to 12 cum/hr capacity of any standard company and Concrete Pumps of desired number and capacity which is required for R.C.C. Wroks. 2.6 No extension of time limit shall be granted at any level for giving trial run after 30 th day from the date of issue of work order. OR

6 In case of Contractor intends to carry out Concrete work with SCADA enabled Concrete Batch Mix Plant (Pan Mixer) in lieu of own Fully Automatic Micro processor based PLC with SCADA Enabled Reversible Drum type Concrete Mixer. Then Tenderer shall furnish details of Ownership in Proforma 2-A (3) If the Contractor owns a Fully Automatic Micro processor based Programmable Logical Control (PLC) with SCADA enabled Concrete Batch Mix Plant ( Pan Mixer) of minimum Cubic Metre per hour capacity of any standard company with SCADA as required under this contract then he should give details of its current location and undertaking whether the batch type plants needs to be shifted or otherwise for this work. If Concrete Mixing Plant (Batch type) of minimum Cubic Metre per hour capacity and Transit Mixers and Concrete Pumps of desired number and capacity is not owned by the Contractor at the time of tendering, then condition for Concrete Mixing Plant (Batch Type) of minimum Cubic Metre per hour capacity and Transit Mixers and Concrete Pumps of desired number and capacity are as below : 3.1 Contractor shall install Concrete Mixing Plant (Batch Type) of minimum Cubic Metre per hour capacity and Transit Mixers and Concrete Pumps of desired number and capacity within 30 days from the date of issue of work order. 3.2 If the Contractor wants to procure / purchase Batch Mix Plant (Pan Mixer) of minimum Cubic Metre per hour capacity, Transit Mixer and Concrete Pumps of desired number and capacity as mentioned above, he should submit necessary firm purchase order placed on Manufacturer of repute in Envelopment No If Contractor intend to purchase Batch Mix Plant (Pan Mixer) of minimum Cubic Metre per hour capacity as mentioned in Para 3.2 above or shift already owned plant from existing location to the new location as required for this work, for that bidder shall submit additional security as specified in 2.4 below. He shall give trial run on or before 30 th day from the date of issue of work oder In Envelopment No.1, the bidder shall submit an additional Security of Rs. 5,00,000/- (Rupees Five Lakh only) in the form of FDR drawn in the name of Executive Engineer, P.W. Division, Pandharpur payable at Pandharpur. If Contractor fails to give trial run of this Concrete Mixing Plant (Batch type) of minimum Cubic Metre per hour capacity and Transit Mixers and Concrete Pumps of desired number and capacity on or before 30th day from the date of issue of said work, his above said additional Security of Rs. 5,00,000/- ( Rupees Five Lakh only) shall be encashed without any notice to the contractor

7 without considering any force majeure and shall be credited to Government Revenue by the Engineer in charge immediately on 31 st day. 3.5 Encashment of additional Security Deposit as mentioned above shall not absolved the Contractor from the responsibility of installing the Concrete Mixing Plant (Batch type) of minimum Cubic Metre per hour capacity and Transit Mixers and Concrete Pumps of desired number and capacity which is required for the R.C.C. works. 3.6 No extension of time limit shall be granted at any level for giving trial run after 30 th day from the date of issue of work oder Details of Income Tax Circle or ward of the district in which the tenderer is assessed to Income Tax, Tenderer s PAN No. and complete postal address with Pin Code and telephone Numbers. Scanned copy of original Income Tax Return for the immediate previous financial year Scanned copy of original valid MVAT registration certificate from Maharashtra State Sale Tax Department. (Maharashtra Value Added Tax Act 2005) Scanned copy of a list of modern machinery and plants and manpower immediately available with the tenderer for use on this work and list of machinery proposed to be utilised on this work but not immediately available and manner in which it is proposed to be procured ( in Form No. II) Scanned copy Professional Tax Registration Certificate in form PTR and PTE Signature of Contractor No. of Corrections Executive Engineer

8 Details of work done during last three years with the value of work unfinished. (Information to be given in Form No. VI) Details of work of similar type carried out by the contractor. (in Form No. III ) Details of list of works in hand and works tendered for. (Information to be given in Performa of Form No. I) Details of works carried out in the Interior, Backward and Hilly Area during the preceding 5 years (in Form No. IV). (if applicable) Details of Technical Personnel on the rolls of the tenderer. (Information to be given in Performa of Form No. V) MANPOWER It is expected to deploy following Key Personnel on the contract work When the work is in progress. The frequency of attendance shall be as below : Sr.No. Contractor's Technical Staff 1. Team Leader (No. of visit/s in a month) 2. Project In-charge (No. of visit/s in a week) Minimum Qualification needed No.of Tech. Staff/Person. BE /Btech Civil, Min 15 Years 0 BE /Btech Civil, Min 10 Years 1 Full time Technical staff on site required 3. Resident Engineer / s (daily) BE /Btech Civil, Min 5 Years 1 4. RCC Work Engineer BE /Btech Civil, Min 3 Years 0 (daily) 5. Quantity Engineer BE /Btech Civil, Min 3 Years 0 (daily) 6. Site Supervisor (daily) Diploma Civil, Min 2 Years 1 7. Plant /SCADA System Supervisor (daily) Diploma / ITI, Min 2 Years 1 The contractor shall submit the list of key personnel with their name and qualifications / experience after work order is issued and before the starting of work. Once the list if approved by Engineer in charge it should not be changed without his prior approval. The list so approved of the key personnel, their required data shall be entered in the attendance machine prescribed below.

9 To ensure attendance of above key personal, the contractor shall install face recognisation based GPS AND SCADA ENABLED attendance machine on site and plant. The location of such machine shall be got approved from the Engineer- Signature of Contractor No. of Corrections Executive Engineer

10 33 in-charge. Key personal shall register his attendance as many times as instructed by Engineer-in-charge. The attendance so registered shall be uploaded to the PWD e-governance server / portal in real time. The analysis of attendance of these key personnel so registered shall be presented / mailed to Engineer-in-charge and his representative in the format and frequency prescribed by engineer-in-charge. If after analysis of the attendance data if it is found the item of work is executed without attendance of the key personal the work so executed shall be rejected Scanned copy of original Registered Partnership Deed, Memorandum of Articles of Association, if the tenderer is a Partnership Firm, Joint Stock Company and Power of Attorney and Firm Registration Certificate if any Numbering should be done for all papers contained in Envelope No. 1 and indexed Scanned copy of Affidavit in respect of genuineness of documents contained in the Envelope No. 1 in the prescribed proforma provided with Tender Set The tenderer will be qualified only if their available bid capacity is more than the total estimated value of works for which he has offered his bid. The available bid capacity will be calculated as under : Assessed Available Bid Capacity = (A*N*2) B A = Maximum value of prefeb structure works executed in any one year during the last three years ( updated to level ) (Sample Form No.7) N = Number of years prescribed for completion of works for which bid are invited. B = Value at price level, of existing commitments and on going work to be completed during the next 1 Year Note : The statement showing the value of existing commitments and ongoing works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer-in-charge, not below the rank of an Executive Engineer. n) To qualify for award of the contract, each Tenderer in his name should have in any one year only during last three years. a) Achieved a minimum annual financial turnover ( in all Classes of civil engineering construction work only) for Rs lakh in any one year. In support of this, attested copy of Annual Audit Report certified by the Chartered Accountant should be produced. b) Satisfactory completed ( from start to finish) during last three years as a prime Original Manufacturers of at least one similar work value not less than for Rs lakh in not more than one contract of price level. Financial turnover and cost of completed works of previous years shall be given weightage of 10% per year based on Rupee value to bring them to price level. Sr.No Item Quantity Unit 30 % of Qty

11 1. Concrete M Cubic metre Cubic metre 2. Concrete M Cubic metre cubic metre 3. Rough Shabhabad Square Square Metre stone Florring Metre 4. B.B.Masonary ie 1: Cubic metre Cubic metre 5. M.S.Door shutter Square Square Metre Metre 6. TMT Fe M.T M.T.