You are on page 1of 16

`

Director Works (EO) Rajasthan Univercity of Veterinary & Animal Science, Bikaner (Raj)
POST QUALIFICATION OF CONTRACTORS Name of Work : Construction of Front Wing of building for College of Vetenary and Animal Sciences Navania, Vallabh Nagar (Udaipur) Rajasthan

Special conditions of contract for post qualifications, as detailed hereunder, shall be applicable in addition to all other terms and conditions already prescribed under standard agreement forms/rul es and regulations relating to contracts. Applicability : 1. Post Qualification Method (a) For Building & Other Construction Work : From Rs 2.00 Crore to 10 Crore Procedure : 2. Procedure for Post qualification would be as follows : (i) Two envelope system would be adopted for post

qualification, envelope-1 being the Technical bid, and envelope-2 being the Financial Bid. Each envelop would be sealed separately and Bid and super scribed Financial Envelope-1 Bid. Both Technical envelope-2

envelopes would be placed in a third envelope, duly sealed, bearing the name of the work and the name of the bidding contractor. In this third envelope : envelope of earnest money and Sales Tax clearance certificate should also be kept.

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 1

(ii) The Technical Bid envelope would be opened on the date and time specified in Notice Inviting tender and the bid be evaluated by a committee consisting of Director works controller and concerned assistant Engineer according to the criteria for Post Qualification laid down hereunder" (iii) The financial bid envelope would be opened of only those bidders who fulfill the post qualification criteria. Criteria: 3. (i) Criteria for post qualification would be as follows: The bidder should have executed at least 50% of the following quantities of work in any of the last five financial years:
Item Quantity as per BOQ

A.

Building a) b) c) d) Masonry (Stone/Brick) R.C.C work (Roof/Column/Footings) Reinforcement Shuttering 1668.00 Cum 1984.00 Cum 260.50 MT 15135.00 Sqm

(ii)

The bidder should have completed at least one work of similar nature of building work as the case may be in last 5 years (including current year, if opted by the bidder) of the value not less than 50% of the estimated cost of the work updated to present price level.

(iii)

The bidder should have achieved a financial turnover of at least 60% of the cost of work (bid cost) in any one of the last three financial years.

(iv)

The bidder should be able to deploy the machinery and equipment specified in Schedule - III, in the execution of this work. This machinery and equipment should be

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 2

available to the bidder on ownership or confirm lease basis for which appropriate proof will have to be submitted. (v) For the bidders to qualify for more than one package/work he must demonstrate having experience and resources sufficient to meet the aggregate of the minimum qualifying criteria for the individual package/work. (vi) Bid Capacity: Bidders who meet the minimum qualification criteria will be qualified only if their assessed bid capacity is more than the total bid value. The available bid capacity will be calculated as under: Assessed available bid capacity = (A* N * 2 - B) where A = Maximum value of civil engineering works executed in any one year during the last five years (updated to present price level) taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited. B = Value, at present price level, of existing

commitments and ongoing works to be completed during the next one year (period or completion of works for which bids are invited). (vi) Litigation History: Bidders should provide accurate information on any litigation or arbitration resulting from contracts completed or under execution by him over the last five years. The maximum Value (updated to present price level) of disputed amount claimed in Litigation/Arbitration resulting from contracts executed in last five years shall be deducted from the calculated Bid capacity of the bidder the details shall be furnished in Schedule -VI.

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 3

Note:(i) The statements 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. (ii) The present price level for turn over and cost of completed work of similar nature, the previous years value shall be given weight age of 10% per year. (a) For last year (b) For One year before (c) For Two year before (d) For Three year before (c) For Four year before For current year :- 1.00 1.00 1.10 1.21 1.33 1.46

Documentation : 4. The bidder should furnish the following documents along with the Technical Bid : (a) Information regarding financial resources and capability, in Schedule - I

(b) Information regarding works executed in the last five years in Schedule - II (c) Certificates from the concerned Engineer -in-Charge in support and verification of the information furnished in Schedule - II. (d) Information regarding machinery and equipment required for deployment, as detailed in Schedule - III.

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 4

(e) Information regarding details of maximum value of Civil Engineering works executed in Schedule IV. (f) Information regarding details of existing commitments & on going works to be completed in Schedule V. (g) Information regarding details of Litigation or Arbitration contracts in Schedule VI. (h) The bidder should demonstrate that they have adequate financial resources (overdraft/Credit Line/Letter from Bank) sufficient to sustain the contract cash flow for 3 months at the peak construction period i.e. Rs. 20.00 lacs. Important: 5 (A) The bidder must ensure that all the information required in the documents is furnished by him complete in all respects. He would not be allowed to withdraw any document, or to rectify any information furnished therein, after submitting the bid. (B) In place of immediate availability of the certificates as mentioned in clause 4(c). The bidder should give an affidavit that the information furnished in Schedule I, II, III, IV, V & VI is correct. If any information is found to be incorrect, the offer of the bidder shall be rejected and action as per rules shall be taken. (Format attached at Annexure-B). Rejection of Bids :6. The department reserves the right to reject any bid, or to disqualify any or all the bidders, without assigning any reason. 7(i) If a bid is not accompanied with the requisite documents mentioned in clause 4(a) to 4(h), or is not in accordance with procedure specified in para 2 (i) or is not

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 5

accompanied with the earnest money sales tax clearance certificate, it would be liable for rejection. (ii) Furnishing of incorrect or incomplete information or concealment of any information required in the bid documents would render the bid allable for rejection. 8. Sales Tax clearance certificate and earnest money sho uld be kept in separate envelopes which shall be kept in third envelope in which envelope No.1 of Technical Bid and envelop No.2 of Financial bid would be placed. Only after evaluation of correctness of earnest money and sales tax clearance certificates, the Technical Bid would be opened.

Director Works Estate Officer RAJUVAS, Bikaner

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 6

Director Works (EO) Rajasthan University of Veterinary & Animal Science, Bikaner (Raj)
POST QUALIFICATION OF CONTRACTOR ABSTRACT DETAILS
1. 2. 3. 4. Name of the Work Name of the Contractor Sales Tax Certificate valid up to : ................................................................. : ................................................................. : .................................................................

Income Tax PAN No. .. CRITERIA

5.

Maximum Quantity of work executed in any one of the previous five years (A) Building Work (as per Schedule-II C) (a) Masonry (Stone/Brick) (Cum) (b) RCC Work (Roof/Column/Footings) (Cum) (c) Shuttering (Sqm) (d) Flooring (Marble/Kota Stone/ Mosaic etc. (Sqm) (e) Joinery (Sqm) (f) Reinforecment (MT):

: .................................................................

: ................................................................. : .................................................................

: ................................................................. : .................................................................

: ................................................................. .................................................................

6.

Max. value of single work completed in last five years (as per Schedule-IV) Type of Work (A) Building Work Completion Cost :.............................................................. ..............................................................

7.

Max. financial turn over in any one of: the last three years (as per Schedule-I) Availability of Machinery & Equipment (As per Schedule-III)

8.

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 7

`
(A) Building work (a) (b) (c) (d) 9. Weigh Batch Mixer Needle Vibrator Plate Vibrarator : : : .................. .................. .................. .................. ................. .................. ................. .................. .................

C.C.Mixer of adequate capacity (with hopper):..................................................... :..............................................................

Litigation/Arbitration (As per Schedule-VI) Maximum value at present price level of disputed amount claimed in Litigation/ Arbitration resulting from contracts executed in last five years. Bid Capacity = (A x N x 2) - B (a) A -

10.

Max. value of works executed in any one of the last five years updated to the current price level (as per Schedule-IV) Number of years prescribed for completion of the works for which the bids are invited Value at present price level of existing commitments and on-going works to be executed during period 'N' (period prescribed for completion of the works for which the bids are invited) (as per Schedule - V)

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

(b)

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

(c)

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

11.

Acceptable Bid Capacity Bid Capacity calculated as per (10) above-Maximum value of disputed items as per (9) above.

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

Signature of Bidder (with Seal, Wherever applicable)

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 8

SCHEDULE - I
FINANCIAL RESOURCES AND CAPABILITY
[ Reference Clause 4 (a) ]

1. 2.

Name of Bidder : .............................................................................................. Total financial turnover achieved by the bidder in the last three financial years : Year 2008-09 2009-10 2010-11 Turnover

S. No. (i) (iv) (v)

Note : Balance Sheets and Profit & Loss Accounts for the last three financial years should be enclosed. 3. 4. Total financial turnover projected in the current financial year................................ Has the bidder ever been debarred from tendering for Central Government/ any State Government/ any Government undertaking ? Yes/ No. If yes give details : ...................................................................................... Has the bidder ever been declared insolvent ? Yes / No. If yes give details : .................................................................................... Name / (s) and Branch/(s) of bidder's Bankers : ....................................................... .................................................................................................................................... .................................................................................................................................... I / We hereby certify that the above information is correct to the best of my/our knowledge and belief.

5. 6.

Date

Signature of Bidder (with Seal, Wherever applicable)

C:\Documents and Settings\Administrator\Desktop\MRC\PostQualificationBidPHALODIBAP.doc 9

` SCHEDULE II [Reference Clause 4(b) ] BUILDING WORKS DETAILS OF QUANTITIES OF WORKS EXECUTED DURING LAST FIVE FINANCIAL YEARS S.No . Name of work with Agreement No. & date Client Place (District /State) Financial year Masonary ( Stone/Brick s ( Cum.) RCC work ( Footing / Column/ Roof (Cum.) 1 2 3 4 5 6 7 Principal Item of work Flooring j( Marble/ Kota Stone/Mosai c/ Tile etc.( Sqm.) 8 9 10 11
Shuttering ( Sqm.) Joinery (Sqm.) Reinforcement (MT)

Signature of Bidder ( with seal whenever applicable ) Note : Certificate from concerned Engineer in Charge should be enclosed in support and verification of above statement.

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc

10

SCHEDULE III [ Reference Clause 4(b) ] DETAILS OF MINIMUM MACHINERY & EQUIPMENT REQUIRED TO BE DEPLOYED BY THE CONTRACTOR IN THE EXECUTION OF THE TENDERED WORK Name of Bidder .

Item

Minimum No's available Source of Nos with the tenderer Availability (Owned/Leased )

(A)

Building work (For each work site) (a) (b) (c) (d) Weigh Batch Mixer Needle Vibrator. Plate Vibrator C.C.Mixer with adequate Capacity with Hopper

2(TWO) 4(FOUR) 4(FOUR) 4(FOUR)


: .................. .................. .................

I/We hereby undertake to deploy the machinery & equipment listed above as & when required in the execution of this work.

Date --------------

Signature of Bidder (With seal wherever applicable)

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc 11

SCHEDULE IV DETAILS OF MAXIMUM VALUE OF CIVIL ENGINEERING WORKS EXECUTED IN ANY ONE YEAR DURING THE LAST FIVE YEARS TAKING INTO ACCOUNT THE COMPLETED AS WELL AS WORKS IN PROGRESS.

S.No.

Name of work with agreement No. & date

Client

Place ( District Financial / State ) year

Cost of work as per work order

stipulated date of commencement

stipulated date of completion

Value of work done during the year

Signature of Bidder

Note : Certificate from concerned Engineer-in-charge should be enclosed in support & verification of above statement.

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc

12

SCHEDULE V DETAILS OF EXISTING COMMITMENTS & ON -GOING WORKS TO BE COMPLTED

S.No.

Name of work with agreement No. & date

Client

Cost of work as per work order 4

stipulated date of commencement

stipulated date of completion 6

Value of balance work on date of tender 7

Likely date of completion of balance work 8

Signature of Bidder Note : Certificate from concerned Engineer-in-charge should be enclosed in support & verification of above statement.

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc

13

SCHEDULE VI DETAILS OF LITIGATION OR ARBITRATION CONTRACTS

S.No.

Name of work with agreement No. & date

Client

Work order amount

Disputed amount claimed in Litigation/ Arbitration 5

Date of Raising Disputed Amount 6

Actual Award amount if the case is decided 7

Cause of Litigation & matter in dispute

Signature of Bidder

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc

14

Annexure B Reference Clause 5 (B) (To be given on Non Judicial Stamp paper of Rs. 10/- duly attested by Oath Commissioner Notary/Public)

AFFIDAVIT
I/We Proprietor / Partner / Authorized signatory of M/s .. undertake the oath that the information furnished by me / us in Schedule I to VI of the Technical Bid for the work of is correct to the best of my/ our knowledge. If any information is found to be incorrect, PWD has right to reject the Bid and take action against me / us as per rules.

Proprietor / Partner / Authorized Signatory M/s .

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc

15

`
Annexure-A Ref. Clause 4 (h)

AVAILAVILITY OF CREDIT FACILITIES BANK CERTIFICATE


This is to certify the M/s. is a reputed company with a good financial standing. If the contract for the work namely .. is awarded to the above firm, we shall be able provide overdraft/credit facilities to the extent to Rs to meet their working capital requirement for executing the above contract. Signature of Senior Bank Manager .. Name of Senior Bank Manager .... Address of the Bank ...

Stamp of the Bank

Note:-Certificate should be on the letter head of the Bank

Master_ALLWork_Potential_Bid_Document_15_May_2011.doc

16

You might also like