WWWAAATTTEEERRR RRREEESSSOOOUUURRRCCCEEESSS DDDEEEPPPAAARRRTTTMMMEEENNNTTT

CHIEF ENGINEER ( CIVIL) , HYDRO PROJECTS, .

SUPERINTENDING ENGINEER, KOYNA DESIGN CIRCLE, PUNE.

EXECUTIVE ENGINEER, HYDRO ELECTRIC DIVISION NO-2, PUNE.

DDDRRRAAAFFFTTT BBBIIIDDD CCCAAAPPPAAACCCIIITTTYYY DDDOOCCCUUUMMMEEENNNTTT

((( VVVOOOLLUUUMMMEEE III )))

Name of work :- Providing & carrying out Detailed Alignment survey, block contour survey, Investigation and Foundation Exploration for dams , water conductor systems, pump house& all allied works for Warasgaon Pumped storage scheme at

Dhamanhol/ Umbardi, Tal. Mulashi/Mangaon Dist. Pune / Raigad

Cost Put To Tender :- Rs. 130.98 lacks.

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

INDEX

Sr. Particulars Page No. No. From To

1. Section-I-Detailed Tender Notice .

2. Section-II – Definitions

3. Section-III - General Instructions for contractor

4. Section-IV- Guidelines to Contractors for the

operations of Electronic Tendering System.

5. Section-V - Work specific information.

6. Section-VI - Documents to be submitted- Formats

and Proforma there for.

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

Name Of Work :- Providing & carrying out Detailed Alignment survey, block contour survey, Investigation and Foundation Exploration for dams , water conductor system, pump house& all allied works for Warasgaon Pumped storage scheme at Dhamanhol/ Umbardi, Tal. Mulashi/Mangaon Dist. Pune / Raigad

CERTIFICATE

Certified that I have scrutinized Draft Bid Capacity Documents thoroughly and I have gone through each and every page of Bid Capacity Documents and satisfied with the same. There is no blank space , omissions or discrepancy left in the Bid Capacity Documents.

Executive Engineer Superintending Engineer Hydro electric Division No. 2, Koyna Design Circle, Kothrud, Pune Kothrud, Pune

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

Chief Engineer (Civil) Hydro Project Pune Koyna Design Circle Pune, Hydro Electric Division No. 2 Kothrud Pune.38 Government of

e-Tender Notice No. 2 for 2013-14 (Second Call)

Portal: http://wrd.maharashtra.etenders.in

Online application for tender of below mentioned works are invited by CE (Civil) Hydro Projects, Pune from contractors registered in appropriate class with Public Works Department of Government of Maharashtra. The bid Capacity/Tender Documents are available on website from 18 / 06 / 2013 to 02 / 07 / 2013 Completed Bid capacity document should be submitted on or before 08 / 07 /2013 up to 15.00 hrs.

Sr. Estimated cost Class of Period of Name of Work No. (Rs. Lakhs) Contractor Completion

1. Providing & carrying out Detailed 105.98 Class IV and 12 Calendar Alignment survey, block contour Above Months survey, Investigation and ( Including Foundation Exploration for dams Monsoon ) , water conductor system, pump house& all allied works for Varandha ghat Pumped storage scheme at Nigademose /Ranewadi, Tal. Velhe/ Dist. Pune / Raigad 2 Providing & carrying out Detailed 108.33 Class IV and 12 Calendar Alignment survey, block contour Above Months survey, Investigation and ( Including Foundation Exploration for dams Monsoon ) , water conductor system, pump house& all allied works for Panshet Pumped storage scheme Dapsar/Sakalyachi wadi, Tal. Velhe/Mangaon Dist. Pune / Raigad 3 Providing & carrying out Detailed 130.98 Class IV and 12 Calendar Alignment survey, block contour Above Months survey, Investigation and ( Including Foundation Exploration for dams Monsoon ) , water conductor system, pump house& all allied works for Warasgaon Pumped storage scheme at Dhamanhol/ Umbardi, Tal. Mulashi/Mangaon Dist. Pune / Raigad

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

1 Cost of Bid Capacity Document as per 1 Cost of Main Tender Document Rs. E- Tender system Rs. 2000/- ( Rs. Two 5000/- ( Rs. Five Thousand only.) Thousand only.) 2 Sell period of Bid Capacity Document 2 Sell period of Main Tender Document From 18/06/2013 to 02/07/2013 up to From 20/07/2013 to 05/08/2013 up to 13.00 13.00 3 Submission of E-Tender Bid Capacity 3 Pre tender conference for Sr. No. 1 & Document From 02/07/2013 to 2 will be held on 29/07/2013 at 15.00 08/07/2013 up to 15.00 Hrs. Bid Hrs. in the office of the Superintending Capacity Document will be opened on Engineer , Koyna design Circle, the same day from 15.01 Hrs. Jalsampatti Bhavan, Near Karve Statue, Kothrud, Pune. 38 &. at sr. No. 3 will be held on 29/07/2013 at 11.00 Hrs. in the office of the Chief Engineer (Civil) Hydro Projects, Sinchan Bhavan, Barne Road, Pune. 11. 4 List of Qualified Bidders as per E- 4 Submission of Main Tender Document Tender system will be published on as per E-Tender system From 17/07/2013 up to 15.00 Hrs. 05/08/2013 to 07/08/2013. Up to 12.00 Hrs. and opened on 07/08/2013 at 12.01 Hrs. if possible.

The Contractors participating first time in e-Tendering Bids will have to procure Digital signature Certificate, username & Password from competent authorities as per guidelines mentioned on homepage of the website.

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

If any assistance is required regarding e-Tendering (upload / download) please contact Sify NexTenders (Mob. No. 9167969601/04, Phone no. 020-25315555, email- [email protected])

Executive Engineer Hydro electric Division No. 2, Kothrud, Pune

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

´ÖãμÖ †×³ÖμÖÓŸÖÖ,(ãÖÖ¯ÖŸμÖ) •Ö»Ö×¾ÖªãŸÖ ¯Öύú»¯Ö, ¯ÖãÖê, úÖêμÖ−ÖÖ ÃÖӍú»¯Ö×“Ö¡Ö ´ÖÓ›üôû,¯ÖãÖê, •Ö»Ö×¾ÖªãŸÖ ×¾Ö³ÖÖÖ Îú.2 úÖê£Ö¹ý›ü,¯ÖãÖê. (´ÖÆüÖ¸üÖ™Òü ¿ÖÖÃÖ−Ö) ‡Ô-×−Ö×¾Ö¤üÖ ÃÖæ“Ö−ÖÖ Îú. 2 ÃÖ−Ö 2013-14 (Û¾¤üŸÖßμÖ ÃÖæ“Ö−ÖÖ) Portal : http://wrd.maharashtra.etenders.in

´ÖãμÖ †×³ÖμÖÓŸÖÖ,(ãÖÖ¯ÖŸμÖ) •Ö»Ö×¾ÖªãŸÖ ¯Öύú»¯Ö, ¯ÖãÖê,ÖÖ»Öᯙ ¤ü¿ÖÔ×¾Ö»Öê»μÖÖ úÖ´ÖÖÃÖÖšüß ´ÖÆüÖ¸üÖ™Òü ¿ÖÖÃÖ−ÖÖ“μÖÖ ÃÖÖ¾ÖÔ•Ö×−֍ú ²ÖÖӬ֍úÖ´Ö ×¾Ö³Ö֐Ö֍ú›üᯙ ˆ×“ÖŸÖ ¾ÖÖÖÔŸÖ −ÖÖë¤üÖߍéúŸÖ †ÃÖ»Öê»μÖÖ šêüêú¤üÖ¸ü֍ú›æü−Ö ‡Ô-×−Ö×¾Ö¤üÖ ¯Öæ¾ÖÔ Ãցִ֟ÖÖ ÃÖÓ“Ö ´Ö֐Ö×¾ÖŸÖ †ÖÆêüŸÖ. ×−Ö×¾Ö¤üÖ ¯Öæ¾ÖÔ Ãցִ֟ÖÖ ÃÖÓ“Ö ¾Ö¸üᯙ ÃÖӍêúŸÖãÖôûÖ¾Ö¸ü פü−ÖÖӍú 18/ 06 /2013 ŸÖê 02/ 07 /2013 ¯ÖμÖÕŸÖ ˆ¯Ö»Ö²¬Ö †ÖÆêüŸÖ. ³Ö¸ü»Öê»Öê ‡Ô ×−Ö×¾Ö¤üÖ Ãցִ֟ÖÖ ÃÖÓ“Ö ×¤ü. 08/07 /2013 ¸üÖê•Öß 15.00 ¾ÖÖ•Öê ¯ÖμÖÕŸÖ Ûþ֍úÖ¸üμÖÖŸÖ μÖêŸÖß»Ö.

×−Ö×¾Ö¤üÖ ¸üŒú´Ö Óú¡ÖÖ™ü¤üÖ¸üÖ“ÖÖ −ÖÖë¤üÖß úÖ´Ö ¯ÖãÖÔ ú¸üμÖÖ“ÖÖ †.Îú. úÖ´ÖÖ“Öê −ÖÖÓ¾Ö ¹ý¯ÖμÖê »ÖÖ ¾ÖÖÔ úÖ»ÖÖ¾Ö¬Öß 1 ¾Ö¸Óü¬ÖÖ‘ÖÖ™ü •Ö»Ö×¾ÖªããŸÖ ˆ¤Óü“Ö−Ö 105.98 ¾ÖÖÔ 4 †Ö×Ö 12 ´Ö×Æü−Öê μÖÖê•Ö−ÖÖ ×−֐֛êü´ÖÖêÃÖê / ¸üÖ−Öê¾ÖÖ›üß , ŸμÖÖ¾Ö׸ü»Ö (¯ÖÖ¾ÖÃÖÖôûμÖÖÃÖÆü) ŸÖÖ. ¾Öê»Æêü / ´ÖÆüÖ›ü, וÖ. ¯ÖãÖê / ¸üÖμ֐֛ü “Öß ¬Ö¸üÖãÖôêû, •Ö»Ö¾ÖÆü−Ö

¯ÖϝÖÖ»Öß, ×¾ÖªãŸÖÖéÆü ¾Ö ‡ÔŸÖ¸ü ÃÖ¾ÖÔ ÃÖӻ֐−Ö úÖ´ÖÖ“μÖÖ ÃÖÓ¸êüÖÖ ×−ÖÛ¿“ÖŸÖßÃÖÖšüß ÃÖ×¾Ößָü ÃÖ¾ÖìÖÖ, ²»ÖÖòú Óú™æü¸ü ÃÖ¾ÖìÖÖ ú¸üÖê ¾Ö

³ÖæßָüÖ“Öê †−¾ÖêÂ֝֍ú׸üŸÖÖ Ø¾Ö¬Ö−Ö ×¾Ö¾Ö¸üÖÓ“Öê úÖ´Ö ú¸üÖê.

2 ¯ÖÖ−Ö¿ÖêŸÖ •Ö»Ö×¾ÖªããŸÖ ˆ¤Óü“Ö−Ö 108.33 ¾ÖÖÔ 4 †Ö×Ö 12 ´Ö×Æü−Öê μÖÖê•Ö−ÖÖ ¤üÖ¯ÖÃÖ¸ü / Ã֍úôûμÖÖ“Öß ŸμÖÖ¾Ö׸ü»Ö (¯ÖÖ¾ÖÃÖÖôûμÖÖÃÖÆü) ¾ÖÖ›üß , ŸÖÖ. ¾Öê»Æêü / ´Ö֝֐ÖÖ¾Öü, וÖ. ¯ÖãÖê / ¸üÖμ֐֛ü “Öß ¬Ö¸üÖãÖôêû,

•Ö»Ö¾ÖÆü−Ö ¯ÖϝÖÖ»Öß, ×¾ÖªãŸÖÖéÆü ¾Ö ‡ÔŸÖ¸ü ÃÖ¾ÖÔ ÃÖӻ֐−Ö úÖ´ÖÖ“μÖÖ ÃÖÓ¸êüÖÖ ×−ÖÛ¿“ÖŸÖßÃÖÖšüß ÃÖ×¾Ößָü ÃÖ¾ÖìÖÖ, ²»ÖÖòú Óú™æü¸ü ÃÖ¾ÖìÖÖ

ú¸üÖê ¾Ö ³ÖæßָüÖ“Öê †−¾ÖêÂ֝֍ú׸üŸÖÖ Ø¾Ö¬Ö−Ö ×¾Ö¾Ö¸üÖÓ“Öê úÖ´Ö ú¸üÖê. 3 ¾Ö¸Ã֐ÖÖ¾Ö •Ö»Ö×¾ÖªããŸÖ ˆ¤Óü“Ö−Ö 130.98 ¾ÖÖÔ 4 †Ö×Ö 12 ´Ö×Æü−Öê μÖÖê•Ö−ÖÖ ¬Öִ֝ÖÆüÖêôû / ˆÓ²Ö¸ü›üß , ŸμÖÖ¾Ö׸ü»Ö (¯ÖÖ¾ÖÃÖÖôûμÖÖÃÖÆü) ŸÖÖ ´Öãôû¿Öß / ´Ö֝֐ÖÖ¾Ö, וÖ. ¯ÖãÖê / ¸üÖμ֐֛ü “Öß ¬Ö¸üÖãÖôêû,

•Ö»Ö¾ÖÆü−Ö ¯ÖϝÖÖ»Öß, ×¾ÖªãŸÖÖéÆü ¾Ö ‡ÔŸÖ¸ü ÃÖ¾ÖÔ ÃÖӻ֐−Ö úÖ´ÖÖ“μÖÖ ÃÖÓ¸êüÖÖ ×−ÖÛ¿“ÖŸÖßÃÖÖšüß ÃÖ×¾Ößָü ÃÖ¾ÖìÖÖ, ²»ÖÖòú Óú™æü¸ü ÃÖ¾ÖìÖÖ

ú¸üÖê ¾Ö ³ÖæßָüÖ“Öê †−¾ÖêÂ֝֍ú׸üŸÖÖ Ø¾Ö¬Ö−Ö ×¾Ö¾Ö¸üÖÓ“Öê úÖ´Ö ú¸üÖê. Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

1 ‡Ô-×−Ö×¾Ö¤üÖ ¯ÖϝÖÖ»Öß ¯ÖÏ´Ö֝Öê ×−Ö×¾Ö¤üÖ Ãցִ֟ÖÖ 1 ´ÖãμÖ ‡Ô-×−Ö×¾Ö¤üÖ ÃÖÓ“ÖÖ“Öß Øú´ÖŸÖ ¹ý¯ÖμÖê 5000/- ÃÖÓ“ÖÖ“Öß Øú´ÖŸÖ ¹ý¯ÖμÖê 2000/- (¹ý¯ÖμÖê ¤üÖê−Ö (¹ý¯ÖμÖê ¯ÖÖ“Ö Æü•ÖÖ¸ü ´ÖÖ¡Ö) Æü•ÖÖ¸ü ´ÖÖ¡Ö)

2 ‡Ô-×−Ö×¾Ö¤üÖ Ãցִ֟ÖÖ ÃÖÓ“Ö ×¾Ö׍Îú פü. 2 ‡Ô-×−Ö×¾Ö¤üÖ ÃÖÓ“ÖÖ“Öß ×¾Ö׍Îú פü. 20/07/2013 ŸÖê 18/06/2013 ŸÖê 02/07/2013 ךüú 13.00 05/08/2013 ךüú 13.00 ¾ÖÖ•Öê¯ÖμÖÕŸÖ ¾ÖÖ•Öê¯ÖμÖÕŸÖ

3 ‡Ô-×−Ö×¾Ö¤üÖ Ãցִ֟ÖÖ ÃÖÓ“Ö ÃÖÖ¤ü¸üߍú¸üÖ פü. 3 ×−Ö×¾Ö¤üÖ¯Öæ¾ÖÔ ²Öîšüú פü. 29/07/2013 ¸üÖê•Öß 02/07/2013 ŸÖê 08/07/2013 ךüú 15.00 †.Îú. 3 ú¸üߟÖÖ ×šüú 11.00 ¾ÖÖ•ÖŸÖÖ ´ÖãμÖ ¾ÖÖ•Öê¯ÖμÖÕŸÖ ŸμÖÖ“Öפü¾Ö¿Öß ×−Ö×¾Ö¤üÖ Ãցִ֟ÖÖ ÃÖÓ“Ö †×³ÖμÖÓŸÖÖ (ãÖÖ.) •Ö»Ö×¾ÖªãŸÖ ¯Öύú»¯Ö ¯ÖãÖê μÖÖÓ“Öê ךüú 15.01 ¾ÖÖ•Öê¯ÖÖÃÖæ−Ö ˆ‘Ö›üμÖÖŸÖ μÖêŸÖß»Ö. úÖμÖÖÔ»ÖμÖÖŸÖ ¾Ö †.Îú. 1 ¾Ö 2 ú¸üߟÖÖ ×šüú 15.00 ¾ÖÖ•ÖŸÖÖ †¬Ö߁֍ú †×³ÖμÖÓŸÖÖ, úÖêμÖ−ÖÖ ÃÖӍú»¯Ö×“Ö¡Ö ´ÖÓ›üôû, úÖê£Ö¹ý›ü, ¯ÖãÖê 38 μÖÖÓ“Öê úÖμÖÖÔ»ÖμÖÖŸÖ

4 Ãցִ֟ÖÖ ¯ÖÏÖ¯ŸÖ ײ֛üÃÖÔ“Öß μÖÖ¤üß ‡Ô-×−Ö×¾Ö¤üÖ ¯ÖϝÖÖ»Öß 4 ´ÖãμÖ ‡Ô-×−Ö×¾Ö¤üÖ ÃÖÓ“ÖÖ“Öê ÃÖÖ¤ü¸üߍú¸üÖ פü. ¯ÖÏ´Ö֝Öê •ÖÖÆü߸üߍú¸üÖ פü. 17/07/2013 ¸üÖê•Öß 05/08/2013 ŸÖê 07/08/2013 ךüú 12.00 ÃÖÖμÖӍúÖôûß ×šüú 15.00 ¾ÖÖ•Öê¯ÖμÖÕŸÖ ¾ÖÖ•Öê¯ÖμÖÕŸÖ ¾Ö פü. 07/08/2013 ¸üÖê•Öß ¿ÖŒμÖ —ÖÖ»μÖÖÃÖ ×šüú 12.01 ¾ÖÖ•Öê¯ÖÖÃÖæ−Ö ˆ‘Ö›üμÖÖŸÖ μÖêŸÖß»Ö.

•Öê šêüêú¤üÖ¸ü ¯Ö×Æü»μÖÖÓ¤üÖ“Ö ‡Ô-×−Ö×¾Ö¤üÖ ¯ÖÏ׍ÎúμÖêŸÖ ³ÖÖÖ ‘ÖêŸÖ †ÖÆêüŸÖ ŸμÖÖÓ−ÖÖ ¾Ö¸üᯙ ÃÖӍêúŸÖ ãÖôûÖ¾Ö¸ü פü»Öê»μÖÖ ´Ö֐ÖÔ¤ü¿Öԍú ŸÖŸ¾ÖÖ−ÖãÃÖÖ¸ü ¯ÖÏ£Ö´Ö ×›ü•Öß™ü»Ö ×Ã֐−Öê“Ö¸ü , μÖã—Ö¸ü †ÖμÖ›üß ¾Ö ¯ÖÖÃÖ¾Ö›Ôü ¯ÖÏÖ¯ŸÖ ú¹ý−Ö ‘ÖêÖê †Ö¾Ö¿μ֍ú †ÖÆêü.

‡Ô-×−Ö×¾Ö¤üÖ ÃÖÓ²ÖÓ¬Öß úÖÆüß ÃÖÆüÖμμÖ †Ö¾Ö¿μ֍ú †ÃÖ»μÖÖÃÖ (›üÖ‰ú−Ö »ÖÖê›ü/†¯Ö »ÖÖê›ü) ×ÃÖ±úß −ÖêŒÃ™ü ™ëü›üÃÖÔ (´ÖÖê²ÖÖ‡Ô»Ö −ÖÓ²Ö¸ü 9167969601/04, ±úÖê−Ö −ÖÓ. 020-25325555, ‡Ô´Öê»Ö- [email protected] μÖÖÓ“μÖÖ¿Öß ÃÖӯ֍Ôú ÃÖÖ¬ÖÖ¾ÖÖ.

‡Ô-×−Ö×¾Ö¤üÖ ¯ÖÏ׍ÎúμÖÖ úÖ´ÖÖÃÖÓ¤ü³ÖÖÔŸÖ ÃÖ¾ÖÔ ´ÖÖ×ÆüŸÖß ¾Ö¸üᯙ ÃÖӍêúŸÖ ãÖôûÖ¾Ö¸ü ˆ¯Ö»Ö²¬Ö †ÖÆêü.

úÖμÖԍúÖ¸üß †×³ÖμÖÓŸÖÖ •Ö»Ö×¾ÖªãŸÖ ×¾Ö³ÖÖÖ Îú.2, úÖê£Ö¹ý›ü, ¯ÖãÖê 38

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

e.Tender Notice No. 2 for 2013-14 (Second Call)

CHIEF ENGINEER (CIVIL) HYDRO PROJECT PUNE

DETAILED TENDER NOTICE NO. FOR 2013-14

CIRCLE :- Koyna Design Circle , Pune 38 DIVISION :- Hydro Electric Division No. 2 Pune 38.

1. Online digitally signed applications for Bid Capacity / Tender for the following works are invited by the Executive Engineer, Hydro Electric Division No. 2, Kothrud, Pune, 38 from the contractors registered with Public Works Department, Govt. of Maharashtra in appropriate class.

Sr.No Name of work Estimated Earnest Time limit Cost Class of . cost put Money for of registration to tender Deposit completion blank (Rs. (Rs. tender Lakh) Lakh) form (Rs.) 1 Providing & carrying out Detailed 105.98 1.06 12 Rs. Class IV Alignment survey, block contour Calendar 2000/- and survey, Investigation and Months For Above. Foundation Exploration for dams , (Including P.Q. water conductor system, pump Monsoon) And house& all allied works for Rs. Varandha ghat Pumped storage 5000/- scheme at Nigademose for /Ranewadi, Tal. Velhe/Mahad Blank Dist. Pune / Raigad tender form. 2 Providing & carrying out 108.33 1.09 12 Rs. Class IV Detailed Alignment survey, Calendar 2000/- and Above block contour survey, Months For Investigation and Foundation ( Including P.Q. Exploration for dams , water Monsoon ) And Rs. conductor system, pump 5000/- house& all allied works for for Panshet Pumped storage Blank scheme Dapsar/Sakalyachi tender wadi, Tal. Velhe/Mangaon form. Dist. Pune / Raigad 3 Providing & carrying out 130.98 1.31 12 Rs. Class IV Detailed Alignment survey, Calendar 2000/- and Above block contour survey, Months For Investigation and Foundation ( Including P.Q. Exploration for dams , water Monsoon ) And Rs. conductor system, pump 5000/- house& all allied works for for Warasgaon Pumped storage Blank scheme at Dhamanhol/ tender Umbardi, Tal. Mulashi/ form. Mangaon Dist. Pune / Raigad

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

2. The forms of Bid capacity documents are available on the e-Tendering website of Govt. of Maharashtra http://wrd.maharashtra.etenders.in. The aspiring Bidders will have to download Bid capacity form, from the website mentioned above. While submitting the dully filled Bid Capacity Documents the Bidders are required to Deposit Rs. 2000/- (Rs. Two Thousand only) in the form of D.D./ Treasury Challan in the name of the Executive Engineer, Hydro Electric Division No.2, Pune The Scanned copy of Proof of Deposit of such amount should be uploaded. Those contractor whose Bid Capacity Form Fee amount is not reflected will not be evaluated further. Bid Capacity documents will be available from 18/06/2013 to 02/07/2013 for downloading. The bidder has to fill & up load information regarding Bid Capacity in the online format. Also he has to download the Bid Capacity application form from web site, fill it and up load scanned copy of duly filled form along with required documents. Duly filled Bid Capacity documents should be submitted on or before 08/ 07/2013 up to 15.00Hrs on website. The results of Bid Capacity documents will be available on website and also will be communicated to the successful bidders by email.

3. The blank tender forms will have to be downloaded by the bid-qualified contractor only from the website of Govt. of Maharashtra http://wrd.maharashtra.etenders.in under “Tender purchase” from 20/07/2013 to 05 /08 /2013. While submitting the dully filled Tender Documents the Bidder is required to Deposit Rs.5000/-(Rs. Five Thousand only) in the form D.D./ Treasury Challan in the name of the Executive Engineer, Hydro Electric Division No. 2, Kothrud, Pune 38 The scanned copy of Proof of Deposit of such amount should be uploaded. The contractors whose Blank tender Document Form Fee amount is not reflected their envelop No. 2 will not be opened.

4. The contractor has to prepare and submit Bid Document on or before scheduled date and again submit (encryption/decryption) in scheduled period. The same procedure should be repeated for Tender Document.

5. Pre-Tender conference for work at Sr. No. 1 & 2 will be held on 29 /07/2013 at 15.00 Hrs. in the office of the Superintending Engineer , Koyna design Circle, Jalsampatti Bhavan, Near Karve Statue, Kothrud, Pune. 38 &. at sr. No. 3 will be held on 29 /07/2013 at 11.00 Hrs. in the office of the Chief Engineer (Civil) Hydro Projects, Sinchan Bhavan, Barne Road, Pune. 11.

6. Duly filled online tender forms will be accepted up to 07 /08 /2013 at. 12.00 Hrs. http://wrd.maharashtra.etenders.in forms will be opened on 07/ 08 /2013 at 12 .01 Hrs. if possible.

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

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

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

9. The contractor registered with Govt. Of Maharashtra who have executed similar type of work in the private sector can also bid for the said above work.

If any assistance is required regarding e-Tendering (upload / download) please contact Sify NexTenders (Mob. No. 9167969601/04, Phone no. 020-25315555, email- [email protected])

Executive Engineer Hydro electric Division No. 2, Kothrud, Pune

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

Tender Schedule. Seq WRD Stage Contractor Stage Start Date End Date No & Time & Time 1 Release 10/06/2013 17/06/2013 tender 10.00 15.00 2 Bid Capacity 18/06/2013 02/07/2013 Bid Capacity Document Purchase , 11.01 13.00 Download & Online Bid. 3 Close Bidding 02/07/2013 02/07/2013 Bid Capacity 13.01 18.00 4 Re- encryption of Bid 02/07/2013 08/07/2013 Bid Capacity capacity document 18.01 15.00 5 Bid capacity 08/07/2013 17/07/2013 Bid Capacity Opening And 15.01 11.00 Short listing 6 Declaration of 17/07/2013 17/07/2013 Eligible Bidder 11.01 15.00 TENDER STAGES 7 Tender 17/07/2013 20/07/2013 Commercial Envelope Document 10.00 15.00 C1, Technical preparation envelope T1 8 Main Tender 20/07/2013 05/08/2013 Commercial Envelope Document Purchase 15.01 13.00 C1, Technical , Download & envelope T1 Preparation 9 Pre tender 29/07/2013 As per Detailed conference Tender notice Para 5 10 Main Tender 29/07/2013 05/08/2013 Commercial Envelope Document & Online 15.01 13.00 C1, Technical Preparation envelope T1 11 Close of 05/08/2013 05/08/2013 Commercial Envelope Tender for 13.01 18.00 C1, Technical general envelope T1 Conditions 12 Main Tender 05/08/2013 07/08/2013 Commercial Envelope Submission 18.01 12.00 C1, Technical envelope T1 13 Tender 07/08/2013 07/08/2013 Technical Envelope Opening and 12.01 17.00 T1 Short listing (Technical ) 14 Financial Bid 07/08/2013 07/08/2013 Commercial Envelope Opening 12.01 17.30 C1

Executive Engineer Hydro electric Division No. 2, Kothrud, Pune

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.

Contractor A.E.I. Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 1

SECTION :- II

DEFINITIONS

2.10 Definitions and Interpretations

In this Tender Documents, the following terms shall have the meanings hereby assigned to them except where the contexts, otherwise requires.

2.11 “Engineer- in- charge” shall mean the Executive Engineer in charge of the works and shall also include the Superior Officers of the Water Resources Department of Government of Maharashtra, i.e. the Superintending Engineer, Koyna Design Circle, Pune 38 or the Chief Engineer, ( Civil ) Hydro Projects, Pune 11

2.12 WEB SITE:- Web Site means official web site for e-tendering having following web address. http//maharashtra.etenders.in 2.13 (A) “Chief Engineer” shall mean the Chief Engineer (Civil), Hydro Projects Pune.

(b) “Superintending Engineer” shall mean the Superintending Engineer, Koyna Design Circle, Pune. 38 (c) “Executive Engineer” shall mean the Executive Engineer, Hydro Electric Division No2, Pune 38. (d) “Engineer’s representative” shall mean the Assistant Executive Engineer/ Assistant Engineer (Grade I) / Sub-Divisional Engineer/Sub Divisional Officer who is direct in-charge of the works and shall include any Civil Engineer of the Water Resources Department of Government of Maharashtra. (e) “Contractor” shall mean the Person, Firm or Company who enters into contract, with the Water Resources Department of Government of Maharashtra and shall include their executors, administrators, successors and assigners.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 2

SECTION – III

GENERAL INSTRUCTIONS FOR CONTRACTOR

3.1.0 Contractor shall ensure that all the information & scanned copies of documents mentioned in the check list are to be uploaded. If any document is not applicable it should be clearly indicated in the check list by writing “N.A”. Documents in Section I to Section V are for contractor’s information only. They should not be uploaded.

3.1.1 Scanned Copies of document issued by third party shall be uploaded as it is.

3.1.2 Information & declarations made by contractors shall be on its own letter head & in prescribed formats only. It should be duly signed.

3.1.3 Any overwriting or correction shall be attested.

3.1.4 All the information must be filled in English language only

3.1.5 No manual submission will be accepted.

3.1.6 No further information will be entertained after submission of Bid Capacity documents unless it is requested by “Chief Engineer”.

3.1.7 The documents submitted in connection with the Bid capacity / Pre qualification assessment shall be treated as confidential and will not be returned.

3.1.8 In case of successful bidder, all the documents submitted for Bid Capacity / Pre qualification shall form the part of contract, which shall be signed at later stage .

3.2.0 METHOD OF APPLYING 3.2.1 Application should be with the letter of transmittal & check list in prescribed format.

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

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

3.2.4 If the application is made by a firm in partnership, it shall be signed by all the partners of the firm above their full typewritten names and current

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 3

addresses or by a partner holding valid power of attorney on behalf of 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 shall also accompany the application. 3.2.5 If the application is made by a Limited Company or a Corporation it shall be signed by a duly authorised person holding the power of attorney signing the application, in which case a certified copy of the power of attorney shall, accompany the application. Such limited company or corporation may be required to furnish satisfactory evidence of its existence before the Bid Capacity is awarded.

3.2.6 If the application is made by a Joint venture (J.V.) or consortia of two or more firms as partners Every entity associating in J.V. should necessarily be registered with P.W.D. of Maharashtra before applying for bid capacity / Pre qualification evaluation. A joint venture between individual contractors, Partnership Firm, Joint Stock Limited Company, Private / Public Limited Company may be permitted subject to the following conditions. a) The Joint Venture should be a partnership firm, duly registered with the Registrar of Firms, Maharashtra State. b) Firms intending to participate in bidding process as J.V. should sign Memorandum (MoU) of Understanding in prescribed format on judicial stamp paper of appropriate value. The scanned copy of M o U should be uploaded along with application for Bid Capacity/ Pre qualification evaluation. c) If J.V. firm becomes the successful bidder, it will have to register the J.V. firm with Registrar of Companies, under companies Act 1956. Prior approval to J.V. deed should be obtained from competent authority of W.R.D. before filing the J.V. deed with Registrar of Companies. d) Work order shall not be released unles the deed in approved format is submitted to Registrar of Companies & acknowledgement of the same is submitted to Executive Engineer . e) First R.A. bill will not be released unless the certified copy of duly registered deed is submitted to Executive Engineer. f) If the J.V. firm fails to complete the formalities mentioned in “d” above within stipulated time, it’s offer shall stand rejected. g) The shares of assets and liabilities of lead firm shall not be less than 51% and the percentage share of each other firm in Joint Venture partnership deed shall not be less than 49%. h) One of the partners shall be nominated, as being in-charge and this Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 4

authorization shall be evidenced by submitting a power of attorney signed by a legally authorized signatory of all the partners. i) The partner in-charge shall be authorized to incur liabilities and receive instructions for and on behalf of any and all partners of the Joint Venture and entire execution of the contract including payment shall be done exclusively with the partner in charge. j) All partners of Joint Venture shall be liable jointly and severally for execution of the contract in accordance with contract terms, and a relevant statement to this effect shall be included in the authorization mentioned under (h) above. k) Complete information pertaining to each partner in the respective forms duly signed by each such partner shall be submitted with the application. l) In case of joint Venture of foreign and Indian partners the Indian partners should be registered with G.O.M. (P.W.D.) Contractor. m) Separate information in respect of each firm (entered into joint Venture) should be submitted in prescribed formats / proformas. n) It would be necessary for the Joint Venture to establish to the satisfaction of the committee that the Venture has been made practical, workable and legally enforceable arrangements amongst the parties, that responsibilities regarding the execution and financial arrangements have been clearly laid down and assigned that the individual parties to whom such responsibilities etc. assigned are capable in their individual capacity to discharge them completely and satisfactorily and also that the lead firm has necessary skill and capacity to lead responsibility and involvement for the entire period of execution as well as leading role in control and direction on the resources of the entire Joint Venture. o) In case of any dispute or any breach of contract, the lead firm shall be held solely responsible for any recoveries due to the Govt. or any fulfillment of works mentioned in the tender.

3.3.0 DOCUMENTS TO BE UPLOADED:- i) Letter of Transmittal ii) Information of the company in format-I iii) Copy of Registration issued by Public Works Department of GoM. iv) Copy of PAN CARD issued by Government of , Income Tax Department. v) Copy of Registration under section-16 of Maharashtra Value Added Tax Act 2002.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 5

vi) Registration under Sub-Section (I) of Section 5 of Maharashtra State Tax on Professions, Trades, Callings & Employment Act 1977 vii) Copy of letter of Employees Provident Fund Organisation allotting code number under EPF and miscellaneous Provision Act 1952 viii) Deed of partnership or Articles of Association and Memorandum of Association for limited company. ix) Power of Attorney. x) Undertaking in format- II. xi) Bid Capacity declaration in format III, IV, V, VI. xii) Work done Certificates in proforma 1, 1a, 1b for each work separately considered for bid capacity in format III, IV, V & VI. 3.3.1 In the absence of any of the documents given in section 3.30, the Bid Capacity of the applicant shall not be evaluated.

3.3.2 FINAL DECISION MAKING AUTHORITY:- The Evaluation Committee headed by Superintending Engineer, Koyna Design Circle, Pune, reserves right to accept or reject any or all the applications for Bid Capacity without assigning any reasons thereof and his decision will be final.

3.3.3 CLARIFICATIONS:- The clarification(s), if any, may be sought separately from either Executive Engineer, or from the Superintending Engineer, The contact details are mentioned in SECTION-V.

3.3.4 Bid Capacity document is available on the e-Tendering web site of Govt. of Maharashtra http://wrd.maharashtra.etenders.in The interested Bidders will h a v e t o download the document from the website mentioned above. Bidders are required to deposit processing fee as specified in section V.5.17.3 in the form of F.D.R. or Treasury challan. The Scanned copy of F.D.R. or Treasury challan of such amount should be uploaded while submitting the duly filled Pre-qualification Documents.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 6

SECTION IV

GUIDELINES TO CONTRACTORS ON THE OPERATIONS OF ELECTRONIC TENDERING SYSTEM.

4.1.0 PRE-REQUISITES TO PARTICIPATE IN THE TENDERS PROCESSED BY W.R.D.:- REGISTRATION OF CONTRACTORS ON ELECTRONIC TENDERING SYSTEM AND EMPANELMENT ON SUB PORTAL OF W.R.D.:

4.1.1 The Contractors already registered in Public Works Department of GoM and interested in participating in the e-Tendering process of W.R.D. shall be required to enrol on the Electronic Tendering System to obtain User ID. After submission of application for enrolment on the System, the application information shall be verified by the Authorized Representative of the Service Provider. If the information is found to be complete, the enrolment submitted by the Contractor shall be approved and the User ID of the Contractor will be activated.

4.1.2 The Contractors will have to apply for his empanelment in appropriate class on the Sub-Portal of W.R.D. by uploading a scanned copy of Registration Certificate issued by Public Works Department of GoM. This is required to store Contractors registration details in the System. In case the Contractor upgrades his / her registration in Public Works Department of GoM, the Contractor is required to immediately upload the scanned copy of the upgraded Registration Certificate on the WRD e-tendering Portal with request for up gradation. Whether in case of fresh empanelment or up gradation of existing empanelment, the Contractors are also required to intimate the Competent Authority in W.R.D. by email on email address ([email protected]) with the subject line request for empanelment / request for up gradation of empanelment along with the scanned copy of the Registration Certificate. It may take upto a maximum of seven (7) working days for approval of empanelment / up gradation of empanelment. The Contractors may obtain the necessary information on the process of enrolment and empanelment either from Helpdesk Support Team or may visit the information published under the link Enrol under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System.

4.1.3 OBTAINING A DIGITAL CERTIFICATE:- The Bid Data that is prepared online is required to be encrypted and the hash value of the Bid Data is required to be signed electronically using a Digital Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 7

Certificate (Class – II or Class – III). This is required to maintain the security of the Bid Data and also to establish the authenticity of submission of data by Authorised Representative of the Contractor transacting on the System. The Digital Certificates are issued by an approved Certifying Authority authorized by the Controller of Certifying Authorities of Government of India through their Authorized Representatives upon receipt of documents required to obtain a Digital Certificate. Bid data / information for a particular Tender may be submitted only using the Digital Certificate which is used to encrypt the data / information and sign the hash value during the Bid Preparation and Hash Submission stage. In case, during the process of preparing and submitting a Bid for a particular Tender, the Contractor loses his / her Digital Signature Certificate (i.e. due to virus attack, hardware problem, operating system problem); he / she may not be able to submit the Bid online. Hence, the Users are advised to store his / her Digital Certificate securely and if possible, keep a backup at safe place under adequate security to be used in case of need. In case of online tendering, if the Digital Certificate issued to an Authorised User of a Partnership Firm is used for signing and submitting a bid, it will be considered equivalent to a no objection certificate / power of attorney to that User to submit the bid on behalf of the Partnership Firm. The Partnership Firm has to authorise a specific individual via an authorisation certificate signed by a partner of the firm (and in case the applicant is a partner, another partner in the same form is required to authorise) to use the digital certificate as per Indian Information Technology Act, 2000. Unless the Digital Certificate is revoked, it will be assumed to represent adequate authority of the Authority User to bid on behalf of the Firm for the Tenders processed on the Electronic Tender Management System of Government of Maharashtra as per Indian Information Technology Act, 2000. The Digital Signature of this Authorised User will be binding on the Firm. It shall be the responsibility of Partners of the Firm to inform the Certifying Authority or Sub Certifying Authority, if the Authorised User changes, and apply for a fresh Digital Signature Certificate. The procedure for application of a Digital Signature Certificate will remain the same for the new Authorised User. The same procedure holds true for the Authorised Users in a Private / Public Limited Company. In this case, the Authorisation Certificate will have to be signed by the Director of the Company or the Reporting Authority of the Applicant. For information on the process of application for obtaining Digital Certificate, Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 8

the Contractors may visit the section Digital Certificate on the Home Page of the Electronic Tendering System.

4.2.0 RECOMMENDED HARDWARE AND INTERNET CONNECTIVITY: To operate on the Electronic Tendering System, the Contractors are recommended to use Computer System with at least 1 GB of RAM and broadband connectivity with minimum 512 kbps bandwidth. However, Computer Systems with latest i 3 / i 5 Intel Processors and 3G connection is recommended for better performance.

4.3.0 SET UP OF COMPUTER SYSTEM FOR EXECUTING THE OPERATIONS ON THE ELECTRONIC TENDERING SYSTEM: To operate on the Electronic Tendering System of Government of Maharashtra, the Computer System of the Contractors is required be set up. The Contractors are required to install Utilities available under the section Mandatory Installation Components on the Home Page of the System. The Utilities are available for download freely from the above mentioned section. The Contractors are requested to refer to the E-Tendering Toolkit for Bidders available online on the Home Page to understand the process of setting up the System, or alternatively, contact the Helpdesk Support Team on information / guidance on the process of setting up the System.

4.4.0 PAYMENT FOR SERVICE PROVIDER FEES: In addition to the Pre-bid / Pre-qualification / Main Bidding process fees payable to W.R.D., the Contractors will have to pay Service Providers Fees of Rs. 1,024/- through online payments gateway service available on Electronic Tendering System. For the list of options for making online payments, the Contractors are advised to visit the link E-Payment Options under the section E-Tendering Toolkit for Bidders on the Home Page of the Electronic Tendering System. This Service Provider Fees is payable twice during Pre-bid / Pre-qualification Evaluation Submission and during Main Tender Submission.

4.5.0 STEPS TO BE FOLLOWED BY CONTRACTORS TO PARTICIPATE IN THE E- TENDERS:-

4.5.1 PREPARATION OF ONLINE BRIEFCASE: All Contractors enrolled on the Electronic Tendering System of Government of Maharashtra are provided with dedicated briefcase facility to store documents / files in digital format. The Contractors can use the online briefcase to store their scanned copies of frequently used documents / files to

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 9

be submitted as a part of their bid response. The Contractors are advised to store the relevant documents such as Registration Certificate of Public Works Department of GoM, PAN Card, VAT Registration Certificate, Professional Tax Registration Certificate, EPF Registration Certificate, Certificates of Works completed, ownership of Plant and Equipment, etc. in the briefcase so as to avoid scanning / uploading process for each Tender. In case, the Contractors have multiple documents under the same type (e.g. multiple Work Completion Certificates) as mentioned above, the Contractors are advised to either create a single .pdf file of all the documents of same type or compress the documents in a single compressed file in .zip or .rar formats and upload the same. It is mandatory to upload the documents using the briefcase facility only. Therefore, the Contractors are advised to keep the documents ready in the briefcase to ensure timely bid preparation. Note: - Uploading of documents in the briefcase does not mean that the documents are available to W.R.D. at the time of Tender Opening stage unless the documents are specifically attached to the bid during the online Bid Preparation and Hash Submission stage as well as during Decryption and Re-encryption stage. The documents are in the custody of the Contractor only.

4.5.2 ONLINE VIEWING OF DETAILED NOTICE INVITING TENDERS: The Contractors can view free of charge the Detailed Tender Notice along with the Time Schedule (Key Dates) for all the Live Tenders released by W.R.D. on the home page of W.R.D. e-Tendering Portal on http://wrd.maharashtra.etenders.in under the section Recent Online Tender.

4.5.3 DOWNLOAD OF TENDER DOCUMENTS:- The Pre-bid / Pre-qualification / Main Bidding Documents are available for free downloading only to the eligible Contractors registered in appropriate class of PWD of GoM and empanelled on W.R.D. e-Tendering Portal.

4.5.4 ONLINE BID PREPARATION AND SUBMISSION OF BID HASH (SEAL) OF BIDS:- Submission of Bids will be preceded by online bid preparation and submission of the digitally signed Bid Hashes (Seals) within the Tender Time Schedule (Key Dates) published in the Detailed Notice Inviting Tender. The Bid Data is to be prepared in the formats provided by the Tendering Authority of W.R.D. In the up loadable document type of formats, the Contractors are required to

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 10

select the relevant document / compressed file (containing multiple documents) already uploaded in the briefcase.

Contractor shall submit his financial offer in online bid form, made available to him. In this form he is supposed to fill following fields. • Date of bidding. • Contractors offer in figure percentage with respect to cost put to tender. ( system will generate offer in words ) • Deviation + / - (above / below). If contractors offer is above cost put to tender he shall enter + and if his offer is below he shall enter - . Tendered amount shall be calculated by system. NOTES:- a. The Contractors upload a single document or a compressed file containing multiple documents against each up loadable option. b. The Hashes are the thumbprint of electronic data and are based on one way algorithm. The Hashes establish the unique identity of Bid Data. c. The bid hash values are digitally signed using valid Class – II or Class – III Digital Certificate issued by any Certifying Authority. The Contractors are required to obtain Digital Certificate in advance. d. After the hash value of bid data is generated, the Contractors cannot make any change / addition in its bid data. e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes.

4.5.5 CLOSE FOR BIDDING (GENERATION OF SUPER HASH VALUES) :- After the expiry of the cut off time of Bid Preparation and Hash Submission stage to be completed by the Contractors has lapsed, the Tender will be closed by the Tender Authority. The Tender Authority from W.R.D. shall generate and digitally sign the Super Hash values (Seals). This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Bidding Processes.

4.5.6 DECRYPTION AND RE-ENCRYPTION OF BIDS (SUBMITTING THE BIDS ONLINE): a. In case of Pre-bid / Pre-qualification process :- After the time instant for Generation of Super Hash values by the Tender Authority from W.R.D. has lapsed, the Contractors have to make the online payment of Rs. 1,024/- towards the fees of the Service Provider. This is applicable during the Pre-Qualification round as well as during the Tendering round. Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 11

After making online payment towards Fees of Service Provider, the Contractors are required to upload scanned copy of challan in support of payment of the Processing Fees deposited in the account of Executive Engineer as per the details provided in Section V.17.3 The Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the Tendering Authority of the W.R.D. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. At this time, the Contractors are also required to upload the files for which they have already generated the Hash values during the Bid Preparation and Hash Submission stage. b. In case of Financial Bidding Process:- After the time instant for Generation of Super Hash values by the Tender Authority from W.R.D. has lapsed, the Contractors have to make the online payment of Rs. 1,024/- towards the fees of the Service Provider. After making online payment towards Fees of Service Provider, the Contractors are required to upload scanned copy of separate challans in support of payment of the Processing Fees for financial bid evaluation and Earnest Money Deposit (EMD) deposited in the account of Executive Engineer as per the details provided in Section V.17.4 to V.17.6.. The Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the Tendering Authority of the W.R.D. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. The details of the Earnest Money Deposit and Processing Fees shall be verified and matched during the Main Tender Opening event. The Contractors are required to decrypt their bid data using their Digital Certificate and immediately re-encrypt their bid data using the Public Key of the Tendering Authority of the W.R.D. The Public Key of the Tendering Authority is attached to the Tender during the Close for Bidding stage. Note:- At this time, the Contractors are also required to upload the files for which they have already generated the Hash values during the Bid Preparation and Hash Submission stage. The Bid Data and Documents of only those Contractors who have submitted their Bid Hashes (Seals) within the stipulated time (as per the Tender Time Schedule), will be available for decryption and re-encryption and to upload the relevant documents from Briefcase. A Contractor who has not completed his Bid Preparation and Hash Submission stage within the stipulated time will not be allowed to decrypt / re-encrypt the Bid data / submit documents. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 12

Bidding Processes.

4.6.0 SHORTLISTING OF CONTRACTORS FOR FINANCIAL BIDDING PROCESS:- The Tendering Authority will first open the Bid Capacity / Pre-qualification document and after scrutinizing these documents will shortlist the Contractors who are eligible for Financial / Main Bidding Process. The shortlisted Contractors will be intimated by e-mail.

4.6.1 OPENING OF THE FINANCIAL BIDS: The Contractors may remain present in the Office of the Tender Opening Authority at the time of opening of Financial Bids. However, the results of the Financial Bids of all Contractors shall be available on the W.R.D. e-Tendering Portal immediately after the completion of opening process.

4.6.2 TENDER SCHEDULE (KEY DATES) : The Contractors are strictly advised to follow the Dates and Times allocated to each stage under the column “Contractor Stage” as indicated in the Time Schedule in the Detailed Tender Notice for the Tender. All the online activities are time tracked and the Electronic Tendering System enforces time-locks that ensure that no activity or transaction can take place outside the Start and End Dates and Time of the stage as defined in the Tender Time Schedule. At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be extended.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 13

SECTION –V

WORK SPECIFIC INFORMATION

5.10 Description Of The Project Providing & carrying out Detailed Alignment survey, block contour survey, Investigation and Foundation Exploration for dams , water conductor systems, pump house & all allied works Warasgaon Pumped storage scheme at Dhamanhol/ Umbardi, Tal. Mulashi/Mangaon Dist. Pune / Raigad Mahrashtra State

5.11 Climatic Condition

The work site is situated in western ghat region in heavy rainfall zone at elevation ranging from from R.L.103 M. to R.L.695 M approximately above mean sea level. The rainy season normally commences from early June and it lasts up to about end of October. A few periodic pre monsoon and post monsoon showers however cannot be ruled out and some of these can be heavy. The average annual rainfall in the season normally varies from 2500 to 3000 mm The post monsoon is about 10% of monsoon. The river flows normally with high flood between 15 th June to 15 th September. The high floods are normally experienced at the end of July to 1 st week of August.

5.12 Scope Of Work The work consist of Carrying Permanent Bench mark from Warasgaon Dam site to Upper Dam site and Mangaon to Lower Dam site by double leveling and establishing the same near dam site and submergence. Detailed Alignment survey for Upper and Lower Dam & Approach Channel. Detailed Block contour survey for Upper and Lower Dam submergence by Total station. Detailed survey for Pressure shaft, Tail race Tunnel, Approach Tunnel, Cable / ventilation tunnel etc. complete.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 14

Following few major items to be carried out.

5.13. DETAILS OF THE WORK :- Sr. No. Particulars Approximate Quantity 1 Bench mark survey 110 Km. 2 Detailed alignment survey for 174 Km. Upper and lower dam Approach Channel, Pressure shaft, Tail race tunnel, Approach tunnel, Cable tunnel etc. 3 Block contour survey for 15 x 320 Ha.. 15 m grid interval and plotting contour for 0.20 m interval by Total station. 4 Detailed survey of dam 1.77 Sq. Km. vicinity @ 3 to 5 Km in all directions. 5 Taking trial Bores of 3” Dia for 1038 Rmt. 0 to 50 Mtrs. 6 Taking trial Bores of 3” Dia for 1323 Rmt. 50 Mtrs.and above.

5.14 INFORMATION ABOUT WORK SITE :-

Sr. Particulars Project Specification No 1 Location of Work Upper dam near village Dhamanhol, Tal. Mulshi Dist. Pune. Lower Dam near village Umbardi, Tal. Mangaon, Dist. Raigad.

2 Nearest railway Station Upper Dam Pune @ 95 Km away. / Lower Dam Mangaon Railway station @ 30 KM. away.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 15

3 Roads Approachable by all weather roads Upper dam Pune – Panshet – Mulshi – Dhamanhol / Lower dam Raigad – Mangaon–Raigad 4 Telephone & telegraph Mulshi @ 25 Km / Mangaon @ 30 Km. facility 5 Petrol and Diesel pumps Mulshi @ 25 Km / Mangaon @ 30 Km. 6 Land Acquisition Being a survey land acquision is not required.

5.15 Period Of Completion And Construction Programme

1 Period of Completion 12 (twelve) Calendar months (including

monsoon)

5.16 Updated estimated cost of the work is based on schedule of rates for the year 2011 –12 when tenders are invited (Clause 38 of section IV (I) of condition of contract) :- 13097748/- 5.17 Details of work Providing & carrying out Detailed Alignment 1 Name of work survey, block contour survey, Investigation and Foundation Exploration for dams, water conductor system, pump house & all allied works Warasgaon Pumped storage scheme at Dhamanhol/ Umbardi, Tal. Mulashi/Mangaon Dist. Pune / Raigad

2 Estimated Cost. Rs. 13097748.00 ( 130.98 Lacks)

3 Processing Fees for Rs. 2000/- Bid Capacity Evaluation (To be paid at the time of applying for bid capacity assessment )

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 16

4 Processing Fees for Rs. 5000/- financial/Bid Evaluation

5 Earnest money (EMD) Rs.131000.00 ( 1.31 Lacks ) (To be paid at the time of financial bidding)

Additional EMD if required. In the form of F.D.R. or Treasury challan. 6 Mode of payment

5% amount of the accepted tender cost. 7 Security Deposit (S.D.) Rs. 3.275 Lacks in form of F.D.R. or Treasury 7.1 Initial S.D. (2.5% of challan. Cost Put to tender)

2.5 % Form R.A. Bill 7.2 Balance S.D. Class –IV & above 8 Class of Contractor

Contact Details of Executive Engineer Hydro Electric Division No 9 Executive Engineer 2, Kothrud, Pune Name Of Division Second Floor, Jalsampatti Bhavan, Near Karve Address Statue, Kothrud, Pune Email: [email protected] Phone: 020-25420090

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 17

Contact Details of Superintending Engineer , 10 Superintending Koyna Design Circle, Pune Engineer Second Floor, Jalsampatti Bhavan, Near Karve Name & Address Statue, Kothrud, Pune Email: [email protected], [email protected] Phone: 020- 25468982, 25445763

Contact Details of Chief Engineer (Civil ) , 11 Chief Engineer Hydro Electric Projects, Pune Name & Address Sinchan Bhavan , Barne Road, Pune. Email: Phone: 020- 26129545 :

Bank Account Details Executive Engineer Hydro Electric Division No 12 of Executive Engineer 2, Kothrud, Pune Name of Account Holder State Bank of India. Name of Bank Branch Erandawana, Pune. Name of Branch Karve Road, Pune. Address Account No. 29/07/2013 at 11.00 Hrs. in the office of the 13 Date, Time and place Chief Engineer ( Civil ), of Pre tender Hydro Projects, Pune conference Ground Floor, Sinchan Bhavan, Barne Road Pune

14 Class of contractor Class IV and above borne on the list of contractors of Public Works Department , Govt. Of Maharashtra Period of Completion 15 12 (Twelve) months including monsoon of work work.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 18

5.18. Information For Obtaining Tender Papers And Its Submission. (Para 4 , 7 , 9 0f Detailed Tender Notice ) Tender Schedule Seq WRD Stage Contractor Stage Start Date End Date No & Time & Time 1 Release 10/06/2013 17/06/2013 tender 10.00 15.00 2 Bid Capacity 18/06/2013 02/07/2013 Bid Capacity Document Purchase , 11.01 13.00 Download & Online Bid. 3 Close Bidding 02/07/2013 02/07/2013 Bid Capacity 13.01 18.00 4 Re- encryption of Bid 02/07/2013 08/07/2013 Bid Capacity capacity document 18.01 15.00 5 Bid capacity 08/07/2013 17/07/2013 Bid Capacity Opening And 15.01 11.00 Short listing 6 Declaration of 17/07/2013 17/07/2013 Eligible Bidder 11.01 15.00 TENDER STAGES 7 Tender 17/07/2013 20/07/2013 Commercial Envelope Document 10.00 15.00 C1, Technical preparation envelope T1 8 Main Tender 20/07/2013 05/08/2013 Commercial Envelope Document Purchase 15.01 13.00 C1, Technical , Download & envelope T1 Preparation 9 Pre tender 29/07/2013 As per Detailed conference Tender notice Para 5 10 Main Tender 29/07/2013 05/08/2013 Commercial Envelope Document & Online 15.01 13.00 C1, Technical Preparation envelope T1 11 Close of 05/08/2013 05/08/2013 Commercial Envelope Tender for 13.01 18.00 C1, Technical general envelope T1 Conditions 12 Main Tender 05/08/2013 07/08/2013 Commercial Envelope Submission 18.01 12.00 C1, Technical envelope T1 13 Tender 07/08/2013 07/08/2013 Technical Envelope Opening and 12.01 17.00 T1 Short listing (Technical ) 14 Financial Bid 07/08/2013 07/08/2013 Commercial Envelope Opening 12.01 17.30 C1

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 19

5.19 Work And Site Conditions

1 Location Upper dam near village Dhamanhol,

Tal. Mulshi Dist. Pune. Lower Dam near village Umbardi, Tal. Mangaon, Dist. Raigad.

2 Nearest Railway station Upper Dam Pune @ 95 Km away. /

Lower Dam Mangaon Railway station @ 30 KM. away.

3 Nearest Airport Pune is International. Airport about

95 Km ay awfrom work site. 4 Roads Approachable by all weather roads

Upper dam Pune – Panshet – Mulshi – Dhamanhol / Lower dam Raigad – Mangaon–Raigad 5 Nearest Telephone & Telegraph facility Mulshi @ 25 Km / Mangaon @ 30

Km.

6 Nearest petrol pump. Mulshi @ 25 Km / Mangaon @ 30

Km. 7 Position of land Acquisition. Being a survey & Investigation work

land is not acquired

5.20 Period Of Completion And Construction Programme

1 Period of Completion 12 (twelve) Calendar months

(including monsoon)

5.21 ELIGIBILITY Contractor shall produce the registration certificate and appropriate class of Govt. Of Maharashtra either in original or photo state copy duly attested by gazetted officer of Maharashtra.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 20

1.00 Bid Capacity Applicant bidder should have bid capacity greater than the estimated cost put to tender 130.98 Lacks. Bid capacity will be computed as detailed bellow.

BID CAPACITY = ( A X N X 2) – B

A) The maximum value of Civil Engineering works executed in any one year during the last five years due updated to the R.S.R. i.e. 2010 – 2011 which will take into account completed and ongoing works on the basis of Income tax certificate or balance sheet duly signed by Chartered Accountant. Finincial year concerned are 2008 – 09, 2009 – 10 , 2010 – 2011, 2011 – 12, 2012– 13 B) Value of Civil Engineering works due to existing commitments and works ( ongoing ) as on 31 / 03 / 2013 to be completed in the period stipulated for completion of the work in the present tender. Number of years prescribed for completion of the work for which the bids are invited ( 12 calendar months ) = 1 Year. Information about A and B mentioned above is required to be submitted in the proforma given bellow. Above information is required to be certified by an officer of rank not bellow the rank of Executive engineer of the concerned Division. This information will have to be also certified by Income Tax clearance certificate / balance sheet duly certified by Chartered Accountant which shall be attached with bid capacity document.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 21

2.00 Details of A Value of Civil engineering works executed during last 5 years. Rs. In Lacks

Financial Details of Cost of work Cost of work Total up dated Year in Execution executed executed cost of work for which 1. Contract - 1 against against the year. work is 2. Contract - 2 contract Contract every executed 3. Contract - 3 year updated to Current D.S.R. or updated by 10 % per year 2008 – 09

2009 – 10

2010 – 11

2011 – 12

2012 – 13

Updated cost Maximum updated cost Certified that the above information is true and correct to the best of my knowledge and belief, in support of the Annual Turnover shown above. I.T.C. certificate / Balance sheet and where relevant documents are attached herewith, such as work done certificate.

( Signature of Contractor )

The cost of work executed in a year updated to D.S.R. 2011 – 12 level to be justified by detailed computations. The cost may be updated to 10 % per year (computed) and no supporting detailed Computations maybe furnished. Factor of updating Cost of each year to bring the cost to updated level. 2008 – 09 1.464 2009 – 10 1.331 2010 – 11 1.21 2011 – 12 1.10 2012 – 13 1.0 Computations for A, B (both) shall be done either by methods at note no. 1 or by No. 2 Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 22

3.00 Details of B: Value of Civil Engineering works due to existing commitments and work (ongoing) or to be completed in the period stipulated for completion of work in the present tender year 2011 – 12, to 2012 – 2013.

Details of existing Cost of work to be Total cost of existing commitments separate executed each year Commitments for each contract against the contract in hand at contract rate up dated to 2012 – 2013 1. Contract - 1

2. Contract - 2

3. Contract - 3

Certified that the above information is true and correct to the best of my knowledge and belief, in support of the above statement countersigned by Engineer – In – charge not bellow the rank of Executive Engineer of concerned department is attached.

(Signature of Contractor )

Note:- 1) The cost of work executed in a year updated to the R.S.R. 2011 – 2012 level to be justified by detailed computation. 2) Alternatively the cost may be updated 10 % per year (Compounded) and no supporting detailed computations may be furnished.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 23

Computation of value. Intending tenderer should own and should arrange for the machinery as shown bellow. Intending tenderer should own the machinery as shown.

Type of Machinery Total No. of machinery Machinery to be required for the work owned by the tenderer Total Station 1 No 50 % machinery to

2 Nos be owned by the Theodolite 4 Nos. contractor. Automatic Levels 4 Nos. Computer 1No Plotter 2 No. Printer 4 Nos Boring machine 2 Nos. Water Pump 10 HP. Cap. 3 Nos. Water tanker 10,000 Ltrs 500 Rmt. Pipe Line for drilling 2 Nos. Truck 10 Ton capacity

In respect of machinery to be owned by the tenderer, satisfactory documentary proof of ownership shall be produced.

5.22 General Experience

1) As a prime contractor the applicant bidder should have individually executed following quantities of items in anyone working season during the period of last five years.

1 Carrying Bench Mark 55 Km. 2 Alignment Survey 90 Km 3 Block Contour survey 160 Ha. 4 Trial bores up to 50 Mtrs. 550 Rmt. 5 Trial bores above 50 Mtrs 650 Rmt.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 24

2) Bid Capacity The required bid capacity for this work is Rs. 130.98 Lacks.

3) Annual Turnover: As a prime or subcontractor the applicant bidder should have attained minimum annual turnover of RS 130.98 Lacks (excluding advance such as machinery / mobilization advances etc.) in at least one year over a period of last five years

4) Similar Work: a) As a prime contractor or sub contractor applicant bidder should have completed one work of similar nature and complexity comparable to this work having Detail Survey & investigation costing not less than Rs. 39 Lacks & Foundation exploration including boring costing not less than Rs. 92 Lacks Total costing not less than Rs. 131 Lacks

b) Tenderer will be deemed to be eligible to purchase the blank tender form only if he satisfies all the above criteria ( Sr. No. 1 to 4 ) by submitting requisite document proof at least 3 ( Three ) days prior to the last date for issue of blank tender forms. (Excluding last day)

c) EVALUATION CRITERIA FOR BID CAPACITY: Bid capacity of prospective tenders is to be done to ensure that final bids for the work are received from well established contractors with experience and capability for executing this work. Any applicant, who is able to satisfactorily establish that he / they can undertake the work and complete it within the stipulated time, will be able to get bid capacity. The Evaluation for Bid capacity of the applicants shall be done by a competent authority of WRD. The Executive Engineer shall have freedom to ask for clarification and further related information from the applicants, check references and make inquires in respect of works of prospective tender. If an applicant is judged to be financially unsound, he would be disqualified. In case the number of qualifying applicants are less than three, the committee may use its discretion to relax the appropriate criteria with a view to qualify at least three applicants and thus ensure adequate competition in tendering.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 25

Necessary information will be collected from the details furnished in proforma and additional information may be called for at discretion of the committee. In case of joint venture partnership the bid capacity of all partners shall be added together for determining criteria for bid Capacity.

d) NO EVALUATION WILL BE DONE – If following omissions are observed during scrutiny of documents submitted by the applicant, no further evaluation shall be done and his application shall stand rejected. i. If the information given in Formats / Proformas in Section VI is incomplete/misleading/false, such application shall be considered as non responsive. ii. If the record of poor performance such as abandoning work, not properly completing contract, inordinate delays in completion and financial failure is noticed, the contractor shall give the undertaking to this regard & enclose it with Bid Capacity Documents. iii. If the applicant does not submit the information in the prescribed format. iv. If the applicant fails to submit any of the following documents / certificates as stated in section III ,Para 3.30

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 26

SECTION VI

DOCUMENTS TO BE SUBMITTED- FORMATS AND PROFORMAE THERE FOR.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 27

LETTER OF TRANSMITTAL.

To, Superintending Engineer,

Koyna Design Circle

Pune.

Subject :- Submission of Bid Capacity application for the work of – ------

Sir, Having examined the details given in information and instruction to applicants

for the work. (Enter the name of work mentioned in section V-5.17)

I (We) hereby submit the bid capacity information and relevant documents as

mentioned in the check list.

I (We) hereby certify the truth and correctness of all statements made and

information supplied.

I/We have furnished all information and details necessary for the bid capacity

as bidder(s) and that no further information remains to be supplied.

I/We authorise the project authorities to verify the correctness as well as to

approach any Govt. department individuals, employees, firms and/or corporation to

verify correctness of information submitted by me/us to prove my/our competence

and general reputation.

Signature of Applicant/Contractor. Seal of applicant. Date of submission:

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 28

CHECK LIST OF DOCUMENTS TO BE UPLOADED ALONG WITH BID CAPACTY/ PRE-QUALIFICATION DOCUMENTS. (To be filled in by Contractor)

Sr. Name of Document Attached No. Yes / No 1. Information of Company in Format-I 2. P.W.D. Registration Certificate 3. PAN CARD. 4. M- VAT Certificate 5. Professional Tax Registration Certificate 6. Certificate of enrollment Under EPF Act. 7. Deed of partnership/ Article of Association/ copy of MOU for J.V. 8. Copy of Power of Attorney 9. Undertaking in Format-II 10. Bid Capacity: Declaration in Format-III 11. Bid Capacity: Declaration of A-1 in Format-IV 12. Bid Capacity: Declaration of A-2 in Format-V 13. Bid Capacity: Declaration of A-3 in Format-VI 14. Work done certificates in proforma 1, 1a, 1b for each work considered for bid capacity evaluation.

Signature of the Contractor

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 29

Format – I Information of Company

1. Name of applicant.

2. Whether the Applicant is Individual / proprietary firm / Limited company / Subsidiary of a large organisation / Joint Venture consortia

3. Year of Establishment of Company

4. Office Address, E-mail address, Telephone Number Fax Number.

5. Name of Power of Attorney holder

6. Details of Registration with Public Works Department of Maharashtra.

6.1 Class of Registration:

6.2 Date of Registration:

6.3 Date of Expiry:

7. PAN No. issued by Income Tax department:

8. No. issued by Sale Tax Department:

9. Details of EPF Registration

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

Signature of contractor

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 30

Format-II

Declaration of contractor regarding Poor Quality Work & Correctness of information

supplied.

To, Superintending Engineer,

Koyna Design Circle

Pune.

Sir, I

contractor declare that,

1) As a contractor, I have never been penalized for any work carried out

by me nor have I been blacklisted by any Govt. Dept. previously.

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

3) I have not delayed completion of any work for reasons attributable to

me. I undertake that the above information is true to best of my knowledge

and belief. I am fully aware that my Pre qualification Bid or tender will be

treated as non responsive and will be summarily rejected at any time if above

information is found to be false & misleading by the concerned authority.

4) If any abandonment of work or poor performance is noticed by deptt,

then my B.C. or Tender shall be rejected at any time.

Signature of Applicant/Contractor. Seal of applicant.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 31

Format III (Bidders Self declaration regarding Bid Capacity)

Bid Capacity shall be as computed using following formula

Bid Capacity = (AxNx2) – B

A= Maximum value between A1 & A2. A1= Value as declared in Format IV. = Rs. ------Lacks

A2 = Value as declared in Format V. = Rs. ------Lacks N = Time period of tender in years as specified in Para 5.20.1 of Section V = B = Value as declared in Format VI. = Rs. ------Lacks

Bid Capacity = ( ----- X ------x 2 ) ------= Rs. Lacks.

Date:- Signature of Contractor

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 32

Format IV (Declaration of Contractor regarding value of Civil Engineering Works executed in last 5 years based on Work done certificates in Proforma 1) (Format for computation of "A1") I) A1 = Maximum value of Civil Engineering work executed during any of the last five years in following format.

Sr. Name of work Agreemen Ref. of work done Value of Civil Engineering work done No. t No. certificate issued by during year.(Excluding value of Ex. Engr. mobilization & mech. Adv.) (Rs. Lacks) Name of Outward Vth IV th III rd II nd Ist Division No. & year year year year year Date 1 2 3 4 5 6 7 8 9 10 1 2 3 4 5 6 7 8 9 10 Total Factor for updating Updated value Maximum of updated value from column Value A1 = 6 to10 Note :- 1) Information in column 2 to 10 shall supported by a work done certificate issued by an officer not below the rank of Executive Engineer in case of Govt./Semi Govt. works and Project authorities in other works. 2) The bidder will be declared disqualified and his offer will be rejected a) If bidder fails to attach scanned copy of work done certificate in support of information in column 2 to 10 above. b) If the information declared by the bidder in formats do not tallies with the information in supporting certificate. c) If the information in original certificate is found tampered or certificate is found fake, the strict action will be taken against bidder. The Contractor will be black listed/EMD will be forfeited. Contractor will be banned for minimum three years from bidding in W.R.D..

Date. Sign of Contractor Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 33

Format V.

(Declaration of Contractor regarding (A2) Value of Civil Engineering Works executed in last 5 years ascertained from total receipts on account of Civil Engineering Contracts received in a year shown in Balance Sheet submitted to I.T. Department.)

( Format for computation of "A2")

Certificate of maximum value of Civil Engineering works executed during period of last five years.

This is to certify that M/s ...... has received amounts as shown in column 3 below in years as shown in column 2 below from Civil Engineering Contracts. The necessary supporting documents will be produced when asked to do so.

No of Year Amount received against Civil Multiplying Updated year Engr. works executed. IT factor value (Rs. certificate/ Balance sheet. (Rs. Lacks) Lacks) 1 2 3 4 5

V 2008-2009 1.464

IV 2009-2010 1.331

III 2010-2011 1.21

III 2011-2012 1.1

I 2012-2013 1.0 Value of A2 =

Contact Phone No. & Seal & Signature of Address of Chartered Accountant Chartered Accountant

Date :- Signature of Contractor

Note:- The bidder will be disqualified if the information is not certified by Chartered Accountant.

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 34

Format VI

Declaration of Contractor regarding value of Existing Commitments (B) in the period stipulated for completion of work. (Read instructions in Section V before filling this format.)

Sr. Name of Agreement Name of Division Balance Value (B) Multi- Updat No. works in hand No. issuing certificate in cost of work to plying ed profarma 1 B work on be factor value Name of Ref. & date executed of B Division Date of given in in period Rs. certificate profarm given in Lacks. a Rs. Section V Lacks. Rs. Lacks. 1 2 3 4 5 6 7 8 9 1 2 3 4 5 6 7 8 9 10

Update value of B = Rs. Lacks.

Date :- Signature of Contractor

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 35

Proforma- 1 (Separate information for each work)

CERTIFICATE For the work completed / under progress as on......

1. Name of work

2. Estimate cost

3. Agreement No.

4. Name of Contractor

5. Tendered Cost

6. Date of work order

7. Stipulated period of completion 8. Scheduled date of completion

9. Extension granted 1st 2nd 3rd 4th 10. Final date of completion

11. Revised cost of work

12. Cost of work executed

13. Balance cost of work

14. Reasons for non-completion of work in scheduled period of completion 15. Whether any penalties / fine / stop notice / compensation / liquidate damage imposed

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 36

16 Details of work done:

Unit Bench Alignment Block Boring Cost of Mark Survey Contour Rmt. work Rs. Survey Km. Survey In Lacks Km. Km. Tendered Quantity Revised Quantity Executed Quantity Year wise Break- up Vth IVth IIIrd IInd Ist

17. Remarks about performance of contractor about physical progress and quality of work:

______

______

______Outward No.: Seal Date:

(E.E. Stamp with name) (Stamp with name)

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 37

PROFORMA– 1(a) Details of the works completed (Separate information for each works). 1. Name of work 2. Agreement No. and year 3. Place and country 4. Total tendered cost of work (Rs. in Lacks) 5. Brief description of works including principal feature and quantities of main items of the work 6. Annual Turnover Items Unit Quantities executed (Certificate of concerned authorities is essential) 6.1 Physical Vth year IVth year IIIrd year IInd year Ist year Items as stated in section V 1 2 3 4

6.2 Financial Rs. in Rs. Lacks Financial. in turnover Defined as Lack billing for s works.(excluding advance payments received duly certified by Concerned authorities) 7 Period of completion a) Date of Commencement b) Originally stipulated period of completion c) Scheduled date of completion d) Extended date of completion

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 38

e) Actual time taken for completion f)Certificate of concerned authority regarding completion of work if completed in time (Y/N) g)Reasons for non completion of work in stipulated time limit, if so 8 Whether there are any penalties/fines/stop notices/compensation /liquidated damaged imposed (Yes or No. if yes, give amount and explanation) 9 Name, Designation, and complete address with whom the contents of the preceding Para 1 to 8 could be verified. 10 Name of applicant’s Engineer-in-charge of the work and educational qualification 11 Give details of your experience in monthly placement of important items such as listed in section V 12 Give details of your experience in mobilising large value contracts with modern technology on the deployment of latest heavy construction equipment 13 Details of quality control arrangements made by the contractor of his own on these works 14 Whether bidder penalised under clause 2 slow progress of work 15 Whether work abandoned by the bidder clause 3. Whether rescind contracts as incomplete work. 16 Whether recorded bad quality of works by Quality control authority 17 Whether valid bad, poor performance published in media. 18 Whether evidence of rude behavior of contractors with offer bears.

------Certified that the above information is true and correct to the best of my knowledge and belief Signature of Contractor

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 39

PROFORMA -1 (b)

Details of works in hand (Separate information for each work.) 1. Name of work 2. Agreement No. and Year 3. Place and country 4. Tendered cost of work (Rs. in Lacks.) 5 Name of applicant’s Engineer-in-charge with educational qualification 6. Annual turnover Sr.No. Item Unit Quantities executed (Certificate of Quantities exempted concerned authorities is essential )

6.1 Physical Vth year IVth IIIrd IInd Ist year Year year year Items 5 as per stated in section V 1 2 3 4 6.2 Financial turnover : Rs. in Lacks

7) i) Percentage of physical completion ii) Cost of work completed(Rs. in Lacks) iii) Revised tendered cost (Lacks) iv) Balance cost on the date stipulated (Refer section V) v) Stipulated date of completion vi) Anticipated date of completion

8) Whether work progress is as per tender

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune. 40

programme (Yes or No) If not explain the reasons. 9) Expected yearwise programme of completion (for year ref.section V) i) Present year ii) Next year 10) Whether there any fines, claims or stop notices filed by the Employer (Yes or No.) 11)Details of quality control arrangements made by the contractor of his own on these works 12) Name, Designation, Department and complete address with whom the contents can be verified.

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

Signature of Contractor

Contractor A.E.I Executive Engineer. H.E.C.S.Dn.No.2, H.E.Dn.No.2, Pune. Kothrud, Pune.