Professional Documents
Culture Documents
PRE–QUALIFICATION BID
NAME OF WORK: -
On Date ________________
Executive Engineer
AUDA
Ahmedabad
NAME OF WORK: -
Implementation by:
State: - Gujarat
INDEX
2.0 EMPLOYER
RCC frame structure, brick masonry, plastering, doors & windows of wooden /
aluminum section, electrification, rain water harvesting, compound wall,
internal trimix road, external sanitary & water supply arrangement, tree
plantation with tree guard, firefighting system, entrance gate with security
cabin, gray water system etc.
The Pre-Qualification process is common for all the bidders. The bidder will
be eligible for this work depending upon the financial capacity, Experience
and the bid capacity. This work of ‘Construction of Affordable Housing 546
EWS-II Unit at Bopal TP.03 FP.232 in AUDA Area. is to be submitted by the
bidder along with the Pre-Qualification document.
All rights are reserved with the AUDA for deciding Pre-Qualification of bidders
and regarding acceptance of the price bids also. No claim on this account will
be entertained.
For Civil work & Submission of Validity period of Tender offer 30 months from
Mentioned Scope of two bid is 120 days from the last date the date of issue
Work. of opening of technical bid of order to start
the work
Rs.62,36,92,481.00
Conditions of contract will be as per standard documents i.e. B-1 Tender form
and other additional special& modified conditions as needed to suit the local
condition.
All designs and work will confirm to the latest Indian standards codes relating
to building operations or other applicable standards mentioned in the contract
document or approved by the Engineer-in-charge. The Detail drawings for the
execution of work will be issued by AUDA/Consultant on the demand of
Agency.
The law governing the contract will be the Indian law.
10.1 A Bidder may be pre-qualified for the works under this tender if the requisite
technical, financial and experience criteria are fulfilled.
10.2 One firm can be pre-qualified only once in its own name. No joint venture
will be allowed.
10.4.1 Earnest money deposit Rs.62,36,925.00 (One percent of the estimated cost
put to tender for (Construction of Affordable Housing 546 EWS-II Unit at
Bopal TP.03 FP.232 in AUDA Area) in form of Pay Order/Demand
Draft/Banker’s cheque with a validity period of not less than 06 (six) months
issued by the Nationalized or Government of Gujarat approved Bank must
accompany the pre-qualification bid only. The pre-qualification bid not
accompanying with the requisite Earnest Money Deposit shall be out rightly
rejected.
Contractor should submit the Tender fee, EMD (in form of Banker
cheque/DD/Pay Order approved by nationalized bank and govt. of Gujarat
approved banks- validity up to 6 Months) in physical and send the same by
RPAD / Speed post / Hand Delivery to the Executive Engineer, AUDA,
Ahmedabad in seal cover duly subscribing the name of work on or before
11.01.2019 during office hours. (Tender fee & EMD should be in favour of
AUDA, Ahmedabad).
10.4.2 For INITIAL SCREENING CRITERIA following documents are required. The
bidders failed to produce the mentioned documents, will be rejected for
further prequalification process.
a. Valid “AA” class valid registration certificate of GOVT of GUJARAT
10.5 The costs incurred by the Bidders in making this offer, in providing clarification
or attending discussion, conferences or site visits will not be reimbursed by
the Employer or the Engineer-in-charge.
10.6 Application for pre-qualification shall be submitted in proper format online and
incomplete offers shall be rejected. Only soft copy (Scanned Copy) of each
required documents are to be submitted with E-Tendering for evaluation of
P.Q. It shall be submitted on or before Dt. 10.01.2019 to online website
https: //auda.nprocure.com.
[a] Registration certificate of Sp. Cat-I (Building) with "AA" Class shall be
Submitted.
[b] Valid solvency certificate amounting not less than amount put to tender
[c] List of works on hand.
[d] Partnership Deed.
[e] Valid power of attorney (if applicable).
10.8 The enclosed schedules should be filled in completely and all questions
should be answered, if any particular query is not relevant it should be stated
as “NOT APPLICABLE”.
10.9 Financial data, project costs, value of works etc should be given in Indian
rupees only.
10.10 For any queries/ clarification, Pre-bid meeting has been arranged. Concerned
person at AUDA can be also contacted. It is desirable to send all the queries
two days prior the Pre-bid meeting.
10.11 Tender bid will be filled by the contractors registered in Sp. Cat-I (Building) with
Class "AA" issued by R & B Department only in the State of Gujarat.
10.13 If the application is made by a firm in partnership, it shall be signed by all the
partners of the firm, along with their names and current addresses or by a partner
holding the power of attorney of the firm by signing of the application in which a
certified copy of power of attorney shall accompany the application. A certified
copy of the partnership deed, current address of the firm along with the names,
current address of all the partners of the firm shall also accompany the
application. No Joint venture will be allowed.
10.15 The information furnished must be sufficient to show that the applicant (along
with the all parties) is a capable in all respects to successfully complete the
envisaged contract works strictly on the basis of the applicant, (along with all
parties) having already carried out satisfactorily works of similar size nature and
complexity.
10.16 The bidder while submitting the pre-qualification bid for the works shall be
required to provide satisfactory evidence in respect of the information furnished
by them in their application for pre-qualification regarding their structure and
organization, financial position/arrangement, resources of the firm, including
personnel and equipment, experience as well as works on hand good quality
workmanship of completed, etc. The applicant’s attention is explicitly drawn to
the fact that even after the prequalification of potential bidders has already
carried out, all bidders shall include statement of the change that may have
occurred since pre-qualification with particular reference to the various items
listed above and that further price bid will be opened to successful Bidders only
on the basis of careful scrutiny of all above information furnished by the
applicant. All the above required documents will be required to submit in soft
copy (Scanned copy) only with E-Tendering. No hard copy will be accepted.
10.17 The applicant is expected to have visited the project site before submitting pre-
qualification bid and tender documents. No cost for any clarification or visit to site
etc will be reimbursed by the employer.
10.18 While submitting the schedule duly filled, enclose the latest copies of brochures
and prequalification documentation giving more information about the firm and all
the members through scanned (soft) copy only along with E-tendering.
43. The total quantity of steel mention in B-1 booklet is to be final. During execution if
project qyantity of steel is varied by +/- 5% is allowable, beyond this limit Amount of
steel is recovered or payable with respect to star rate shown in B-1 booklet form or to
the contractor.
44. For Payment of Star Rate variation as per B-1 Form clause No. 60 & 60A, contractor
has to submit the Star Rate variation Bill with documentary proof that is original bill of
steel & cement, work executed quantity with item measurement etc. which is cross
verified by PMC consultant/AUDA.
46. Internal cement concrete road to be followed as per the attached road
section drawing.
47. Height of toilet & kitchen dado as per tender drawing if not specified
PMAY GUID LINE shall be followed.
48. For RERA compliance & up loading require engineering & architech
form with respect to financial & physical progress as per site condition
shall be submitted to AUDA Office in time. Other wise any type of
panelty under RERA Act. Born by contractor on behalf of AUDA.
49. All discipline autocad files attached here are only for review &
calculation ease only, but in all references PDF files shall be
considered final.
Technical bids, of the bidders who are successful in the initial screening will be
opened. Further mode of evaluation for the opened technical bids as follows.
Pre-Qualification Criteria: -
1. Annual turnover of any one year of last five financial year i.e. 2013-
2014 to 2017-2018 updated to the current financial year shall be more
than “Amount put to tender divided by the time limit expressed in
years”.
I. At least one similar work having updated completion cost not less than
80% of the amount put to tender of the proposed work in last five
years.
OR
III. At least three similar work having updated completion cost not less
than 40% of the amount put to tender of the proposed work in last five
years.
2. Such work must have been completed within last five financial year. i.e.
2013-2014 to 2017-2018 of bid for the proposed work.
I The bidder must have available Bid capacity (ABC) more than
the amount put to tender.
ABC=2*A*N-B
Where
A is the maximum of updated total amount of works executed in any one
year of the last five Financial Year i.e. from 2013-14 to 2017-18
N is the no of year prescribed for completion of the proposed work.
B is the amount of the existing commitments and ongoing work to be
discharged during time interval of N Years from the bid due date.
For the purpose of updating amount of works executed in any year,
procedure narrated in para 2 (a) ii shall mutatis mutandis apply.
Existing commitments shall include all such works for which letters
of acceptance of the tenders have been received by bidder till the
date on which bidder has submitted his bid for the proposed work.
Notes:
(1) The Statements showing the value of existing commitments and on-going
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 or equivalent or shall be
notarized on stamp of Rs.100.
(2) For checking of above criteria of (a), (b) & (c) rupee value shall be
increased by 10% each year to bring it to current price level as per
escalation factor
Multiplying
Years Factor Actual
Applicant will indicate actual figures of costs and amounts in the schedule
without accounting for the above-mentioned factors.
1. BIDDER’S REGISTRATION
I. Only those bidders shall bid whose name are borne on the approved
list of registered contractors in the required class and category with
Gujarat state R & B Department / WRD.
2. LITIGATION HISTORY
The litigation history should be provided on notarized on stamp of
Rs.100/-
The applicant should provide accurate information on litigation and/or
arbitration resulting from Contracts completed or under execution by him
over the last five years. A consistent history of arbitration awards /
judgments against the applicant or any partner of a joint venture may
result in disqualification for proposed work. If the details of Litigation
History is hidden by the applicant and later on it comes to knowledge of
the employer the bidder shall be disqualified for the proposed work and
other appropriate actions shall be taken against the bidder.
Even though the Applicants meet the above criteria, they are subject to be
disqualified if they have made misleading or false representation in the
form, statement and attachments submitted and/or a record of poor
performance such as abandoning the work, not properly completing the
3. MACHINERY / EQUIPMENT
Bidder shall have to assure availability of machinery / equipments in
working condition as per Appendix- B. If bidder fails to provide proof of
assured availability of required machinery, he will be disqualified for the
proposed work. Machinery ownership document or lease / hire agreement
for the work under tender shall be considered as valid proof for assured
availability.
APPENDIX – B.
Building works
Sr. No. Equipment type & Characteristic Minimum required
4 SUBMISSION OF DOCUMENTS
i. Following documents/papers shall form part of the bid.
1. Annual turnover certificates issued by chartered accountant for last five
financial years.
ii. Any information, data, statistics etc. which are not related to bid document will
not be considered in evaluation even though furnished by the applicant.
i. In accordance with stipulation of Para 3d (iii) Employer reserves the right to
call any information / document which is mandatory, essential and critical for
the purpose of evaluation. Any information provided by the applicant after last
date of Electronic submission will not be considered in evaluation, unless
except the employer has specifically asked for any information / document,
which is mandatory, essential and critical for evaluation of PQ document. If
required information is not furnished within stipulated time, proposal will be
liable for rejection.
ii. If any of the information provided by the bidder is found false during scrutiny
or at the later stage, he shall be disqualified for the proposed work. If any of
the information provided by the bidder is found false after award of work, the
contract shall be terminated.
Executive Engineer
AUDA
Ahmedabad.
The contractor is to submit the tender in the following separate sealed covers:
Volume-I Part- A:
Volume-I Part- B:
Technical Bid containing all the documents information as detailed given in this
tender document online.
The contractor should ensure that the rate/ cost quoted should appear only in the
financial bid and nowhere else.
The Volume-I Part- ‘A’ containing the documents and earnest money deposit shall
be opened online on a specified date and time as per schedule in the office of The
Executive Engineer AUDA, Sardar Vallabhbhai Patel Sankul, Ashram Road,
Usmanpura, Ahmedabad-14, in the presence of intending tenderer or their
authorized representatives.
The Volume-II Financial Bid of only those contractors whose technical bids are
found acceptable by the department shall be opened online. The time and date of
opening of financial bid of contractors qualifying the technical bid shall be
communicated to them later on.
a. Unit plan
b. Typical floor plan
c. Lay out plan with development
d. Elevation and Sections
e. Cluster plan
f. Soil investigation data of plot
g. Google image of site location / Key plan
h. Schematic services drawing like water supply, drainage, RWH etc.
The work shall be executed on Area basis rate from conception to commissioning
services including all necessary engineering survey, construction, and method of
erection in accordance with layout plan. Architectural drawings and soil investigation
data will be provided by AUDA. Structural design and drawings should be prepared
and get approval from R and B design circle Gandhinagar by AUDA/AUDA’s
consultant.
1. Scope of work contained in the paragraphs mentioned below is only indicative and
not exhaustive. In addition, the contractor shall be responsible for executing all items
required for completing the houses in all respect to make the dwelling units habitable
and ready for occupation including all services, environment-fit for habitation with
electrical, landscaping works complete as per direction of Engineer-in-charge.
2. The contractor will have to construct according to the layout plan and detailed
architectural, drawings of AUDA.
3. The contractor will get the detailed soil investigation done if further required, as
per relevant IS code, NBC 2005 etc. as applicable through any approved lab. The
department may verify the results submitted by the agency, if need be.
5. Planning, preparing drawing for internal services and execution of the same i.e.
internal sanitary work, water supply work, drainage system etc. complete for the
building including all pipes, its fittings, testing etc. complete.
6. Water supply: water supply lines will be laid as per drawing and instructions of
EIC scheme prepared, submitted by the contractor and approved by principle
consultant as specified by AUDA. AUDA will only provide source.
A) One nos of borewell and One nos UGR with pump and pump room of the required
capacity/ of the quantity approved by AUDA.
D) External water supply infrastructure arrangement within the premises shall have
to be provided by the contractor.
SEWERAGE:
8. Internal storm water drains to be executed with Rain water harvesting system as
per approved drawings/norms. Responsibility of getting storm water drain approval is
included in the scope of work/tender.
9. Execution of all services like water supply, rain water harvesting system,
sewerage, drainage system, roads, paths and all connected sub structures and
super structures within the premises, as per bye laws and norms of the AUDA or
Concern Authority including making connections with the peripheral services after
getting the services design approved from the principle consultant and AUDA. In
case of water supply and sewerage, the responsibility of getting the scheme
approved from service provider (Municipal Corporation/AUDA) is included in the
scope of work/ tender apart from internal and external water supply/ sewerage &
drainage lines to be laid to make the system of water supply and sewerage and
drainage functional/ complete. Infrastructure outside the plot shall be provided by
AUDA. It is also clarified that scope of work/ tender includes cost of getting the
services approved from the services provider as aforesaid and the services charges
including supervision charges, if any, payable to the service provider. The cost of
deficiency charges and rectifications of any defect at the end of the job is also to be
borne by the contractor. Planning designing and execution of the roof top rain water
harvesting system for recharging the sub soil water including laying of pipe lines and
construction of substructure/ super structures.
(i) The development of park: - water hydrants, grassing creeper planting trees etc.
complete as per Municipal Corporation/AUDA norms as per specification and
drawing approved by the competent authority of AUDA.
ii) Complete leveling/ dressing including filling of earth, its supply, disposal of surplus
earth, (if any) shall be the property of AUDA & will be disposed to the approved
disposal point or at the place as directed by engineer in charge. No extra payment
for disposal shall be allowed.
11. Construction of boundary wall for the whole scheme area, MS gate, dustbin, sign
boards, guide map, location board, direction boards, numbering of housing etc. all
complete as per drawing approved by AUDA. The Gate and security cabin shall be
constructed at each T.P. road. /as per instruction by EI C.
13. Taking all precautionary measure to safeguard against any accident for the
contractor’s employees, general public, supervisory staff of AUDA by providing
necessary safety equipments, helmets and MS sheet barricading etc. at work site.
The site has to be kept clean all the time of all debris, rubbish, dirt & surplus/waste
material.
14. De-silting will also be done by the agency before handing over the completed
housing pocket to AUDA. All machine, equipment and labour for this purpose will be
arranged by contractor.
16. The Contractor will submit the model for layout of the project specifying details
provided in layout along with in the tender documents in one month from stipulated
date of start. He will also submit a model of modules of houses specifying all floors
and its adjoining area. The scale of module shall be 1:500 for layout plant and 1:100
for dwelling unit.
17. Contractor will erect mini batching concrete plant (minimum 15 cum/hr) fully
automatic, computerized for preparation of Design mix concrete as per IS code at his
own cost and will prepare all concrete accordingly. For small quantity of work
portable weigh batcher will be used. No concrete shall be allowed unless it is weigh
batched.
18. Internal & external electrification work incl. street lights as per specification given
in the tender document & directions of AUDA as per scope of work & specifications
appended with the NIT which includes L T supply, water supply arrangement, fire-
fighting, lifts and, for both the interior and exterior of buildings.
19. Agency has to obtain labour licensee from Gujarat labour welfare board.
20. Defect liability period would be uniformly ten years from the certified date of
completion of the RCC frame work of the project. However, maintenance of other
building activities, such as cleaning, sweeping of pocket & desilting of sewer lines,
S.W. Drain shall be done only once prior to handing over the respective pocket. The
maintenance will be only limited to removal of defects noticed in the works carried
out by the agency during defect liability period.
21. The final ground level will be decided soon after actual start of work to avoid
water logging at site. Plinth level of the houses shall be minimum (+) 600 mm above
the nearby highest finished road level. Changes, if any, would not affect the agreed
rates and no claim on this account shall be entertained.
22. The scope as described above is only indicative and not exhaustive. In additions
to the above the contractor shall be responsible for executing all the items required
for completing the houses in all respect to make the dwelling units habitable and
ready for occupation and also all services, make the environment fit for habitation
with electrical, horticultural, rain water harvesting works complete as per direction of
Engineer-in-Charge.
23. Stipulated time limit, to complete the entire work fit for habitation is as per Tender
notice. Time limit starts from Date of clear possession of site.
7. After completion of two years maintenance period contractor has to hand over
all tool & plants in working condition.
8. Contractor has to provide required operators for all the lift. Operator will work
as per timings i.e. 8.00 AM to 8.00 PM with one recess of lunch (1 hr) and two
recesses for tea break (0.5hr). Timing will be convenient to society.
9. Contractor has to provide all required equipments, machinery, tools & tackles
at his cost and it will be the Property of AUDA. Contractor has to provide and
handover such all things after completion of maintenance period.
Other planning Norms as per the prevailing GDCR rules and guideline for Pradhan
Mantri GRUH Yojana and Urban Development and Urban Housing Department for
EWS-II Scheme.
***Carpet area means net usable area of each individual unit as defined in
National Building Code 2005 and bidder has to quote the rate per sqm. of carpet
area.
The carpet area shall be as defined in National Building Code.
NBC (2005)-Part-3-Development control rules and general building requirement.
2.15—Carpet Area-The covered area of the usable rooms at any floor level
(excluding the area of the wall).
The ***built up area includes carpet area + walls + stair portion + lift + passage area
only. (It does not includes parking slab, stair cabin, security cabin, water pumping
station, fire station, electric substation etc. to be executed as per requirement).
General planning and finishing should be such that it enhances overall salability and
livability. Initial municipal/Local authority charges except development fees will not
be charged. All other fees and charges except deposit will be borne by the bidder.
Fire safety norms shall be followed as per GDCR.
I/we hereby tender to the Executive Engineer AUDA, Sardar Vallabhbhai Patel
Sankul, Usmanpura, Ashram Road, Ahmedabad-14, for the execution of the work
specified in the underwritten memorandum. We undertake to execute the work within
the specified time, and we further undertake that the work shall be executed entirely
and in all respects in accordance with the specifications, drawings to be approved at
later stage and instructions in writing which may be issued by the Engineer-in-charge
from time to time for the proper and timely execution/completion of the work.
We further undertake, to adhere to all the conditions of the tender as well as of the
agreements and we shall be responsible for any violation thereof for which we shall
be liable to pay necessary compensation and/ or damages, as may be determined
by the Executive Engineer AUDA, Sardar Vallabhbhai Patel Sankul, Usmanpura,
Ashram Road, Ahmedabad-14, in his sole discretion.
I/we have read and examined the Notice Inviting Tender, Specifications applicable,
General Rules & directions, conditions of contract, special conditions and other
documents and rules referred to in the conditions of contract and all other referred to
in the conditions of contract, and all other contents in the tender documents for the
referred work.
I/we agree to keep the tender open for 180 days from the due date of submission
thereof and not to make any modification in its terms and conditions.
2. (i) Tender fee and Bank Guarantee shall be placed in single sealed envelope
superscripted as “Earnest Money Deposit, Tender fee with name of work and
on due date of opening of the bid” mentioned there on and will submit to
tender opening authority on date and time shown in e-Tender Notice.
Further, I/we agree that in case of forfeiture of earnest money or both earnest
money and security deposit as aforesaid, I/we shall be debarred for participation in
the re-tendering process of the work.
I/we hereby declare that I/we shall treat the tender documents and other
records connected with the work as secret/confidential documents and shall not
communicate information or derive there from to any person to whom I/we may
Dated : ____________________
Witness____________________
Address ____________________________________ Signature of Contractor
Occupation _________________________________ Postal Address
1. All work proposed for execution by contract will be notified in a form of invitation to
tender pasted in public place & signed by the officer inviting tender or by
publication in Newspaper as the case may be.
This form will state the work to be carried out, as well as the date for submitting
and opening tenders and the time allowed for carrying out the work, also the
amount of earnest money to be deposited along with tender, the Security Deposit
to be deposited by the successful agency/ contractor and the amount of security
deposit to be deducted from bills. Copies of the specifications, designs and
drawing and any other documents required in connection with the work signed for
the purpose of identification by the officer inviting tender shall also be open for
inspection by contractor at the office of officer inviting tender during office hours.
2. In the event of the tender being submitted by a firm, other than property firm it
must be signed by separately by each partner thereof or in the event of the
absence of any partner, it must be signed on his behalf by a person holding a
power of attorney authorizing him to do so, such power of attorney to be
produced with the tender, and it must disclose that the firm is duly registered
under the relevant Indian Act.
3. Receipts for payment made on account of work, when executed by a firm, must
also be signed by all the partners, except where contractors are described in their
tender as a firm, in which case the receipts must be signed in the name of the
firm by one of the partners, or by some other person having due authority to give
effectual receipts for the firm.
4. In case the lowest tendered amount of two or more contractors is same, such
lowest contractors will be asked to submit sealed revised offer. The lowest tender
shall be decided on the basis of revised offers.
If the revised tendered amount of two or more contactors received in revised offer
is again found to be equal, the lowest tender, among such contractors, shall be
decided by draw of lots in the presence of Engineer in –Charge.
In case all the lowest contractors those have quoted same tendered amount,
refuse to submit revised offers, then tenders are to be recalled.
Contractor(s) whose earnest money is forfeited because of non-submission of
revised offer shall not be allowed to participate in the retendering process of the
work.
5. The Chief Executive Authority, AUDA shall have the right of rejecting all or any of
the tenders and will not be bound to accept the lowest or any other tender.
6. The tenderers shall sign a declaration under the officials Secret Act 1923, for
maintaining secrecy of the tender documents, drawings or other records
connected with the work given to them. The unsuccessful tenderer(s) shall return
all the drawings given to them.
8. GST, Sales–Tax, VAT, Purchase Tax, Turnover Tax, labour welfare cess or any
other tax on the materials in respect of this contract shall be payable by the
Contractor and AUDA will not entertain any claim what so ever in respect of the
same. The rate shall include GST.
9. The contractor shall give a list of both gazette and non- gazetted AUDA
employees related to him.
10. The tender for the work shall not be witnessed by a contractor or contractors who
himself/themselves has/have tendered or who may has/have tendered for the
same work. Failure to observe this condition would render, tenders of the
contractors tendering, as well as witnessing the tender, liable to summary
rejection.
11. The contractor shall comply with the provisions of the Apprentices Act 1961, and
the rules and orders issued there under from time to time. If he fails to do so, his
failure will be a breach of the contract and the AUDA may in his discretion,
without prejudice to any other right or remedy available in law, cancel the
contract. The contractor shall also be liable for any pecuniary liability arising on
account of any violation by him of the provisions of the said Act.
DECLARATION:
I/We hereby declare that I/We shall treat the tender documents, drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any persons other than a person to
whom, I/We authorized to communicate the same or use the information in any
manner prejudicial to the safety for AUDA.
The principal intends in award, under laid down organizational procedures, contact for
___________. The principal values full compliance with all relevant laws of the land, rules,
regulations, economic use of resources and of fairness/ transparency in its relations with its
Bidder(s) and / or contractor(s) In order to achieve, these goals the principal will appoint an
Independent External Monitor (IEM), who will monitor the tender process and the execution
of the contract for compliance with the principals mentioned above.
The principal commits itself to take all measures necessary to prevent corruption and to
observe the following principals:-
iii) No employee of the principal, person or through family members, will in connection with
the tender for, or the execution of a contract, demand, false promise for or accept, for sell or
third person, any material or materials benefit.
iv) The principal will, during the tender process treat all Bidder(s) with equity and reason.
The principal will in particular, before and during the tender process provide to all Bidder(s)
the same information and will not provide to any Bidder(s) confidential/ additional information
through which the Bidder(s) could obtain an advantage in relation to the tender process or
the contract execution.
v) The principal will exclude from the process all known prejudiced persons.
4. If the principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPX/PC, Act or if there be a substance suspicion in this regard,
the principal will inform the Chief Vigilance Officer and in addition can initiate Disciplinary
actions
Section2- Commitments of the Bidder(s)/Contractor(s)
i) The Bidder(s)/ contractor(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during the participation in
the tender process and during the contract executions.
ii) The Bidder(s)/Contractor(s) will not enter with other bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary, contracts, submission or non-submission of bids or
any other actions to restrict competitiveness or to introduce castellation in the bidding
process.
iii) The Bidder(s)/contractor(s) will commit any offence under the relevant IPC/PC Act, further
Bidder(s)/contractor(s) will not use Improperly, for purpose of completion or personal gain, or
pass on to others, any information of document provided by the principal as part of the
business relationship regarding plans, technical proposals and business details, including
information contained or transmitted electronically.
iv) The Bidder(s)/contractor(s) of foreign origin shall disclose the name and address of the
Agents/ representatives in India, if any. Similarly the Bidder(s)/contractor(s) of Indian
v) The Bidder(s)/contractor(s) will when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other intermediaries
in connection with the award of the contract.
vi) The Bidder(s)/ contractor(s) will not instigate third persons to commit offenses outlined
above or be an accessory to such offenses.
Section 3- Disqualification from tender process and execution from future contracts.
(1) If the principal has disqualified the Bidder(s) from the tender process prior to the award
according to section 3, the principal is entitled to demand and recover the damages
equivalent to Earnest money Deposit/ Bid Security.
(2) If the principal has terminated the contract according to section 3 or if the principal is
entitled to terminate the contract according to section 3, the principal I shall be entitled to
demand and recover from the contractor liquidated damages of the contract value or the
amount equivalent to security deposit Bank Guarantee
(2) If the Bidder make incorrect statement on this subject, he can be disqualified from the
tender process or action can be taken as per the procedure mentioned in “Guidelines on
Banning of business dealings”
(1) The Bidder(s)/ contractor(s) undertake(s) to demand from all sub contract commitment in
conformity with this integrity pact and to submit it to the prime before contract signing.
(2) The principal will enter, into agreements with identical conditions as this one Bidders,
contractors and sub-contractors.
(3) The principal will disqualify from the tender process all bidders, who do not sign Bidders,
Contractors and sub-contractors.
(1) The principal appoints competent and credible independent External Monitor impact. The
task of the Monitor is to review independently and objectively, whether to what extent the
parties comply with the obligations under this agreement.
(2) The monitor is not subject to instructions by the representatives of the party performs his
functions neutrally and independently. He reports to the chairman.
(3) The Bidder(s)/Contractor(s) accept that the Monitor has the right part restriction to all
project documentation of the principal including that provided. The contractor will also grant
the Monitor upon his request demonstration of a valid interest, unrestricted and unconditional
access to his documentations. The same is applicable to subcontractors. The monitor
contractual obligation to treat the information and documents of the Bidder|(s)/contractor(s)
subcontractor(s) with confidentially.
(1) This agreement is subject to Indian Law. Place of performance and jurisdiction the
Registered Office of the principal i.e. Ahmedabad.
(2) Changes and supplements as well as termination not less need to be made writing. Side
agreements have not been made.
(3) If the contractor is a partnership or a consortium, this agreement must be signed by all
partners of consortium members.
(4) Should one or several provisions of this agreement turn out to be invalid, the reminder of
this agreement remains valid in this case, the parties will strive to come to an agreement to
their original intentions.
________________________
For & on behalf of the
Principal (office seal) For& on behalf of
Bidder/contractor
(office seal)
Place : __________________________
Date : __________________________
Witness:1 (Name & Address ) __________________________
__________________________
Witness:2 (Name & Address ) __________________________
__________________________
To,
The Chief Executive Authority,
AUDA
Ahmedabad - 380014.
Subject: Submission of Technical bid
Dear Sir,
Having examined the pre-qualification documents including scope of works & time frame of
construction, we hereby submit all the necessary information & relevant documents for pre-
qualifying us for bidding for (the above-mentioned works).
Date:
Signature of Applicant
Name in Brackets including
Title & Capacity in which
Application is made
Encl:
[1] Schedule duly filled in the prescribed form with supporting documents.
[2] Evidence of authority to sign.
[3] Latest brochures
[4] Required E.M.D. & tender fee in form of DD
DECLARATION / UNDERTAKING
2. All the information and date finished herewith are correct to my / our best of
knowledge.
3. I / We agree that we have no objection if inquiries are made about our works, its
related areas and any other inquiry regarding all details, projects and works listed
by us in the Pre-Qualification document.
Telephone No. :
Telex No. :
Fax No. :
2. Description of Company (For e.g.
General Civil Engineering
Contractor Supplier of equipment
etc.)
Type of firm
(a) Individual :
(b) Partnership :
(c) Limited Co. :
3. Registration and classification with :
the P.W.D.
4. Name and address of the bankers :
5. No. of year of experience as a :
contractor
(i) In own country :
(ii) Internationally :
6. No. of year of Experience as a Sub :
Contractor
(i) In Own Country :
(ii) Internationally :
7. Name and address of the partner :
and associated companies to be
involved in subsidiary others.
8. To be organization chart showing :
the structure of the company
including names and position of
Directors and key personnel
_____________________
SIGNATURE OF BIDDER
1. Name of firm :
2. Capital :
(a) Authorized :
(b) Issued & paid up
3. Attach audited balance sheet & :
profit & loss statement for the past
05 (five) years.
4. Financial Position :
(exact amount in Rupees to be
stated)
(a) Cash :
(b) Current Asset :
(c) Current Liability :
(d) Working Capital :
(e) Net worth :
5. Total liability :
(a) Current Ratio : Current assets to current liabilities
(b) Acid test Ratio : Cash, Temporary investment held in
lieu of cash & current receivable to
current liabilities
(c) Total liabilities Net worth :
Note : Information asked against each item to be carefully filled in more preference
to balance sheet in reply to above points is acceptable.
6. Annual value (turn over) of construction works undertaken for each of the last
five years. Annual turn over for the works.
Three
One year Two year Four year Five year
year
Year before i.e. before i.e. before i.e. before i.e.
before i.e.
2017-18 2016-17 2014-15 2013-14
2015-16
Home
Net profit :
7.
(a) Current year (2018-19) :
During the last five financial year :
________________________
SIGNATURE OF APPLICANT
PERSONNEL
DETAILS OF PERSONNEL WITH THE APPLICANT (ON ROLL)
Name of Applicant :
Sr. Description On Applicants Pay Roll
No.
1) Project Manager
2) Site Engineer
3) Number of Engineering Graduates
a) Design
b) Construction supervision
c) Electrical Engineer
4) Number of administrative graduates.
5) Number of skilled employees
6) Number of Unskilled employees
7) Please indicate whether design wherever :
required as per conditions of bid, will be carried
out in house or with the help of consultants. If in
house, please indicate the details of designs
carried out over the last few years. If to be done
by back up consultants. Please give the data
such as name of company, key personal and
professional qualification, present position, total
experience number of engineering staff under
each category of specification and details of
work executed.
8) Incase of personnel at Sr. No. 1 to 4 please give
name, qualification present position,
professional experience and linguistic ability.
The certified copy of degree / diploma engineer
qualification with an affidavit on stamp pap
stating their appointment in the firm shall have
be attached with this schedule.
The above information shall be supported with
necessary documents otherwise the same shall
be treated as null & void.
____________________
SIGNATURE OF APPLICANT
Note :- Availability for this work of project Manager having in degree in Civil
Engineering with at least ten years experience including at least five years
on building construction works and a material & quality control Engineer
having degree/diploma in Civil Engineering with at least five years
building construction experience.
________________________
SIGNATURE OF APPLICANT
Give information about relevant (Building works) as well as all other works in
progress including those where the company has received a letter of intent but a
formal contract has not yet been awarded
Emplo Engineer Location Value Cost of Remaini Percenta Dat Stipulat Likely Reaso
yer responsi and of work ng work ge of e of ed date date of ns for
ble for descripti contra execut to be financial wor of completi slow
supervisi on of ct ed as execute Completi k completi on progre
on Bldg. on d as on on cost. ord on of ss if
works date of date of er work any
this bid this bid
1 2 3 4 5 6 7 8 9 10 11
__________________
SIGNATURE OF BIDDER
Name Name of Name of Contra Final Addition Dat Stipulate Actual Reaso
of Location Engineer ct value as al e of d date of date of n for
Employ & type responsi price per bill amount wor completi completi slow
er of ble for (Rs. in prepare release k on of on progre
building supervisi lacs) d by the d if any ord work ss if
contract on employe through er any
ed es court
claims
or by
award
or
arbitrat
or
1 2 3 4 5 6 7-A 7-B 7-C 8
_____________________
SIGNATURE OF BIDDER
CONTRACT
COMPANY
EXPERIENCE
_________________________
SIGNATURE OF
APPLICANT
SCHEDULE – H
ADDITIONAL INFORMATION
(The applicant can add here any further information relevant to the evaluation of their
prequalification bid)
_________________________
SIGNATURE OF APPLICANT
1. Name of Contractor :
2. Name of Work :
3. Estimated cost of :
Work put to tender
4. Revised Estimated :
Cost
5. Tender Amount :
7. Date of completion of :
the work (As per
contract agreement)
9. Amount of completed :
Work done
BANK GUARANTEE
1. Therefore we, here by affirm that we are guarantors in behalf of the tenderer up
to total Rs. ________________ in words Rs.
________________________________ (in figures) and we undertake to pay to
Executive Engineer, AUDA, Ahmedabad of judicial or to be specified) up to his
first written demand, without demur, without delay and without the necessity of
previous notice of judicial in administrative procedures and without the
necessity to prove to the bank. The defects or short comings or debits of the
contractor any sum within the limit of Rs. __________________.
2. We further agree that the guarantee herein contained shall remain in full force
and effect during the period that would be taken for the acceptance of tender.
However, unless a demand of claim under this guarantee is made on us in
writing on or before the _______________ (date to be specified will not be less
than 180 days from the date of opening the tender) we shall be discharged from
all liabilities under the guarantee there after.
3. We under take not to revoke the guarantee during it currently except with the
previous consent of the Executive Engineer,
______________________Division, ____________ in writing.
4. We lastly undertake not to revoke the guarantee for any charge in construction
of the tender of the bank.
Date :
Signature &Seal of guarantee
Bank address.
F- Any other equipment which is not mentioned here but which is necessary
for complying with the provision of the Contractor or as required by the
Engineer.
In the absence of any equipment per test requirements of section 900 of MOST
specification the same shall be provided by the contractor at any time as directed by
the Engineer. No extra payment shall be made to the contractor.
Signature of Applicant
1.0 INTRODUCTION
Bids from contractors for qualification are invited for a project of
Construction of Affordable Housing 546 EWS-II Unit at Bopal TP.03
FP.232 in AUDA Area.The details of contract sub-section together with its
estimated costs are given in Para 6.0 General contractors, backed-up
specialists, joint venture or consortium who wishes to bid for this
contract, should apply for qualification in the manner set out in this
document. The other tender documents will be opened subsequently
only of those parties selected by the employers, as having necessary
qualification, suitability to perform the contract satisfactorily. Tender
documents for technical bid along with "Price Bid" shall be available on line
to Contractors / Firms. Contractors Registered in Sp. Cat-I (Bldg) with
"AA" Class in Gujarat State.
Climate
(A) TEMPERATURE
The project road lies in the State of Gujarat. This state is situated in western
part of India and has semi arid climate. Refer Index. Map. Large part of the
state lies between 350 C and isotherms. May is the hottest month and January
the coldest. The isotherm generally run east west and the temperature
increase steadily as one moves southwards.
(B) RAINFALL
Gujarat receives most of its rainfall from the south-west monsoon between
June and September with maximum intensity generally in July and August.
The monsoon arrives earlier in the south and east and last longer than in the
northwest. Hence the rainfall intensity ranges from over 2400 mm in the
southwest to less than 250mm in the extreme west. Some depressions and
cyclones in the Arabian Sea which move across the coastal area sometimes
bring rains and strong winds in the months of April to June and October to
November.
The State can be divided into four different rainfall Zones:-
(i) Areas with more than 1000mm rainfall, include the district of Valsad, Navsari,
Dangs, Surat and the eastern parts of Vadodara with Rajpipla Hills.
(ii) Areas receiving rainfall between 800mm and 1000mm include Panchmahals,
Vadodara, Kheda and part of Ahmedabad,
(iii) Areas having rainfall between 400mm and 800mm include Saurashtra and
areas north of Ahmedabad.
(iv) Areas receiving less than 400mm rainfall include Kachchh Banaskantha and
Coastal Jamnagar.
Soil Characteristics
The soils of Gujarat state can be classified into Black Cotton Soils. Alluvial
Soils, Saline Alkaline Soils and Desert Soils.
a) Black Soils :- The black soils are either medium black or deep black
i) Medium Black Soil :- Medium black soils are found in Saurashtra some
parts of Sabarkantha and Panchmahal district, South west of Ahmedabad
and parts of Vadodara and Kachchh district. This soil type is not so deep.
Soil textures clay loam to cleyey.
(ii) Deep Black Soil :-
Gandhinagar the state capital is about 950 Km. from the National Capital
(New Delhi). The state is accessible by road, rail and air from the National
capital as well as from other metropolitan cities of the country. The main
arterial highway traversing through this state is NH-8 linking Delhi to Mumbai.
It enters the state from Rajasthan near Shamlaji and touches important
towns of Ahmedabad and Vadodara and enters into Maharashtra from its
southern border. The off shoots NH-8-A, 8B & 8C from NH-18 penetrate right
up to western coastline.
Ahmedabad is situated in Middle part of the Gujarat State. It can be
accessed through N.H. No. 8 from Narol Junction. Ahmedabad is also joined
with other parts of the state and country with broad gauge rail line i.e.
Executive Engineer
AUDA
Ahmedabad