Annexure 2-3

Embed Size (px)

Citation preview

  • 8/13/2019 Annexure 2-3

    1/8

    i. Record of poor performance such as abandoning the works, not properlycompleting the contract, unsatisfactory quality of work, inordinate delays in

    competition, claim and litigation history, or financial failures etc. in anydepartment of Govt. of Chhattisgarh or the state Govt.

    organization/services/corporations/local body etc.(by whatever names these are

    called) within state territory of Chhattisgarh.And/orii. Participated in the previous bidding for the same work and had quoted

    unreasonably high or low bid prices and could not furnish rational justification for

    it to the Chief Project Engineer.

    ANNEXURE-1

    5

    Qualification Information

    1.1 Constitution or legal

    status of Bidder [attach

    copy]

    Place of Registration of

    Firm/Company (in case

    of other than individuals)

    Principal place ofbusiness

    Name of power of

    attorney holder of

    signatory of Bid (bidder)[attach copy]

    1.2 Total annual volume of

    civil engineering

    construction workexecuted and payments

    received each year in theimmediate five years inwhich tenders are invited.

    (Attach certificate from

    Chartered Accountant)-indexed @ 10% (tenpercent) compounded per

    year.

    Financial

    year(Rs. in Crores)

    Civil Engineering

    construction work

    Turn over in the year

    Add for

    indexing

    Total

    1.1 Preparatory firm, partnership firm with the certificate of registration byregister/article and Memorandum of Association with Certificate of Incorporation.

    1.2 Note:-Mention and Highlights the years, which the tenderer considers forevaluation for the committee.

  • 8/13/2019 Annexure 2-3

    2/8

    ANNEXURE-5

    Availability of Major items of Contractors Equipment proposed for carrying out

    the works. List all information requested below.

    Item ofEquipment Totalnumber

    available

    Description,make, and

    age (Years),and capacity

    Condition(new, good,

    poor) andnumber

    available

    Nos.(i)Owned,

    (ii)Leased,or (iii)to be

    purchased

    If these arein use in

    some work,mention the

    details.

    No. ofequipments

    proposed tobe utilised in

    this work(out of total

    Nos.)

    1 2 3 4 5 6 7

    ANNEXURE-6

    Qualifications of consultants / each technical personnel proposed for the contract.

    Position Name Qualifi

    cation

    Date from

    which theyare working

    in thebidders

    organisation

    Years of Experience Remark

    Roadworks

    Buildingworks

    Bridgeworks

    Others

    1 2 3 4 5(a) 5(b) 5(c) 5(d) 6

    Note:- 1. If any personal is proposed to be engaged, furnish details here under:- (if

    necessary use separate sheet for eachfor C.V.)(Enclose Certificates)

    2. If any technical persons are to be changed during the construction periods,Then it can be changed with the prior intimation to the Engineer in charge.

  • 8/13/2019 Annexure 2-3

    3/8

    ANNEXURE-7

    Financial reports for the immediate previous five years: balance sheets, profit and

    loss statements, audited auditors reports, etc., below and attach copies.

    Year Income taxclearance

    certificate(optional)

    Balancesheet Profit &Loss

    Statement

    Reservebrought

    forward in any

    Net creditBalance if

    any [for debitshow

    (-)]

    AuditorsReport Otherinformation

    if thebidder

    wished to

    submit

    1 2 3 4 5 6 7 8

    ANNEXURE-8

    Information on current claims, arbitration, litigation in which the Bidder in

    involved

    Sl. No. Name of

    Other

    Party(s)

    Agt No.

    date year

    and Deptt.

    Brief of cause of

    claims,

    arbitration/dispute

    (give reference ofcontract details)

    Where Litigation

    pending (in the

    department/court/arb

    itration) (mentionDeptt./court/Arbitrat

    ion)

    Amount

    involved/

    claimed

    1 2 3 4 5 6

    Can use separate sheets for each agreements if necessary

  • 8/13/2019 Annexure 2-3

    4/8

    ANNEXURE-9

    List of key plant & equipment to be deployed on Contract Work (Building/Bridge)

    to be filled by the Chief Project Engineer as per their requirements

    Sl Type of Equipment Maximumage as on

    1.10.05(years)

    Contract Package SizeFrom Rs.

    3 Crores

    to Rs. 10Crores

    From Rs.

    10 Crores

    to Rs. 30Crores

    From

    Rs. 30

    Croresto Rs. 50

    Crores

    From

    Rs. 51

    Crores&

    above

    1 2 3 4 5 6 7

    Total

  • 8/13/2019 Annexure 2-3

    5/8

    ANNEXURE-10

    List of key plant & equipment to be deployed on Contract Work (Building/Bridge)

    to be filled by the Chief Project Engineer as per their requirements

    Sl Type of Equipment Maximumage as on

    1.10.05(years)

    Contract Package SizeFrom Rs.

    3 Crores

    to Rs. 10Crores

    From Rs.

    11 Crores

    to Rs. 30Crores

    From

    Rs. 31

    Croresto Rs. 50

    Crores

    From

    Rs. 51

    Crores&

    above

    1 2 3 4 5 6 7

    1 Motor Grader

    2 Dozer

    3 Front end Loader

    4 Smooth Wheel Roller

    5 Vibratory Roller

    6 Hot Mix Plant with Electroniccontrols (Minimum 60/90 TPH

    Capacity)

    7 Paver finisher with Electronic

    Sensor

    8 Water Tanker

    9 Bitumen Sprayer

    10 Tandem Roller

    11 Contrete Mixer with Itegral Weigh

    Batching Facility

    12 Concrete Batching and Mixing

    Plant (Minimum Capacity

    15m3/hour)

    13 W.M.M. Plant

    Total

    Contractor shall submit the certificate of qwnership of plants and machineries as shown

    above duly certified by Executive Engineer or Equivalent Officer (Certificate should notbe older than 24 months) alng with th EMD envelope, other wise tender will be

    disqualified while opening.

  • 8/13/2019 Annexure 2-3

    6/8

    ANNEXURE-11

    List of Technical person to be deployed on Contract Work

    Sl Personnel Qualification Contract Package Size

    From Rs.3 Crores

    to Rs. 10

    Crores

    From Rs.11 Crores

    to Rs. 30

    Crores

    FromRs. 31

    Crores

    to Rs. 50Crores

    FromRs. 51

    Crores

    &above

    1 2 3 4 5 6 7

    1 Project manager B.E. Civil + 15 yearsExp. (5years as manager)

    2 Site Manager B.E. Civil + 10 years

    Exp. (5years as roadsconstruction)

    3 Plant Manager B.E. Mech + 10 yearsExp. Or Dip. Mech +

    15years Exp.

    4 Quantity Surveyor B.E. Civil + 7 years

    Exp. Or Dip Civil +10years Exp.

    5 Soil & MaterialEngineer

    B.E. Civil+10years Exp.

    6 Survey Engineer B.E. Civil+5years Exp.Or Dip. Civil+8years

    Exp.

    Total

    Note:- The list of the Technical persons as mentioned above are tentative. S.E. of the

    circle can modified the above list of the Technical persons as per their requirements.

  • 8/13/2019 Annexure 2-3

    7/8

    ANNEXURE-12

    CONTRACT PERSONS

    Sl. No. Name of Executive

    Engineer of theDivision

    Divisional STD Code Phone No.

    Office/residence

    Name of

    District

    1 2 3 4 5 6

  • 8/13/2019 Annexure 2-3

    8/8

    Affidavit

    I SMT NAEEM BEGAM W/O MOHD KASIM Aged55Years KAILASH NAGAR

    DANTEWADA For and on behalf self, do here by and herewith solemnly affirm/state on

    oath that :-

    1. All documents and informations furnished are correct in all respects tothe best of my knowledge and belief

    2. I have not suppressed or omitted any information as is required.3. I hereby authorize th C.G. Police Housing Cooperation Officials to get all

    the documents verified from appropriate source(s).

    Deponent

    (Naseem Begam.)Authorized signatory/

    Verification

    I SMT NAEEM BEGAM W/O MOHD KASIM do here by affirm that the

    contents stated in Para 1 to 3 above are true to the best of my knowledge and believe and

    are based on my / our record.

    Verified that this. Date of 200 at(Place).

    Seal of attestation by public Deponent

    Notary with date (Naseem Begam)Authorized signature/