You are on page 1of 41

1

Technical Proposal
Technical Proposal Forms

- Site Organization

- Method Statement

- Mobilization Schedule

- Construction Schedule

- Environmental, Social, Health and Safety Management (ESHS)


Strategies and Implementation Plans

- Code of Conduct: Environmental, Social, Health and Safety (ESHS)

- Personnel

- Equipment

- Bidder‟s Qualification

- Labour Influx Management Plan

- Form of Bid Security - Bank Guarantee


2

Appendix to Technical Part Technical


Proposal – Site Organization

Organization information]

Chief Executive
Officer

Project Manager

Assistant Site Quality Environmental Social Expert Chief


Project Manger Control Health & Safety Accountant
Engineer Engineer

Construction Construction Assistant


Engineer Engineer Accountant

Supervisor Supervisor

Surveyor Surveyor
3

Appendix to Technical Part


Technical Proposal – Method Statement
GENERAL METHOD STATEMENT
4

Appendix to Technical Part Technical Proposal –Mobilization


Schedule
Scope of Work
The construction of irrigation system shall include three main components. The main intake
and inlet structures that connect to the intake mount, a Reinforce Concrete (RC) canal with
a total length and outlet structure at the end of the canal. Detail construction pro- cedure are
as following:

1.1. Mobilization of Construction Machines and Staffs:

After receiving “Notification to Commence” from the client, no later than 8 working days,
the Contractor shall mobilize construction machines to the construction site. Before mobili-
zation, the Contractor will coordinate with the client to get confirm from the client on site
accessibility and ensure that all necessary facilities are arranges by the client for machine
mobilization such as river crossing, guardians to keep safety for mobilization of machine at
the river bank. Upon arrival and complete of construction machines mobilization, the Con-
tractor shall immediately issue a Notice of Arrival of construction machines. (Mobilized ma-
chines will be inspected and justified before consequence step be executed.

The contractor will use the existing sub-camp and following temporary facilities at the
work site:
1) S leeping house for 30 people
2) 2 u n i t s t o i l e t
3) K i t c h e n
5) 5 m3 capacity fuel storage
6) Waste bins
7) 1 5 m 3 Waste water Pond
8) Parking area
9) Electricity generator hut
10) Fence

1.2. Site Clearing:

The Total Station surveying equipment will be used for the setting out of clearing alignment and
position (Alignment coordinates are shown in appendix 1). The site clearing by excavator shall
be performed within 5 meters along both sides of the canal from ST 0+100 – ST 1+600. Cleared
vegetation (mainly bamboo) shall be removed to an area proposed as spoil disposal. No burning
is required because all dry bamboo shall be placed around the spoil disposal area to protect
some spoil from erosion.

1.3. Cutting & Excavation.

Soil excavation shall be following the construction specification. Topsoil with 20cm average
thickness shall be removed and stockpiled along the canal alignment to be completely reused
as part of backfilling work at final stage. Suitable spoil from cutting and excavation shall be
stockpiled along the canal alignment to be reused as embankment filling work. Detailed proce-
dures shall be implemented:

- Formation shall be executed at the excavated embankment position.


- The excavation for intake; inlet and outlet structure shall be according to the ele-
vation and geometrical dimensions according to the design and specification be-
fore next step is done.
5

- Canal excavation shall be done by using excavator in combination with dump


truck overhauling of the excavated materials. The excavated soil shall be hauled
to the disposal area.

- At the excavated embankment locations, before the construction of concrete


work, the Contractor shall measure, get minor excavation for structure done by
man and thoroughly clean the trench by compression air and clean water.

- Suitable soil excavation shall be used as fill material for canal embankment; top
soil shall be removed and separated from embankment materials (As design) by
excavator.

- After removal of unsuitable soil layer, cleaning the surface, check elevation prior
to filling the soil for embankment. Use tractor to spread the fill soil over the em-
bankment area to a maximum 200mm thickness. The layer shall be compacted
properly to specified density.

- During the construction, if any soft soil area is not shown in the design and it’s
treatment method is not defined. The Contractor shall immediately prepare a re-
port to submit the client’s engineer for the common settlement of the purpose of
works quality control.

- Construction of embankment at locations including both excavation and fill: con-


struction is mainly done by excavator. Firstly, we shall execute construction of
the half excavated and followed by the half-filled. Excavation materials shall be
put onto trucks hauled to disposal area.

- Quantity of canal construction mainly composed the excavation of soil, rock, or-
ganic matters. The Contractor shall choose an option applying suitable equip-
ment for the executing the works. The manpower shall be combined for finishing
works with minor quantity.

- Excavator of high capacity shall be used to excavate in layers and put the exca-
vated material onto dump trucks for hauling to the disposal area at the same
time.

- Unsuitable soil as indicated in table 1 will be excavated onto dump trucks for
hauling to spoil disposal area near the road to landfill

1.4. Spoil Disposal

Only about 2, 000 m3 of waste rock and unsuitable spoil from cutting and excavation work of as
shown in table 1 shall be removed to a spoil disposal with an area of 50m by 50m as indicated
in figure 2. Detail management measures for spoil disposal are shown in SP10-Spoil Disposal.

1.5. Concrete Work


Preparation
6

1. Pre pour checks and check sheet (QA system) must be completed prior to the pour,
check line and level, check the steel reinforcement against the agreement issued
drawings.
2. When all formwork has been checked and that support props are correctly installed,
check built and items (for example box-out) then signed any relevant QA document
giving permission to pour, not after the pour.
3. Verify that the calculated M25 and correct concrete grade, the slump has been per-
formed.
4. Ensure that the correct method of discharging the concrete has been confirmed
(pump ordered if required).
5. Check that the concrete delivery vehicles have suitable access and that a banksman
will be available during the pour.
6. Check that all persons that will be involved in the work have full personal protective
Equipment, this should include wellington boots, eye protection, hi-vis vests, gloves
and hard hat.

During the Pour

1. Surveying instrument and level must be setup during the pour, checks are to be
made to ensure that the formwork is not moving, or if a problem occurs, adjustment
can be carried out.
2. It is vital that fillets are checked to ensure a uniform level on structures.
3. Slump tests are an important check, ensure that this is done.
4. Cubes are to be taken at the correct intervals, and made correctly, to ensure that
cubes are numbered correctly with the pour location and reference number and that
they are store properly prior to collection by the testing company.

After the Pour

1. The structure should be checked after the pour, verification of the line and level, and
checking walls are plumb.
2. Its good practice to store the coordinates and heights when doing the post pour
check to verify position and height against the design, and in addition the as built da-
ta will be available (a QA form for post pour check should be available).
3. Any deviations must be recorded and should be reported as a non-conformance.

Curing of Concrete

1. After the initial set of the concrete and when the concrete hard enough to not be
damaged by such an action, the exposed concrete surface shall be covered with
drenched hessian sacks. These sacks shall be left in position and maintains in a
soaked condition for seven days. For formed surfaces the curing shall be applied as
described above after the formwork has been removed, or a curing compound shall
be applied.
2. Laitance may be removed once the concrete is hard by light chipping wire brushing.
3. Preparation of construction joints shall be done by mechanical chipping taking care
not to dislodge the coarse aggregates. This is to be done at least 24 hours after the
completion of placing or a concrete surface retarder may be use.
4. Concrete have to be cured by sweet water as instruction by client/consultant all the
surface of foundation will be covered by wet sacks cloth to maintain this.
Construction Joints

Construction joints shall be in the locations as indicated in the drawings, or as sub-


mitted in a proposal and always at right angles to the structural member’s axis.
7

Form Works

All materials used for form-works should be cleaned, strong and clear from
any deflection.
Install form-works to its dimension correctly and ensure that alignment and
level of form-works are within the tolerances.
The shutters will be side supported by steel bar to maintain the proper
alignment to the forms.
Level guide shall be installed for the level maintenance of concrete.
Construction of Concrete Box by cast in Place Method
- At locations passing the culvert flow, the Contractor will relocate the flow or place
temporary culvert to ensure smooth flow.

- Box culvert is constructed by cast-in-place.


- Define location, centerline of box culvert, install traffic safety devices.
- The Contractor will construct each half of culvert. If it is in convenient condition,
the Contractor will construct the whole length of the box culvert.

- Excavated foundation hole by equipment in combination with manual.


- The excavated materials are transported by dump-truck to the specified disposal
area approved by the Engineer.

- Shape foundation hole to the design dimension and elevation, if water is occurred
at bottom it shall be dried out.

- Determine location of Canal to be built.


- Install sign board to ensure traffic safety.
- Structure excavation for Canal and re-compact for the base.
- Install formwork, fabricate reinforcement of bottom.
- Place concrete for bottom.
- Install formwork, fabricate reinforcement for wall of canal and structures.
- Place concrete for wall and structure.
- Removal of formworks and curing.
- For the concrete mixing test and quality control pursuant to Division 8 concrete
works of technical specification.

Install Reinforcement:

- Reinforcement is transported to the site and stockpiled at the specified area.


- Invite the Engineer to inspect reinforcement prior to installation.
- Use labor to fabricate and install reinforcement in accordance with design docu-
ment. Other relevant requirements are complied with the specification.

- Install form work and reinforcement for bottom slab.


8

- Pour concrete for bottom slab and make roughness for surface where joint with web
concrete.

- Install from work and fabricate reinforcement for body and top slab and box cul- vert.

- Pour concrete for body and top slab of box culvert.


- When concrete mixture reached to the required strength and approved by the
Engineer, the Contractor will backfill 2 slots of box culvert by suitable material to the
bottom level of wearing course. The thickness of each fill layer is 15cm, first- ly use
hand tamper, then used light compactor to compact.

- Build headwall, wing wall.


- Finish a half of culvert and then move the remaining half.
- Construction of remaining half it executed as similar to the previous half.

1.8. Backfill Work

Backfill materials
Structural backfilling materials shall be free from vegetable matter and other dele-
terious substance.

Materials excavated and stocked in the stockyard may be used for backfilling with
suitable gradation of the materials and shall be approved by the Owner’s authori- ty
in advance.

Compaction Work

- Finishing embankment and slope: Embankment slope will be trimmed and


shaped to the required slope and density by suitable tool. The surface of fill em-
bankment slope shall be smooth, free from crack meeting the requirements
shown on drawings or as instructed by the Engineer.

- Inspection and acceptance work will be executed following the sequence.


- Inspect elevator of fill embankment by level machine.
- Inspect geometrical dimension by steel tape.
- Inspect smoothness by 3m straight edge.
- Inspect density on site.

- Prior to construction on the large scale, the Contractor will perform a trail section with
the length of approximately 100m. The result of trail section to be submitted to the
Engineer are included:

- Construction equipment.
- Design of rolling diagram, rolling sequence: Rolling speed of various stages,
number of passes on one point with the moisture for trail section.

- Test result of density attained with the designed rolling diagram for material used.
- The parameters attained from the trial section, if satisfied the requirement, will be
applied to construct on a large scale on site.
9

2. Reference document

1) Work Schedule
2) Payment schedule
3) Scope of work
4) Work specification
4) Code of practice

3. Materials
The works assigned under the contract require material supply and storage, machines, equip-
ment and manpower for executing all works.

4. Equipment and Manpower


4.1 Equipment and Tools
Equipment and tools needed for performing works assigned are listed below:

Table 2: Equipment and Tools

Item Equipment name Unit Quantity Transport


No Equipment
I Major Equipment
1 Excavator Unit 11 Itself
2 Tractor Unit 1 Itself
3 Dump truck Unit 1
15 Itself
4 Spreading Equipment Unit 4 Itself
5 Greader Unit 3 Itself
6 Concrete Mixer truck Unit 1 Itself
7 Water Sprinklers Unit 8 Itself
8 Dewatering Pump Set Nos. 5 Itself
II Survey Instrument/Testing and Other
1 Total station Nos 1 Itself
2 Communication device Nos 2 Itself
3 GPS Device Nos 1 Itself
4 Slump test Nos 1 Itself
5 Mold for concrete test nos 9 Itself
6 Diesel Generator Set nos 5 Itself
7 Water pump generator nos 2 Itself
8 Bar bending machine nos 1 Itself
9 Air compressor nos 2 Itself
10

4.2 Nominated Sub-contractor and Manpower

……………………………….. is the nominated subcontractor who meets Irrigation


department’s requirements in following items as listed below:

1. Technical competence
2. Financially stable
3. Administrative competence
4. Past project experience with good references
5. Ability to meet schedule
6. Quality and skill of work
7. Capacity (equipment, staffs, workers) and organization
8. Ability to meet safety and environmental and social requirements
Manpower distribution is shown in table 3 below
Manpower Distribution
No Description Q’ty Remark
1 Site Manager/Engineer 1 Base on site
2 Foreman 2 Base on site
3 Store Keeper 1 Base on site
4 Environment Correspondent 1 Base on site
6 Excavator Operator 4 Base on site
7 Tractor Operator 1 Base on site
8 Roller Vibrator Operator 1 Base on site
9 Dump Truck Operator 4 Base on site
10 Crane Truck Operator 1 Base on site
11 Driver 1 Base on site
12 Mechanic 1 Base on site
13 Bar Bender 2 Base on site
14 Skilled Labor 6 Base on site
15 Daily Labor 25 Stay at their village
16 Guard 1 Base on site
17 House maid 2 Base on site
Total 56 30 Manpower will stay
on SSBC camp site

6. Safety and security program

Health and Safety poster and/or instructions will be made available and be vis-
ible at construction site;
First aid facilities will be provided and appropriate located at the construction
site;
Ambulance will be contacted in case of accident or health emergency;
Safe water will be provided for personnel use at construction site;
Fire-fighting equipment will be provided;
Provide safety equipment such as safety boots, helmets, gloves, protective
clothes, mask, goggles, etc. must be worn as required by work.
In case of identifying dangerous or potentially dangerous arising or occurring
during the performance of the work, the work will be immediately suspended
and will be reported to the employer’s representative;
11

24 hours/7 days’ security will be provided for the construction site.

7. Quality Assurance Program


All personnel executing the work will be instructed to strictly follow the work procedure,
drawings and specification set forth in the contract and scope of work;
Site manager will closely monitor every step of work execution to ensure good workman-
ship and work quality;

Any doubt arises relating to method, drawings or work procedure, the contractor will imme-
diately contact to employer representative or engineer to clarify the doubt to void potential
mistake of the work;
Quality of the work and workmanship of each step of the work executed will be checked by
contractor’s site engineer, employer’s engineer and the client’s inspection committee to en-
sure correct quality;

When there is defection of quality of work or workmanship, the root cause will be investi-
gated and appropriate corrective measure will be applied.
12

Appendix to Technical Part Technical


Proposal – Construction Schedule

Construction Works Schdule for Tener No. 01/SE/2019-20/ Lot No. 02

Name of Work : Rehablitaion & Modernizationof west Allahabad Branch Canal From KM 156.969 To 274.200

Month -11

Month -14
Month-10

Month-12
Month-13
Month -2

Month -5

Month -8
Month-1

Month-3
Month-4

Month-6
Month-7

Month-9
S.
No Qua
. Item Description ntity Unit
Earth work in bed,side Slope ,berm 1353
1 m3
up to design Canal section 790
Dismentaling of brickwork or stone
2 2010 m3
work and cement concrete
Excavation in foundation in ordinary
3 7030 m3
soil,clay and loam
4 Earthwork in cutting in ordinary soil 2820 m3
Hiring 5 HP Diesel pump including
5 1060 Hr.
operator & P.OL.
6 PCC 1:3:6 below foundation 770 m3
PCC work up to grade not less than
7 1490 m3
M-15
RCC works with cement approved
8 140 m3
coure M-20
RCC Work grade of concrete not less
9 2960 m3
than m-25
RCC works with M30 grade concrete
10 3 me
as per Morth specification
11 RCC work with M-35 grade concrete 1370 m3
S/Placing reinforcement complete
12 330 MT
with all
Centering & Shuttering of RCC Work 2328
13 m2
in bridges 0
14 Class 150 brickwork 1:4 260 m3
Providing weep Holes in Brick Nos
15 290
Masonary .
P/F in position 20 mm
16 400 RM
thickpremoulded joint filler
17 Supply and laying one layer of tarfelt. 640 m2
S/F galvanized mild steel tube 100
18 270 RM
mm dia
1100
19 20 mm thick cement plaster in 1:2 m2
0
Finishing wall with white cement 1060
20 m2
waterproofing paint 0
Suppying and laying inverted filter
21 21 m3
below boulder apron
Filling with local sand between CC
22 3 m3
block
23 Providing & laying Boulder apron 1740 m3
65 mm thick wearing coat with M-30
24 1350 m2
Grade concrete
Greasing ,Oiling of lifting mechanism
25 49 Job
of gates a) For gate span up to 8.00 m
Construction of RCC Railing of m-30
26 290 RM
Grade in situ
Removal/Dismantling of existing
27 59 Job
hydro mechanical gates
13

Design,Drawing,fabrication,supply,an
28 d testing of vertical lift sliding type 26 MT
gate
29 Hoist with hoist capacity 89 MT
30 Support steel structure 67 MT
Suppling & Fixing of NP-2 hume pipe
31 270 RM
75 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
32 85
Collar 75 mm dia h
Suppling & Fixing of NP-2 hume pipe
33 525 RM
100 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
34 168
Collar 100 mm dia h
Suppling & Fixing of NP-2 hume pipe
35 360 RM
125 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
36 115
Collar 125 mm dia h
Suppling & Fixing of NP-2 hume pipe
37 300 RM
150 mm dia
Suppling & Fixing of NP-2 hume pipe Eac
38 100
Collar 150 mm dia h
Providing and laying jointing non
39 85 RM
pressure NP-3 RCC Socket
40 All additional items of work 1 Job
14

Appendix to Technical Part


Forms for Personnel

Form PER – 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification
Criteria). The data on their experience should be supplied using the Form below for each
candidate.

S. Position Nam Qualificatio Years of Years of Experience in proposed


No e n Experienc position
. e
Canal Earthwork Others Tota
Earthwor in * l
k Embankmen
t
1

(* Modify this as appropriate to suit the works for which bids are invited).
# As listed in Section III
15

Appendix to Technical Part


Form PER – 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be
used for evaluation.

Position*

Personnel Name * Date of birth


information
Professional qualifications

Present Name of Employer


employment
Address of Employer

Telephone Contact (manager / personnel


officer)
Fax E-mail

Job title Years with present Employer

Summarize professional experience in reverse chronological order. Indicate particular technical


and managerial experience relevant to the project.
From* To* Company, Project , Position, and Relevant Technical and Management
Experience*
16

Declaration

I, the undersigned Key Personnel, certify that to the best of my knowledge and belief, the
information contained in this Form PER-2 correctly describes myself, my qualifications and my
experience.

I confirm that I am available as certified in the following table and throughout the expected
time schedule for this position as provided in the Bid:

Commitment Details

Commitment to duration of [insert period (start and end dates) for which this Key Personnel is available to
contract: work on this contract]

Time commitment: [insert the number of days/week/months/ that this Key Personnel will be
engaged]

I understand that any misrepresentation or omission in this Form may:

(a) be taken into consideration during Bid evaluation;


(b) my disqualification from participating in the Bid;
(c) my dismissal from the contract.

Name of Key Personnel: [insert name]

Signature:

Date: (day month year):

Countersignature of authorized representative of the Bidder:

Signature:

Date: (day month year):


17

Appendix to Technical Part


Form for Equipment
The bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section III (Evaluation
and Qualification Criteria). The Bidder shall provide all the information requested below.

S. Item of Description Make Capacity Age Condi No. available Owned Leased Purchased
No Equipm (years) tion and present
. ent location
18

Appendix to Technical Part


Bidder‟s Qualification
To establish its qualifications to perform the contract in accordance with Section III
(Evaluation and Qualification Criteria) the Bidder shall provide the information requested in
the corresponding Information Sheets included hereunder
19

Appendix to Technical Part


Form-ELI -1.1: Bidder Information Form
Date: [insert day, month, year]
NCB No. and title: [insert NCB number and title]
Page [insert page number] of [insert total number] pages

1.1 Bidder Information

Bidder‟s legal name

In case of JV, legal name


of each member

Bidder‟s country of
constitution

Bidder‟s year of
constitution

Bidder‟s legal address in


country of constitution

Bidder‟s authorized
representative

(name, address, telephone


numbers, fax numbers, e-
mail address)
Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal


entity names above, in accordance with ITB 4.1 and 4.3.
2. Authorization to represent the firm or JV named in above, in accordance with
ITB 20.2.
3. In case of JV, letter of intent to form JV or JV agreement: in accordance with
ITB 4.1.2read with BDS
4. In case of government-owned entity, documents establishing legal and
financial authority and compliance with the principles of commercial law in
accordance with ITB 4.5 read with Sub-clause 2.1.4 of Qualification Criteria.
5. Included are the organizational chart, a list of Board of Directors, and the
beneficial ownership.
20

Appendix to Technical Part


Form-ELI -1.2: JV Information Form
(Where permitted as per BDS ITB 4.1)
Each member of a JV must fill in this form
Date: [insert day, month, year]
NCB No. and title: [insert NCB number and title]
Page [insert page number] of [insert total number] pages

JV/Specialist Subcontractor Information

Bidder‟s legal name

JV Member‟s or
Subcontractor‟s legal name

JV Member‟s or
Subcontractor‟s country of
constitution

JV Member‟s or
Subcontractor‟s year of
constitution

JV Member‟s or
Subcontractor‟s legal address
in country of constitution

JV Member‟s or
Subcontractor‟s authorized
representative information
(name, address, telephone
numbers, fax numbers, e-mail
address)

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1
read with BDS.
2. Authorization to represent the firm names above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial autonomy and
compliance with commercial law, in accordance with ITB Sub-Clause 4.5 read with Sub-Clause 2.1.4
of Qualification Criteria.
4. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
21

Appendix to Technical Part


DETAILS OF PARTICIPATION IN THE JOINT VENTURE

PARTICIPATION FIRM „A‟ FIRM „B‟ FIRM „C‟


DETAILS (Lead Member)

Financial

Name of the Banker(s)

Planning

Construction Equipment

Key Personnel

Execution of Work (Give


details on proposed
contribution of each)

The Joint Venture should indicate the details of participation as above.


22

Appendix to Technical Part


Form CON – 2
Historical Contract Non-Performance, Pending Litigation and
Litigation History
[The following table shall be filled in for the Bidderand for each member of a Joint Venture]

Bidder‟s Name: [insert full name]Date: [insert day, month, year]


Joint Venture Party Name:[insertfull name]
NCB No. and title: [insert NCB number and title]
Page [insert page number] of [insert total number] pages

Non-Performed Contracts in accordance with Section III, Qualification Criteria and


Requirements
 Contract non-performance did not occur during the (number) years specified in Section III,
Qualification Criteria and Requirements, Sub-Factor 2.2.1.
 Contract(s) not performed during the (number)of years specified in Section III, Qualification
Criteria and Requirements, requirement 2.2.1
Year Non- Contract Identification Total Contract
performed Amount (in
portion of Indian Rupees)
contract
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Qualification Criteria and Requirements
 No pending litigation
Sub-Factor2.2.3.
 Pending litigation in accordance with Section III, Qualification Criteria and Requirements, Sub-
Factor2.2.3as indicated below.
23

Year of Amount in dispute Contract Identification Total Contract


dispute (Rupees) Amount
(Rupees)
[insert [insert amount] Contract Identification: [indicate [insert amount]
year] complete contract name, number, and
any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main issues
in dispute]
Party who initiated the dispute:
[indicate “Employer” or
“Contractor”]

Status of dispute: [Indicate if it is being


treated by the Adjudicator, under
Arbitration or being dealt with by the
Judiciary]
Litigation History in accordance with Section III, Evaluation and Qualification Criteria
No litigation history in accordance with Section III, Qualification Criteria and
Requirements, Sub-Factor 2.2.4.
Litigation history in accordance with Section III, Qualification Criteria and Requirements,
Sub-Factor2.2.4 as indicated below.
Year of Outcome as Contract Identification Total Contract
award percentage of Net Amount
Worth (Rupees)
[insert [insert Contract Identification: [indicate [insert amount]
year] percentage] complete contract name, number, and
any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main issues
in dispute]
Party who initiated the dispute:
[indicate “Employer” or
“Contractor”]

Reason(s) for Litigation and award


decision [indicate main reason(s)]

Status of dispute: [Indicate if it is being


treated by the Adjudicator, under
Arbitration or being dealt with by the
Judiciary]
24

Appendix to Technical Part

Form CON – 3:
Environmental, Social, Health and Safety Performance
Declaration
[The following table shall be filled in for the Bidder, each member of a Joint Venture and each
Specialized Subcontractor]

Bidder‟s Name: ……………...


Date: -------------------------------
Joint Venture Member‟s or Specialized Subcontractor‟s Name: --------------------
NCBNo. and title: …………………..
Page ------------------of -------------------pages

Environmental, Social, Health, and Safety Performance Declaration


in accordance with Section III, Qualification Criteria, and Requirements
 No suspension or te
contract and/or called the performance security for a contract for reasons related to
Environmental, Social, Health, or Safety (ESHS) performance since the date specified in
Section III, Qualification Criteria, and Requirements, Sub-Factor 2.2.5.
 Declaration of suspension or termination of contract: The following contract(s) has/have
been suspended or terminated and/or Performance Security called by an employer(s) for reasons
related to Environmental, Social, Health, or Safety (ESHS) performance since the date
specified in Section III, Qualification Criteria, and Requirements, Sub-Factor 2.2.5. Details are
described below:

Year Suspended or Contract Identification Total Contract


terminated Amount (Rs.)
portion of
contract
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate
main reason(s) e.g. for GBV/ SEA breaches]
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for suspension or termination: [indicate
25

main reason(s)]
… … [list all applicable contracts] …
Performance Security called by an employer(s) for reasons related to ESHS performance
Year Contract Identification Total Contract
Amount (Rs.)

[insert Contract Identification: [indicate complete contract name/ number, and [insert amount]
year] any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for calling of performance security: [indicate main reason(s)
e.g. for GBV/ SEA breaches]
26

Appendix to Technical Part


Financial Situation
FORMAT 3.1 Historical Financial Performances
Bidder‟s Legal Name: Date:
JVMember Legal Name: Bidding No.:
Page of _ pages

To be completed by the Bidder andby each member of a Joint Venture


SUMMARY OF FINANCIAL STATEMENTS
Name of bidder/JV Member:
(Equivalent Rs. Million)
S.No. Financial Information in Actuals for Previous five years excluding Ref. of
Rupee equivalent with the current financial year Page
exchange rate at the end of Nos. of
concerned year Balance
Sheets
(1) (2) (3) (4) (5) (6) (7) (8)
1. Total Assets
2. Total Turnover
3. Current Assets
4. Current Assets + Loan &
Advances
5. Total Liabilities
6. Current Liabilities
7. Current liabilities &
provision
8. Profit before Interest and
Tax
9. Profit before Tax
10. Profit after Tax
11. Shareholder‟s Funds (Net
Worth)=(Paid up equity
+Reserves)-(revaluation
reserves + Miscellaneous
expenditure not written off)
Depreciation
12. Current Ration (2)/(5)
13. Net cash accruals= Profit
14. after Tax + depreciation

This information should be extracted from the Annual Financial Statements/ Balance sheets, which should be
enclosed. Year 1 will be the latest year for which audited financial statements are available. Year 2 shall be the
year immediately preceding year 1 and year 3 shall be the year immediately preceding Year 2.
27

2. Financial documents

The Bidder and its parties shall provide copies of the balance sheets and/or financial statements for
[number] years pursuant Section III, Qualifications Criteria and Requirements, Sub-factor 2.3.1.
The financial statements shall:

(a) reflect the financial situation of the Bidder or member to a JV, and not sister or parent
companies.

1. (b) be audited by a certified Chartered Accountant.

2. (c) be complete, including all notes to the financial statements.

(d) Correspond to accounting periods already completed and audited (no statements for
partial periods shall be requested or accepted).

Attached are copies of financial statements (balance sheets, including all related notes, and
income statements) for the [number] years required above; and complying with the
requirements (If the most recent set of financial statements is for a period earlier than 12
months from the date of bid, the reason for this should be justified)

Attached is a copy of certificate given from the commercial bank assuring cash flow
(working capital for contraction) in the format attached.
28

Appendix to Technical Part


FORM FIN – 3.1(A)
FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CASH FLOW
[To be given from a Nationalized or Scheduled Bank in India-No substitute other than this
will be acceptable)]

Clause 2.3.1(b) of Section II – Qualification Criteria

(1) AVAILABILITY OF CASH FLOW (WORKING CAPITAL)

This is to certify that M/s. is a reputed company with a


good financial standing.

If the contract for the works, namely


[funded by the World Bank] is awarded to the above firm, we shall be able to provide
overdraft/credit facilities to the extent of Rs. to meet their capital requirements for
executing the above contract.

-- Sd. --

Name of Bank Manager

Senior Bank Manager

Address of the Bank

* Change the text as follows for Joint venture:

This is to certify that M/s. ………………………………. who has formed a JV with M/s.
………………………….. and M/s. …………………………….. for participating in this bid, is a
reputed company with a good financial standing.

If the contract for the work, namely …………………………………………………………. [funded


by the World Bank] is awarded to the above Joint Venture, we shall be able to provide
overdraft/credit facilities to the extent of Rs. …………… to meet the working capital
requirements for executing the above contract.

[This should be given by the JV members in proportion to their financial participation.]


29

Appendix to Technical Part

Form FIN - 3.2

Annual Construction Turnover


[The following table shall be filled in for the Bidder and for each member of a Joint Venture]

Bidder's/Joint Venture Member's Legal Name: [insert full name]


Date: [insert day, month, year]
JV Party Legal Name: [insert full name]
NCB No. and title: [insert NCB number and title]
Page [insert page number]of[insert total number]pages

Annual turnover data (construction only)*


Year Amount in Rupees
[indicate year] [insert amount]

* Annual construction turnover calculated as total certified payments received for work in
progress or completed, for 5 years. Specified in Section III, Qualification Criteria and
Requirements, Sub-Factor 2.3.2. This should be certified by a Chartered Accountant.
30

Page …of…..Pages
Appendix to Technical Part

JOINT VENTURE
Names of all members of a joint venture

1. Member in charge

2. Member

3. Member

Total value of annual construction turnover, in terms of work billed to clients, in


Rupees
Annual Turnover Data (construction only; in Rupees *)

Member Form 2 Year 1 Year 2 Year 3 Year 4 Year 5 Average


page no.

1.
Member
in charge

2.
Member

3.
Member

TOTALS

* To be certified by a chartered accountant

1. Name and address of Bankers to the Joint Venture

Provide details regarding financial responsibility and participation (percentage share in the total) of each firm in
the Joint Venture. Attach a Memorandum of Understanding for the Proposed Agreement of joint Venture which
should lay down responsibility regarding work and financial arrangements in respect of each of the firm in the
Joint Venture (Refer also ITB Clause 4.1).
31

Appendix to Technical Part

Form EXP - 4.1


General Construction Experience

[The following table shall be filled in for the Bidder and for each member of a Joint Venture]

Bidder's/Joint Venture Member's Legal Name: [insert full name]


Date: [insert day, month, year]
JV Party Legal Name: [insert full name]
NCB No. and title: [insert NCB number]
Page [insert page number]of[insert total number]pages

[Identify contracts that demonstrate continuous construction work over the past [5] years
pursuant to Section III, Qualification Criteria and Requirements, Sub-Factor 2.4.1.List
contracts chronologically, according to their commencement (starting) dates.]

Starting Ending Contract Identification Role of


Month / Month / Bidder
Year Year

[indicate [indicate Contract name: [insert full name] [insert


month/year month/yea Brief Description of the Works performed by the “Contractor” or
] r] Bidder: [describe works performed briefly] “Subcontractor” or
Amount of contract: [insert amount in Rupees] “Contract
Name of Employer: [indicate full name] Manager”]
Address: [indicate street/number/town or
city/country]
Contract name: [insert full name] [insert
Brief Description of the Works performed by the “Contractor” or
Bidder: [describe works performed briefly] “Subcontractor” or
Amount of contract: [insert amount in Rupees] “Contract
Name of Employer: [indicate full name] Manager”]
Address: [indicate street/number/town or
city/country]
Contract name: [insert full name] [insert
Brief Description of the Works performed by the “Contractor” or
Bidder: [describe works performed briefly] “Subcontractor” or
Amount of contract: [insert amount in Rupees “Contract
Name of Employer: [indicate full name] Manager”]
Address: [indicate street/number/town or
city/country]
32

Appendix to Technical Part

Form EXP - 4.2(a) Similar


Construction Experience
[The following table shall be filled in for contracts performed by the Bidder, each member
of a Joint Venture, and specialist sub-contractors]

Bidder's/Joint Venture Member's Legal Name: [insert full name]


Date: [insert day, month, year]
JV Party Name: [insert full name]
NCB No. and title: [insert NCB number and title]
Page [insert page number]of [insert total number]pages
i. Work performed as prime Contractor or Sub-Contractor or Management
Contractor(in the same name and style) on construction works of a similar nature
and volume over the last five years14. [Attach certificate from the Engineer-in-
charge.]

Project Name of Description Contract Value Date Stipulated Actual Remarks


Name Employer of work No. of of Date of Date of explaining
contract Issue Completion Completion reasons
of for Delay,
Work if any
Order

14
Immediately preceding the financial year in which bids are received.
33

Appendix to Technical Part

Form EXP - 4.2(b) Construction


Experience in Key Activities

Bidder‟s/ Joint Venture Member‟s Legal Name: [insert full name]Date: [insert day, month,
year]
JV Party Name: [insert full name]
Nominated Sub-contractor's Legal Name15
NCB No. and title: [insert NCB number and title]
Page [insert page number]of [insert total number]pages
(B) Quantities of work executed as prime contractoror Sub-Contractor(in the same name
and style)in the last five years:16

Year Name of Name of Quantity of Work performed (cum) @ Remarks


the the * (indicate
Work Employer contract
* agreement
Ref for
each year)

Cement Masonry Earth Piling


Concrete Work
20…20…
20…20…
20…20…
20…20…
20…20…

@ the items or work for which date is requested should tally with that specified in
Qualification Criteria

* Attach certificates from Engineer in-charge

15
If applicable
16
Immediately preceding the financial year in which bids are received.
34

Appendix to Technical Part


Form for Current Contract Commitments/Works in Progress
Bidders and each member to a JV should provide information on their current commitments
on all contracts that have been awarded, or for which a letter of intent or acceptance has been
received, or for contracts approaching completion, but for which an unqualified, full
completion certificate has yet to be issued.
(A) Existing commitments and on-going works:

Description Place Contract No. Name Value of Stipulated Value of works* Anticipated
of & & Date and Contract period of remaining to be date of
Work State Address (Rupees) completion completed completion
of Employer (Rupees)
(1) (2) (3) (4) (5) (6) (7) (8)

(B) Works for which bids already submitted and likely to be awarded – expected additional
commitment.

Description Place Name and Estimated Stipulated Date when Remarks


of & Address of value of works period of decision is if any
Work State Employer (Rupees) completion expected
(1) (2) (3) (4) (5) (6) (7)

* Attach certificate(s) from the Engineer(s)-in-Charge.


35

Form…..
Appendix to Technical Part
(Name of the Project)

(Declaration regarding tax/ duty exemption for materials/construction


equipment bought for the work)
(Bidder‟s Name and Address)
To: …………………..
(Name of the Employer&
address)
Dear Sir:

Re: [Name of Work]…………………….


Certificate for Import/Procurement of Goods/Construction Equipment
Gove rnm e nt Orde r/ Circ ula r Number unde r whi c h t ax/ dut y E xe m pt i on i s
bei ng sought : …

1. We confirm that we are solely responsible for obtaining tax/ duty waivers which we
have considered in our bid and in case of failure to receive such waivers for reasons
whatsoever, the Employer will not compensate us.

2. We are furnishing below the information required by the Employer for issue of the
necessary certificates in terms of the Government of India‟s relevant Notifications.

3. The goods/construction equipment for which certificates are required are as under:
Items Make/ Capacity Quantity Value State whether Remarks
(modify the Brand [where it will be regarding
list suitably Name applicable] procured justification for
for each locally or the quantity
specific imported [if so and their usage
work) from which in works.
country]
Goods
[a] Bitumen
[b] Cement
[c] Steel

Construction Equipment

4. We agree that no modification to the above list is permitted after bids are opened.

5. We agree that the certificate will be issued only to the extent considered reasonable by
the Employer for the work, based on the Bill of Quantities and the construction
program and methodology as furnished by us alongwith the bid.
36

6. We confirm that the above goods and construction equipment will be exclusively used
for the construction of the above work and the construction equipment will not be sold
or otherwise disposed of in any manner for a period of five years from the date of
acquisition.
Date: (Signature)
Place: (Printed Name)
(Designation)
(Common Seal)

[This certificate will be issued within 60 days of signing of contract and no subsequent changes will be
permitted.]

* Modify the above to suit the requirements given in India’s relevant Notifications as
current date of bidding.
37

Appendix to Technical Part


Technical Proposal – Labour Influx Management Plan
[Insert Labour Influx Management Plan]
38

Appendix to Technical Part


Technical Proposal – Environment Management Plan
[Insert Environment Management Plan]
39

Appendix to Technical Part

Form of Bid Security - Bank Guarantee


[Guarantor letterhead or SWIFT identifier code]

Bid Guarantee No…………………….[insert guarantee reference number]


Date………………………….[insert date of issue of the guarantee]
WHEREAS, [name of Bidder] 17 (hereinafter called "the
Bidder") has submitted his Bid dated [date] or will submit his
Bid for the construction of [name of Contract]
(hereinafter called "the Bid") under Invitations for Bids No……………………….[insert
number] (hereinafter called “the IFB”)

KNOW ALL PEOPLE by these presents that We


[name of bank] of [name of country] having our
registered office at (hereinafter called "the
Bank") are bound unto [name of Employer] (hereinafter
18
called "the Employer") in the sum of for which payment well and
truly to be made to the said Employer the Bank binds itself, his successors and assigns by
these presents.
SEALED with the Common Seal of the said Bank this day of
20 .

THE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder (a) withdraws his bid during the period of
Bid validity specified in the Letter of Bid; or (b) does not accept the
correction of the Bid Price pursuant to ITB 36;
or
(2) If the Bidder having been notified of the acceptance of his bid by the
Employer during the period of Bid validity:
(a) fails or refuses to execute the Contract Agreement in accordance
with the Instructions to Bidders, if required; or
(b) fails or refuses to furnish the Performance Securityin accordance
with the Instruction to Bidders.

we undertake to pay to the Employer upto the above amount upon receipt of his first written
demand, without the Employer having to substantiate his demand, provided that in his
demand the Employer will note that the amount claimed by him is due to him owing to the

17
Insert name of the Bidder, which in the case of a joint venture shall be (a) the name of the joint venture that
submits the bid if the JV has been constituted into a legally enforceable JV, or (b) the names of all future
members of the JV as named in the letter of intent to execute the JV Agreement submitted by the bidder
alongwith its bid.
18
The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees.
This figure should be the same as shown in Clause 19.1 of the Instructions to Bidders.
40

occurrence of one or any of the four conditions, specifying the occurred condition or
conditions.
19
This Guarantee will remain in force upto and including the date
days after the deadline for submission of Bids as such deadline is stated in the Instructions to
Bidders or as it may be extended by the Employer, notice of which extension(s) to the Bank
is hereby waived. Any demand in respect of this guarantee should reach the Bank not later
than the above date.

DATE __ SIGNATURE OF THE BANK

WITNESS SEAL

[signature, name, and address]

Note: All italicized text (including footnotes) is for use in preparing this form and shall be
deleted from the final product.

19
45 days after the end of the validity period of the Bid.
41

Appendix to Financial Part

Bill of Quantities

Objectives
The objectives of the Bill of Quantities are:
(a) to provide sufficient information on the quantities of Works to be performed to enable bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
measurement and valuation of Works executed.
In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and contents of the Bill of Quantities should be as simple and brief as possible.

Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum in
the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary priced Bill of Quantities. Additional provisional sums for
ESHS outcomes may also be added, if required. The inclusion of such provisional sums often facilitates
budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises.
Where such provisional sums or contingency allowances are used, the ParticularConditions of Contract should
state the manner in which they shall be used, and under whose authority (usually the Project Manager‟s).
The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other contractors
should be indicated in the relevant part of the Bill of Quantities as a particular provisional sum with an
appropriate brief description. A separate procurement procedure is normally carried out by the Employer to
select such specialized contractors. To provide an element of competition among the bidders in respect of any
facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime Contractor for the use and
convenience of the specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.
These notes for Preparing a Bill of Quantities are intended only as information for the Employer or the person
drafting the Bidding Documents. They should not be included in the final documents

You might also like