You are on page 1of 7

TENDER PROPOSALS SPONSORED BY

CHIEF ENGINEER (GENERAL), HIGHWAYS, CHENNAI - 600 005


TO THE COMMISSIONERATE OF TENDERS

1. Name of Work : Reconstruction of high level bridge


across Nasuvankarai Odai at Km 20/4
of Kangeyam – Kodumudi road in lieu
of the existing causeway.
2. Name of Circle : Coimbatore (H)

3. Name of Division : Dharapuram (H)

4. Scheme under which sanctioned : Part II Scheme 2009 – 2010


with year of Sanction

5. G.O. No. and Date : G.O. Ms. No. 149, Highways and
Minor Ports (HF1) Department,
dated 04.08.2009

6. Administrative Sanction Amount : Rs. 240.00 Lakhs

7. i) Technical Sanction Amount, : Rs. 199.00 Lakhs


CR. No. 313 / 2009-2010
Technical Sanction No. and
Date
ii) Authority who sanction the Superintending Engineer,
:
estimate Coimbatore
iii) Date of Technical Sanction
with Proceedings No. :

iv) Schedule of Rates (year)


: 2009 - 2010
adopted
7a. Whether any Change in : - NO -
Nomenclature is involved

- NO -
8. Whether any splitting up of
:
work done

9. Details of tender call (furnish full 1st call


information about the number of calls, if :
more than one call details for each call) Date of Tender 04.03.2010
: 1. Dhinakaran 11.02.2010

2. Murasoli 11.02.2010
a. The date of publication of 3. State Tender Bulletin 11.02.2010
Tender Notice with name of
dailies
b.(i) Date fixed for receipt of : 04.03.10
tenders
b. (ii) Time Gap : Sufficient

c. Number of tender schedules : No Tender schedule have been sold,


sold only two downloaded tender from
web site is received

d. Number of tenders received : Two

e. Name of Tenderers : 1) M/s. Sri Ganesh Lakshumi Construction (I) P


participated ltd, Muthur
2) Thiru. O.S. Devakumar, Erode
3)
4)

f. If tenders have been rejected, : No


reasons for rejection
g. i) Notified amount of Earnest : Rs. 99,000/-
Money Deposit
ii) Details of Earnest Money Deposit :
furnished by the bidders

Amount of EMD
Name of Bidder Shape of EMD
furnished
M/s. Sri Ganesh Lakshumi
1 Rs. 1,00,000 6 NSC
Construction (I) P ltd, Muthur
2 Thiru. O.S. Devakumar, Erode Rs. 1,01,500 Demand Draft
a. Whether pre-qualification of
10. contractors done : No.

b. If yes, minimum criteria laid down :

--- DOES NOT ARISE --

c. Date of opening of pre-qualification


: Does not arise
covers
d. Full information about all the Does not arise
bidders qualification both found
qualified and disqualified (with :
reasons for disqualification).

Average Completion
Minimum Quantities of
Name of Contractor Annual of single Cash Flow Bid Capacity Remarks
works executed
Turn over work
--- DOES NOT ARISE --

e. Whether the pre-qualification of :


bidders was approved before Does not arise
opening the financial covers

f. Date of opening of Financial :


Covers 04.03.2010

11. Department Value of work put to :


tender along with year of schedule of Rs. 1,77,31,652/-
rates taken for comparison (2009 – 2010)

12. Details of Tenders received :


Sl. Difference / Value of
Name of Contractor Tender Percentage
No. Contract as per tender

M/s. Sri Ganesh Lakshumi Construction (I) P @ 60.00% Above Rs. 2,83,70,643/-
1
ltd, Muthur E.R (09-10)
(+) Rs. 1,06,38,991/-

@ 67.00% Above Rs. 2,96,11,859/-


2 Thiru. O.S. Devakumar, Erode
E.R (09-10)
(+)Rs. 1,18,80,207/-

13. Name of the lowest tenderer :


M/s. Sri Ganesh Lakshumi Construction (I)
P ltd, Muthur

14. Tender Percentage, Tender Excess/ : 60.00% Above E.R


Discount and Value of Tender (2009-2010) Rs. 2,83,70,643/-
(+) Rs. 1,06,38,991/-

15. Whether any negotiation carried out : Yes

16. Negotiated Tender Percentage, Value : 30.00 % Above ER (2009-2010)


of Negotiated Tender with Tender Rs. 2,30,51,148/- (+)
Excess/Discount Rs. 53,19,496/-

16a. Name of Value of


Final Negotiated Comparing
work as per Difference
Tenderer value Percentage
2009-10 rates
M/s. Sri Rs. 1,77,31,652/- Rs.2,30,51,148/- Rs.53,19,496/- 30.00% Above
Ganesh ER (2009-10)
Lakshumi rates
Construction
(I) P ltd,
Muthur
17. If the tenderer declined to negotiate :
further, give reasons
18. Breakup estimate cost of Road/ :
Bridge/CD works etc. with Tender
excess for each component
Sl. Value of contract (as
Description of work Percentage
No. per estimate)
1 Bridge work 12586987 70.99

2 Road work 5144665 29.01

19. The validity period of tender is up to : 03.06.2010


20. Period fixed for completion of work : 6 Months
21. Whether any price variation clause : Yes
provided in the tender
22. Analysis of the rates quoted with : Percentage Tender
particular reference to front loading
and unbalanced rates. (The analysis should
be given for such of those items where the value of
items is significantly large and in which deviations
are likely to occur).
23. Whether Revised Administrative : - NO -
Sanction will be required on account
of Tender Excess
24. Credentials of the recommended : The Tenderer M/s. Sri Ganesh
tenderer Lakshumi Construction (I) P ltd,
Muthur, is a registered contractor
of this department. They are
financially sound. They are
equipped with all machineries as
technical personal to execute this
work. They are capable to execute
and complete the work in time.
They are exacting works to a total
value of Rs. 333.96 Lakhs.

25. Specific Recommendations of the :


Superintending Engineer (H) with
proper justification for Tender Excess

For SUPERINTENDING ENGINEER


(H),
COIMBATORE - 18

26. Recommendations of the Chief Engineer (H) with proper justification for
Tender Excess

The lowest/negotiated tender of Thiru./Tmt./M/s. at


% Above /Less Estimate Rate ( ) and amounting to Rs.
/- (Rupees only) which works out to %
Above / Less Estimate Rate ( ) is recommended to the Commissionerate of Tenders for
consideration and approval.

For CHIEF ENGINEER (GENERAL)


HIGHWAYS DEPARTMENT
Note:

1. for Sl. No. 7(a) is wherever applicable only.

2. for Sl. No. 9, the Number of Tender Call, Date of Tender, Name of the
Lowest Tenderer, Quoted tender percentage, Final Negotiated tender
percentage, Reasons for Rejection, Chief Engineer (General)(H)’s
office reference if any should be furnished for each of the calls and
the Copy of Tender Register should also be furnished.

3. for Sl. No. 9(b)(ii) is wherever applicable only.

4. for Sl. No. 9(g)(ii), the clear details such as DD/TDR Nos., Date,
Name of Bank and Branch/Place in which it is drawn should be
furnished.

5. for Sl. No. 16(a) is wherever applicable only (ie.) it is applicable when
the Schedule of Rates have been changes.

6. for Sl. No. 18, the Table need not be furnished if the whole part of
work is of Road work with out CD works/Drain/Retaining Wall (or)
Bridge work.

You might also like