You are on page 1of 12
CM” OFFICE OF THE SUPERINTENDING ENGINEER CIRCLE NO. Il, R & B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA~ 700 091 Superintending Engineer, Circle-l, R&B Sector, KMDA, Unnayan Bhavan, ‘A” Block, 7 floor Saltlake Kolkata 700 091 invites énline bids of the said NIT from bonafide, reliable, experienced &resourceful firms / individuals contrectors, joint ventures / consortium who have successfully, completed works in Government / Govt. Undertaking / Autonomous Bodies / Semi-Govt. / Statutory Beities/ Local Bodes having crédentials of o similar nature of completed work of the minimum value of 40% of the estimated amountput totender during last S{five) “years prior to the date of issue of the tender notice, oF Intending tenderers should produce credentials of 2(two) similar nature of completed each of the minimum value of 30% of the estimated amount put to tender during (dst S{jive) yeors prior to the date of issue of the tender notice, or intending tenderers should produce credentials of one single running work of similar nature which hos been completed to the extent of 80% or more. te woe Yaoi] tse) | eof con T 2 3 ~ 7 5 ' Rs. 2,38,751/- | gare | +. | Repairand Retrofitting works of | 119,37,550/- (Papeeson) Ms © | Kangnat sridge, Koikato. pues sere (wet Boning Eighty) days | /NEFTRTES) Re 83,024/- ] Repair and Retrofitting of | 41.51,0a5/- [Rupees Only] 2. | Ultadanga Bridge for span RA31 — Online 90 (Ninety) days £8932 (Single Soar), Kolkata. . (Wet Bonking (SEFT/RIGS) 4. Eamest Money deposit (EMD) is to be remitted by the Tenderer in favour of KMDA. Payable at KOLKATA, as mentioned in the column 4 above through Net- Banking/ RTGS/NEFT in respect of the Tender iD as per requirement of e-Procure:nent System of Government of West Bengal (httos://wtenders.govin/). In addition instuction by the Finance Department MEMORANDUM, vide no. - 3975-F(¥}; Dated, 28th July, 2016 to be followed for ready reference and guidance. 2. Intending bidder may downlocd the tender documents from the website https://wbtenders.gov.in directly with the help of Digital Signature Certificate. 3. Bidders should quote the rate including all Gov. statutory Tox’s and GST as applicable. The Tox invoice(s) need to be issued by the supplier for raising claim under the contract showing separately, the tax charged in accordance with the provisions of @S1 Act, 2617 4. Submission of Tender: - a) Pre-qualification/Technical Bid and Financial Bid both.will have to be submitted online concurrently duly digitally signed in the website https://wbtenders.gov.in as per time schedule stated herein under. Time will be reckoned as per Server Clock. b) The Financial Bid of the prospective tenderers will be opened only if the tenderer qualifies in the Technical Bid The decision of the Tender Inviting Authority will be final and binding to all concerned and no challenge against such decision will be entertained. 5. The Bidder, at his own responsibility and risk is encouraged to visit and examine the site of works and its surroundings and obtain all information's that may be necessary for prevaring the Bid and entering into Poge 4 of 22 LVI" OFFICE OF THE SUPERINTENDING ENGINEER, CIRCLE NO. II, R & B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~ 700 091 a contract fer the services as mentioned in the Notice Inviting Tender, before submitting offer with full satisfaction, the.cost of visiting the site shall be at his own expense. 6. The intending Bidders shall clearly understand that whatever may be the outcome of the present invitation of Bids, no cost of Bidding shall be reimbursable by the Department. The Tender accepting ‘authority of Roads & Bridge Sector, KADA reserves the right to accept or reject ony offer without ‘assigning any reason whatsoever and is not liable for any cest that might have been incurred by any Tenderer at the stage of Bidding. 7. Conditional / Incomplete Tender will not be accepted under any circumstances. 8 The intending Tenderers are required to quote the rate online. 9. During scrutiny, ifit comes to the notice of the Tender inviting authority that the credential or any other ‘poper found incorrect / manufactured / fabricated, that bidder would not be allowed to participate in the Tender and that application will be rejected without any projudice. : 10. The Superintending Engineer (Circle-l), Roads & Bridge Sector, KMDA reserves the right to cancel the NIT due to unavoidable circumstances and no claim in this respect will be entertained. 44. Defore issuance of the WORK ORDER, the Tender inviting authority may verify the eredontiol and other documents bf the lowest Tenderer if found necessary. After verification if Its found that the documents submitted by the lowest Tenderer is either monufactured or false in that case work order will not be issued in favour of the said Tenderer unc: any circmstances. 12, Time Schedule for Downloading, Uploading and Opening of Tender Documents:- a) | Date of uploading of N.1.T. & other Documents (online) | Date: 06/01/2021 Time: 18.30 hrs (Publishing Date) . ') | Documents download start dete (Online) Date: 06/01/2021 Time: 1830 hrs @) | Documents download end date (Online) Date: 29/01/2021 Time: 12:00 hrs [__ 4) | Seek Clarification Start Date & Time Date: 06/01/2021 Time: 18 30 hrs e) | Seek Clarification End Date & Time Date: 09/01/2021 Time: 12.00 hrs fi | Pre-bid Meeting Dote & Time Date: 11/01/2021 Time: 14:00 hrs @) | issue of Response (As per written queries submitted by | Date: 15/01/2021 Time: 14.00 hrs the bidders within scheduled peried) ‘i | Online Bid Submission Start Date & Time Date: 06/01/2021 Time: 1830 hrs 7) | Online Bid Submission Last Date & ~= Date: 29/01/2021 Time: 12:00 hrs p | Time and Date of Opening (of Technical 81d ( O:d wil be | Date: 01/02/2021 Time: 14:00 hrs 1) epened by the Authorized Officer) h) | Date for opening of Financial Propose! (Online) To be notified later Tenders will be opened by the Superintending Engineer, Circie-l, R&B SECTOR, KMDA or his authorized representative in presence of tenderer or their authorized representatives who may lke to be present. Pose 2of 12 OFFICE OF THE SUPERIN ING ENGINEER CIRCLE NO. Il, R & B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~ 700 091 12. Eligibility erkeria for the bidders :- 4) Intending tenderers should produce credentials of a similar nature of completed work of the minimum value of 40% of the estimated amount put to tender during last Sifive) years prior to the date of issue of the tender notice; or 4) Intending tenderers should produce credentials of 2{two) similar nature of completed Work each of the minimum value of 30% of the estimated amount putto tender during tast Sifive) years prior to the date ofissue of the tender notice; or ) Intending tenderers should produce credentials of one single running work of similar nature which has been completed to the extent of 80% or more and value of which isnot less than the desired value at (a) above; d) Scanned copy of PAN card, P. Tox, Valid income tax (For Last 3 yrs ), GST registration, Last 3 years audited balance sheet, Credentials, Work Order, Payment certificate, Bank Solvency Certificate in Current Financial Year and other supporting documents, Registration Certificate and/or trade license of the company must be submitted duly diaitally sianed at desired location in the website httos://wbtenders.cov. e) Scamed Copy of one original offidavit before Notary will have to be submitted mentioning the correctness of the documents and @ declaration of penalty debarment ete. faced by him under any Govt /Semi-Govt /Autonomous body/insttution through on line at desired location. A) Agencies against which departmental proceedings or legal actions are pending or have been dentified by KMDA as having violated the terms of existing contract(s) shall be debarred from participating in this bid. 9g) Bidders have to qualify the eligibility criteria of Bid Capacity as per Annexure-A. 1h) In case the opplication is from a consortium of firms, one of them shall need to designate one of the firms as the Lead Partner. The Lead Partner must account for at least 50% of the criteria under (cand (e) above and must setisfy the criteria under (a) end (b) above The rest of the criteria shall need to be fulfited jointly. 1) In cose one of the consortium members is a foreign entity, an MOU between the Indian and foreign entities shall need to be furnished along with the bid. in the event of the consortium emerging as the successful bidder, an SPV under the Indicn Companies Act, 1956 will have to be formed before signing of contract. J) Conditional and incomplete Tender will not be accepted under any clrcumstances. ) Bids shal! remain valid for a period of 120 (One Twenty) days fram the last date of submission of Financial Bid / Sealed Bid. if the bidder withdraws the bid duting the period of bid validity the earnest money as deposited will be forfeited forthwith without assigning any reason thereof. 1) Particulars regarding Joint Venture/Consortium:- i) One of the Partners of any Joint Ventures/Consortium has to be designated as Lead Partner and the ‘same will be mentioned in MoA/MoU Pages of 12 FN O0/SE/ I /REAH ENED of 2020-za2 4 OFFICE OF THE SUPERINTENDING ENGINEER GRCLE NO. Il, R&B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA - 700 091 ii) Bid from Joint Ventures/Consortium shall be accompanied by a copy of MoA/MoU on a Stomp Paper of terms of ogreement. iil) The lead portner must hold 51% equity capital of the Company to be formed between them during the Tenure of contract implementation. iv) The successful jaint ventures/consortium will have to form a special purpose vehide (S.P.V) register the same under indian Company's Act v) The lead partner must have credential and satisfactory completion of works of completion cost less than 50% value of qualifying amount in a single contract under ony Gor./Semi Govt. ‘Organization/Autonomous Body as Principal Employer within last S yeors. W) Each of the other partners shall meat individually not less thon 25% of the quelifying amount in @ single contract under any governiment/serni-government orgacization fautonomous body as principle employer within last 5 yeors vil) The lead partner shall have to apply for tender cn behalf of joint ventures/consortium along with MoA/MOU. viii) In eest of any litigation or in tho event of any dofauilt aricoe dising the eecutian/rantract period of the agreement, the lead partner will remain fully responsible. fx) The successful joint ventures/consortium will have to submit VAT Registration/PAN CARD /TRADE LICENSE immediately after issuance of 0.1. m) Eamest Meney: - The tenderer shall have to upload scanned copy of requisite documents In support of submission of EMD through online, along with the tender document in prescribed manner failing which the tender shall be rejected, The balance earnest money if any to fulfill 2{two) percent of the tender volue is to be deposited at the time of execution of formal agreement. 44, A) List of common documents shall have to be uplocdled by each tenderer at the time of submission of Tender through ontine:- i. Income Tax Return ( For last 3yrs) N. Audited Balance sheet ( For last 3yrs) average onmuo! turnover for lust three years should be in accordance to total project cost for this MIT. fi, Pan Card. jv. Professionol Taxclearance certificate. \. GST registration. vi Trode License. vi. Technical Credenticl Vili, Work Order for the work in technical credential. ix, Payment cereficate of the said work. % Bank Solvency Certificate to be issued hefore sik months from the dated of e-NIT @ 10% (minimum) has been considered in Current Financial Year in conformity with the totel project cost for this NIT. xd. Engineer's qualification Certificate. xii, B.0.Q of the similar nature of work. Ail, Reyistrution certificates and relevant papers of Employees Provident Fund 2% ESI. xiv. For Serial No -01, Average annual Turn Over of last 3 (thres) years, of the intending bidder, should be more than amount put to tender of this NIT. wv. For Serial No ~ 02, Average annual Turn Over of last 3 (three) years, of the intending bidder, should be more than Two times of amount put to tender of this NIT. rages p22 ME, see MU/Run eat of 020-2021 OFFICE OF THE SUPERINTENDING ENGINI CIRCLE NO. II, R &B SECTOR, K.M.D.A, UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~700091 ee 8) Uist of documents shail have to upload by @ Partnership Firm in addition to SI. No. 14.4) i) The power of Attorney for the firm for signing the tender bya partner. li) Partnership Deed. list of documents shall have to upload by a Partnership Firm in addition to SI. No. 14.0) i] Volid N.0.¢. from concern ARCS. 1D} List of documents shall have to upload by aJoint Venture/Consortiurs in wddition to Sl. No. 14.2) i) copy of MoA/MU on a stamp paper of 8.100.00 outlining the joint interest to worle ‘on the project and specifying the other terms ofagreement. 15, Language of Tender: - The tender shall be submitted in the prescribed form in English. All literatures ‘and correspondence in connection with the tenders shall be in English. 16. Others: - The Tender Notice along with other decuments like Tender Form No. -1 KMDA, Technical ‘Specification, Special Terms and Conditions , BOQ, Addendum and corrigendum etc. whatever documents uploaded by the deportment concerned thereto shell be part and parce! of the Tender. 47, Declaration:- Tenderer must upload and submit duly digitally signed a declaration as per prescribed format for confirmation of his owareness of the controct. 18. Required Plant and Machinery: - Requirement of following Prime Machineries as cequired for the work byown or lease basics: a LST OF PLANT AND MACHINERIES MINIMUM No. REQUIRMENT (OF MECHNERIES | Mechanical Chisel (2 Nos ‘2._| Air Compressor with nozzle for sand blasting o1No 3 | Paddle Mixture O1No @._| Injection Grouting pump ‘oiNo 5, | Rebarlocator ~~ O1No 6. | Concrete joint cutting machine 2No. 7 | orl machine 2NOs. ‘Other machineries and equipment’s (not mentioned above) as may be necessary for successful completion of the work shall hove to be arranged by the Successful bidder. Note: The bidder shall have to arrange required land for installation of Plants & Machineries specified for each awarded work nearest to the work site and storing materials, labour shed, laboratory etc. at their own cost and responsibilty. Ho extra payment will be made from the department on this account. The prospective bidder, if awarded, shall establish field testing laboratory equipped with requisite instruments in confirmatory to relevant code of practice & as per SECTION. -120 of specifications of Roads ond Bridge works Sth revision of MORT&H and shail engage technical staff according to the requirements of works to be executed. Poge sf 32 a, o0/Sé/c Y/R RDA of 2020-2021 OFFICE OF THE SUPERINTENDING ENGINEER CIRCLE NO. I, R & 8 SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA — 700 091 19. Required Manpower :~ The prospective bidders shall have in their full-time engagement experienced technical personnel as Indicated hereunder... i Position Qualification Minimum numbers |_No. [1 [Project Manager | B.E (Giil) with minimum 10 years or DCE with L Minimumt5 years experience in bridge works. 2 | Site tngineers BE (Gil) with rmainimum Tyears or DCE with TNe Minimum29 years experience in bridge works _| _ ‘Safety Manager | Bachelor of Engineering having minimum of 3 INe years experience in relevant field. 20. Additional Performance Security: - ‘q} To ensure the quality and proper execution of the work in public interest, the Additional Performance Security @10% of the tender amount shall Le obtained from the successful bidder if the accepted bid value is 80% or less of the Estimate put to tender. b) The Additional Performance Security shall be submitted in the form of Bank Guarantee from any scheduled hank heforo icainnre af wore orier. if the bidder fails to submit the Additional Performance Security within seven working days from the date of issuance of LOI, his Eamest ‘Money Deposit will be forfeited and other necessory action as per NIT like blacklisting of the contractor, etc. may be taken. The Bank Guarantee shall have to be valid up to end of the contract period and shall be renewed accordinaly, ifrequred. The Bank Guarentee shall be returned immediately on successful completion of the contract. If the bidder fails to complete the work successfully, the Additional Performance Security shall be {forfeited at any time during pendency of the contract period ofter serving proper notice to the contractor. Necessary provisions regarding deduction of security depesit from the progressive bills of the contractor as per relevant clauses of the contract shall in no way be ultered / affected ‘by provision of this Additional Performance Security. 21, Security Deposit and Defect Liability Period ‘or Ser The Defect Liability Period for the work is 18 (Eighteen) Months from the actual date of completion of the work. Full security deposit shall be refunded to the contractor on expiry of 18 (Eighteen) Months from the actual date of completion of the work. For Seria! The Defect Liability Period for the work is 3 (Three) year from the actual date of completion of the work. a) No security deposit shall be refunded to the contractor for frst 2 (two) year from the actual date of completion of the work. b) 30% of the security deposit shall be refunded to the contractor on expiry of 2 (two) years from the actual date of completion of the work. @ Thebclance 70% of the security deposit shall be refunded to the contractor on expiry of 3 (three) years jrom the actual date of completion of the work. Prospective bidder needs to note that incase no further retrofitting work after completion of the ‘Option | become necessary az per the relevent toct recults of cadal provision, the DIP will he considered from the date of completion of the option ~1 work. In case option ~iI retrofitting work is required carried out then DLP will be considered from the date of completion of Option ~tl Page of 12 Wo, 09/8 NH/ RBA of 2020-021 OFFICE OF THE SUPERINTENDING ENGINEER ‘CIRCLE NO. If, R & 8 SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA - 700 091 ‘The tender inviting authority reserves the right to accept or reject any or all the tenders without assigning any reason what so ever. For detail information please visit https://wotenders.gov.in & wwrw.kendconline.ora. No: 35/SE/C-U/RAB/AMDA/ W-28(Par-V) Date: 2412.2020 ~ “py forwarded to the Deputy Director,?.R. Department, KMDA- enclosed please 5{Five) copies of this NIT He is requested to Kindly circulate the NIT as per prevailing norms of KMIDA. oe Adal. Chiesengineer In charge of Superintending Engineer (CH/R&B Sector/KMDA Nos 35/1(11)/SE/C-M/REB/KIDA/W28(Part-V) Dote:24122020 Copy jorwarded with the requestto kindly display the NIT in the Notice Board for wide circulation te: 1 The Chief Bngineer-I (Bridges), RAB Sector, KMDA 2 ‘The Chief Engineer II (Bridges), R&B Sector, KHDA 3 ‘The Director of Finance, KADA 47. The Superintending Engineer Circle /II/ V/ Programme, R&B, KMDA 8 The Executive Engineer / SCD-/ R&B Sector, KHDA 2 ACRA, R&B Sector, KDA. 10. The junior Engineer, Cirle-II / R&B Sector / KMDA 7 See os : ERE idl. Chief Engineer In charge of Superintending Engineer (CA/RBB Sector /KMDA oge7 of 32 I Ra 00/55/08 RD of 2020-2001 CAMA OFFICE OF THE SUPERINTENDING ENGINEER CIRCLE NO. ti, R & B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~700 091 INSTRUCTION TO BIDDERS Instruction / Guidelines for tenders for electronic submission of tenders online have been annexed for assisting the contractors to participate in e- tendering. 1. Registration of Contractor :- Any contracter willing to take part in the process of e ~ Tendering will have to be enrolled & registered with the Government e — Procurement system through logging on to https://wbtenders.gov.in. Tae contractor is to click on the link for e — Tendering site as given on the web portal. 2. Digital Signature Certificate (DSC) :- Each contractor is required to obtain a class - 1! or class ~ Ii! Digital Signature Certificate (SC) for submission of tenders fram the approved service provider of the national information’s Centre (NIC) on payment of requisite amount details are available at the Web Site stated in Clause -1 of Guideline to Bidder. DSC is given as a USB e ~ Token. Collection of Tender documents :- The contractor can search & download NIT & Tender documents electronically from computer once he logs on to the website mentioned Clause 1 using the Digital Signature Certificate. This is the only mode of collection of Tender documents. 4. Submission of Tende a) General process of submission:- Tenders cre to be submitted through online to the website stated in C1.1 in two folders at a time for each work, one is Technical bid and other is Financial Bid before the prescribed date and time using the Digital Signature Certificates. 4) Technical Bid:- Technical Bid contain scanned copies of the followings further in two cover (folder). AL. Statutory Cover Containing. i) Demand Draft/Pay Order towards earnest money (EMD) as prescribed in the NIT. ii) NIT (download & upload the some digitally signed). iii) Declaration as per prescribed format. N.B: Bidder must download KMDA Tender Form No-1, General Terms and Condition, Special Terms & Conditions, Technical Specifications, all other addendum, Corrigendum etc. whatever documents uploaded by the department in the web under the NIT and must go through carefully before quoting his rate. These documents are necessarily be uploaded by the bidder. ‘A-2. Non Statutory/Technical documents Cover containing. i Income Tax Return ( For last 3yrs ) i, Audited Balance Sheet ( For last 3yrs) average annual turnover for last three years should be in accordance to total project cest for this WIT. iii. Pan Card. iv. Professional Tox clearance certificate. v. Vatclearance certificate GST registration. Trade License. Technical Credential Work Order for the work in tecinicul uedential. x Payment certificate of the said work, Poge Bof 12 NOT No, O/SE/CIM/RaB/EMDAVf 2020. 2021 OFFICE OF THE SUPI CMA ERINTE! ING ENGINEER CIRCLE NO. Il, R & B SECTOR, K.M.D.A, UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~ 700 091 xi. xii. Bank Solvency Certificate in Current Financial Year in conformity with the total project cost for this NIT. Engineer's qualification Certificate, xiii, B.0.Q of the similar nature of work, xiv. Registration certificates and relevant papers of Employees Provident Fund & ES SI. | Category | Sub-Category No Name Description Details i) Pan Card .ii) Professional Tax clearance certificate. iii) Vat A. | centficates | Certificates clearance certificate. lv) Acknowledgement of IT return (For last 3 hrs) v) 6ST registration. g, | Company | Company Details | i) Trade License i) Partnership Deed, ii) Society Registration, "| Details 1 | Power of Attorney, iv) MoA/MoU etc. as applicable. att a G i ie |) Audited Balance Sheet (For last 3 yrs.J. D. | credential | Credential-1 |i) Credential, Work Order, Payment certificate, Bank Solvency Certificate. Engineers Certificate Etc. Note: Failure of submission of any of the above mentioned documents (as stated in A-1 & A-2) will render the tender liable to summarily rejected for both statutory & non statutory cover. 5. THE ABOVE STATED NON STATUTORY / TECHNICAL DOCUMENTS SHOULD BE ARRANGED IN THE FOLLOWING MANNER, Click the check boxes beside the necessary documents in the My Document list and then click the tab "Submit Non Statutory Documents" to send the selected documents to Non Statutory folder. Next Click the tab "Click to Encrypt and upload" and then click the "Technical" Folder to upload the Technical Documents. iy ©) Financial Bid:- The financial bid should contain the following documents in one cover (folder) i.e. Bill of Quantities (BOQ). The contractor is to quote the rate through on line in the space marked for quoting rate in the BOQ. ii) Only downloaded copies of the above documents are to be uploaded, virus scanned & digitally signed by the contractor, 6. Opening & Evaluation of Tender:- Opening of Technical Bid: i) Technical bid will be opened by the Superintending Engineer, Circle-lil, R&B SECTOR, KMDA Intending tenderer may remain present if they so desire. Statutory Cover (folder) would be opened first & if found in order and correct Non Statutory Cover (folder) will be ‘opened. If there is any deficiency in the Statutory & Non statutory documents the tender will summarily be rejected. LNT. 00/88/¢:M/RSR/RMDA of 2020-2021 Page 9of12 OFFICE OF THE SUPERINTENDING ENGINEER CORCLENO. Il, R&B SECTOR, KM.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~ 700 091. i) Decrypted {transformed in to readable formats) documents of the non statutory cover will be downloaded & handed over to the evaluation committee. ii) Uist of technically qualified tenderers would be uploaded. Opening and evaluation of Financial Bid: 1). Financial bid of tenderers declared technically eligible by the Tender Evaluation Committee will be opened electronically from the web portal on the prescribed date and time. 7. Penalty for suppression / distortion of facts: DB 6 Submission of false document by tenderer is strictly prohibited. J ZA (go" Addl Chief Engineer In charge of Superintending Engineer Cl/R&B Sector/KMDA Page 106532 INET. Na, 00/53/C:0/R/RDA of 2020 202¢ OFFICE OF THE SUPERINTENDING ENGINEER, CIRCLE NO. If, R & B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA — 700 091. 2 ANNEXURE - A BID CAPACITY OF BIDDERS TO 3E ASSESSED ACCORDING TO THE FIVANCAIL DECLARATION FURNISHED BY THEM AS. ‘PER ANNEXURE BELOW: Information of audited financial scarements for the last year to demonstrate the current soundness of the Bidder’s finuncid position:- 1) The Bidders Net worth for the lost year calculated as the difference between total assets and tctal liabilities should be positive. 2) Bidder, who meet the minimum qualification criteria, will be qualified only f ther available bid capacity at the expected time of bidding {s more than the towel estinuted cost of the works. The available bid capacity will be colculated as under. Assessed Available Bid Capacity =(A XN X2—B) Where, ‘A= Maximum velue of engineering works in respect of projec's executed in any one yeor during the last fve years (updated to the price level of the year indicated in table below under note) taking into eccount the completed as well works in progress. The projects include tumkey project / tem rate contract / Construction works. N= Number of year (ke. Year) prescribed for completion of works for which Bids are invited. Financial Liability of the bidder to be Incurred for existing commitments ond ongoing works aunng tne period of the subperi cosa. Tocaleulate a i) A toble contoining volue of Engineering Works in respect to Project (Turkey project / Item rate contract / Construction works} undertaking by the Bidder during the last 5 years is asfoliows:- a Financiolyeor Value of Engineering | Updation | Value updated to the price evelof No. Works undertaken | factor | the year war§. Project (Rs. in Cores) Lr — 3 a S=CaaKCAE | (2016-2019) Year T.00, 27] orr-2o13) Year=z Los S| (ate=2017) Year=3 Li0. 4_| (2015-2016) Year=2 Lis S| (2ars2015) Voor-5 720, 1) Mesimum velue of projects that have been underoken ding FY. out of the lost 5 years and volve thereof s Rs. Gore. (Rupees. I iil) Net worth for the last year (2028 ~ 2029) is (Rs. in figure). {name of the compeny) ee reer ai = ————- name of nv nwnees ROME Of the Statutory Ausditor’s the Statutory Auditor's Flem. Seal of the audit Firm, Seal of the audit firm. (Signature, name and firm. (Signature, name and designation and designation and Membershio No. of authorized signatory) (herrbership No. of authorized signatory) AIT Ne 00/S8/C-10/R/RSIDA of 220-202 OFFICE OF THE SUPERINTENDING ENGINEER. ‘CIRCLE NO. II, R & B SECTOR, K.M.D.A. UNNAYAN BHAVAN, BLOCK ‘A’, (7th FLOOR) BIDHAN NAGAR, KOLKATA ~ 700 091 ‘To-caleulate the value of 8’ 3. Atable containing vahie ofall the existing commitments and on-going works to be completed during the next years (prescribed tiene for completion of the works for which Bid is invited) sos follows: ‘ST [Name of Name of |Percenta | Stipulated | Value of | value of | Balance | Anticip | Financial | no. | Work /| the ge of | period of | contrac | work value of |at ed | ability to | Project | Employer | participa | completio | t as per| completed | work to | date of | be incurred | tion of |n_ as per| Agree be comple | forthe said Bidder in | Agreeme ment / complet | tion work f the nt / LOA) Lom ed project Project with — the during the start date period of the | (as) (as) (fs) subject | contract (Rs.) 0 ‘and designation of Authorised Signatory. For ond on (Wame of the Note. 1. All the documents to be submitted in support of Annexure “A, Must be duly signed and sealed by the ‘opplicant / bidder ond authenticated by statutory Auditor's Firm, 2 Incase of a Joint Venture, Lead Member of such Joint venture shall be required to meet 60% of required Bid Capacity and each of the Joint Venture members shall be required to meet at least 30% of requirement of Bid Copocity. Bid capacity of al the members in total should be at least 100% of required Bid capacity. Page 22 of £2 NIT, No, o0/80/e-MRReAKSEN of 2020-2081

You might also like