You are on page 1of 13

NOTICE INVITING BID

CIDCO of Maharashtra Limited through the process of E-tendering invites “ON


LINE” Lump sum Bids in two bid system (Part-I Technical Bid & Part-II
Commercial Bid) from experienced prospective bidders fulfilling the mandatory
eligibility criteria and scoring minimum qualifying marks of 75 in the Technical bid
evaluation, comprising of total 100 marks as per Annexure-I, registered with
CIDCO Ltd. or with Central Govt., or with State Govt. of Maharashtra and its
undertakings in appropriate class & Category, who have completed work of similar
nature as define below for the work mentioned below:

Sr.
Description Details
No.
1. Name of Work Design and Construction of Bridges BR-4 & BR-5 on
Gadhi River for eastern connectivity to Navi Mumbai
International Airport under NMIA Project.
2. C.A. No. 10/CIDCO/EE(AP-IV)/2022-23
3. Block Approval ` 293.87 Crores (Approx.) (excluding GST)
4. E.M.D. ` 2.94 Crores
5. Registration Class Class – IA (Without Limit)
6. Completion 1095 (One Thousand Ninety Five) Days i.e. 36 (Thirty
Period Six Months) (including Monsoon) which includes :
1) 180 (One Hundred eighty) Days for Design, Proof
Checking & its Approval and Statutory
Clearances.
2) 915 (Nine Hundred Fifteen) Days for Construction
and handover of Project.
7. Tender ` 70,800/- (including 18% GST (Non-Refundable))
Processing Fee

MANDATORY ELIGIBILITY CRITERIA


1) For qualification, “On-Line” submission shall be accompanied by attested
copies of
i) Registration in appropriate class & Category
ii) The Bidders who are not registered with Central Government or
State Government of Maharashtra & it’s undertaking in the
appropriate class & category but are fulfilling mandatory
eligibility criteria as per NIB, can participate in the bidding
process subject to condition that the successful bidder will have to
apply and obtain registration in CIDCO in appropriate class &
category within three (03) month time period from the date of
award of work. If the successful bidder fails to do so, his EMD will
be forfeited.
iii) Valid Goods & Service Tax (GST) Registration Certificate / GST No.
iv) If the bidder is not required to be registered under GST Act, the
declaration to this effect in the form of an affidavit on Rs. 500 Stamp
Paper duly notarized is to be submitted justifying with reasons as to
why the GST registration is not applicable to them.
v) Valid Solvency Certificate of minimum of ` 29.40 Crores issued within
twelve (12) months before Bid Submission End Date as per bidding
programme.
vi) Income Tax Permanent Account Number.
vii) List of on-going works and works in hand.
viii) The bidders should have his own Ready Mixed Concrete (RMC) Plant
of capacity minimum 60.0 Cum/ Hr. in working condition. The
documents towards ownership of the same shall be uploaded.
2) Experience of having successfully completed works of similar nature in any
Govt. Organizations / Govt. Undertaking Agencies during last 7 (Seven) years
ending last day of the month previous to the one in which applications are
invited:

(a) One similar completed work costing not less than the amount equal to
80% of the cost put to the bid; (excluding GST)
OR
(b) Two similar completed works each costing not less than the amount
equal to 50% of the cost put to the bid; (excluding GST)
OR
(c) Three similar completed works each costing not less than the amount
equal to 40% of the cost put to the bid. (excluding GST)

Definition of similar nature of work : Construction of Bridge over River


or Creek having at least 1 span of minimum 36 mtr. length involving
construction of pre-stressed precast or box girders and erection.

Notes :
i) The value of works shall be brought to current costing level by
enhancing the executed value of work in the year of completion at
simple rate of 7% per annum.
ii) 50% valuation will be considered in case of works completion certificate
issued by organizations other than Govt./ Govt. undertaking agencies.
If required, agency shall produce the originals & other relevant
documents such as relevant IT Returns, CAR policy, WC policy, PF,
ESIC, etc. related with the contract work for verification to substantiate
such work experience.
3) Joint Venture/Consortium are permitted (JV should not be of more than two
entities).

The suitable bidders / or any one of Joint Venture partners (JV should not be
of more than two entities), “Single Business Entity” or a “Joint Venture
company” (Maximum two members), should be a company registered under
company Act, 2013. In case JV is not registered before the bidding, then it has
to get it registered under the company Act 2013 before the award of contract
should they be found preferred bidders.

Notes for Joint Venture / Consortium:


i) The joint venture / consortiums
a) The joint venture / consortiums are permitted. JV should not be
more than 2 (Two) entities.

b) The joint venture / consortiums should cumulatively fulfill the


technical qualification criteria for similar works experience during
last 7 (Seven) years.

c) Valid GST registration certificate shall be submitted (all members)

d) Valid Solvency certificate shall be submitted (lead member)

e) Income tax permanent account number shall be submitted (all


members)

f) A copy of Letter of Intent or Memorandum of Understanding (MoU)


executed by the JV members shall be submitted by the JV firm along
with the tender. The complete details of the members of the JV firm,
their share and responsibility in the JV firm etc. particularly with
reference to financial technical and other obligation shall be
furnished in the agreement.

g) In case of JV partner is Foreign Company then all the documents


required for fulfilling mandatory criteria shall be translated in
English and each & every paper of the document shall be duly
certified by both the embassy means certification by country of
origin and Indian embassy. In case of JV firm with foreign
member(s), the lead member has to be an Indian firm with a
minimum share of 51%.

h) In case of Foreign Company their valid tax registration documents


and Income tax permanent account numbers are applicable in their
country shall be submitted.
i) Joint venture company (Max Two Members) should be a company
registered under Company Act-2013.
In case Joint venture is not registered before the bidding, then it has
to get registered under the Company Act-2013 before the awards of
contract if they are found to be preferred bidder.

j) In case of joint venture entity the technical capacity and financial


capacity of all the members of joint venture would be taken in to
account for satisfying the above condition of eligibility. Further the
lead member shall meet at least 51% requirement of financial
capacity required and other joint venture members shall meet at least
20% requirement of financial capacity. For avoidance of doubt it is
further clarified that the joint venture must collectively and
individually must satisfy the financial capacity qualification criteria.

k) All partners of joint venture/consortia shall be legally liable jointly


and severally during the bidding process and for execution of
contract in accordance with the contract terms. Joint venture/
consortia shall declare the lead partner in the MoU. The MoU shall
be explicitly indicate the partner who is authorized signatory for bid
and contract.

l) Lead partner shall be the authorized member to act as a single point


contact and be responsible on behalf of the JV.

m) A member of JV firm shall not be permitted to participate either in


individual capacity or as a member of another JV firm for subject
tender.

n) Any bidder who submits / participates in more than one bid shall be
disqualified and also all the applications of that member shall be
disqualified of which he is a member.

o) Approval for change of constitution of JV firm shall be at the sole


discretion of the CIDCO. The constitution of the JV firm shall not be
allowed to be modified after submission of the tender bid by the JV
firm except when modification becomes inevitable due to succession
laws etc. and in any case the minimum eligibility criteria should not
get vitiated. In any case the Lead Member should continue to be the
Lead Member of the JV firm. Failure to observe this requirement
would render the offer invalid.

p) Similarly, after the contract is awarded, the constitution of JV firm


shall not be allowed to be altered during the currency of contract
except when modification become inevitable due to succession laws
etc. and in any case the minimum eligibility criteria should not get
vitiated. Failure to observe this stipulation shall be deemed to be
breach of contract with all consequential penal action as per contract
condition.

q) On award of contract to a JV firm, Bank Guarantee in lieu of Contract


Deposit & Additional Performance Security Deposit shall be required
to be submitted by the JV firm as per tender conditions. All the
Guarantees like BG in lieu of Contract Deposit, Additional
Performance Security Deposit, etc. shall be accepted only in the name
of the JV firm. Splitting of guarantees amongst the members of the JV
firm shall be permitted.

r) Duration of the Joint Venture Agreement -It shall be valid during the
entire period of the contract including the period of extension if any
and the defects liability period after the work is completed.

s) Authorized Member -Joint Venture members shall authorize one of


the members on behalf of the Joint Venture firm to deal with the
tender, sign the agreement or enter into contract in respect of the said
tender, to receive payment, to witness joint measurement of work
done, to sign measurement books and similar such action in respect of
the said tender/contract. All notices/correspondences with respect to
the contract would be sent only to this authorized member of the JV
firm. No member of the Joint Venture firm shall have the right to
assign or transfer the interest right or liability in the contract without
the written consent of the other members and that of the employer in
respect of the said tender/contract.

4) FINANCIAL CRITERIA: The Prospective Bidders will be qualified only


if they have minimum financial capabilities as below:-

i) Working Capital (Current Assets – Current Liabilities): Working


Capital (Net Cash Flow) of the Prospective Bidders during last audited
financial year should be greater than ` 24.50 Crores.
ii) Profitability:
Profit after Tax should be Positive for “Any Three Years” out of last
five consecutive financial years. The profit shall not be negative for last
two consecutive financial years.
iii) Net Worth:
Net worth of Prospective Bidder during last audited financial year
should be greater than ` 29.40 Crores.
iv) Audited Turnover:
Audited turnover (Excluding GST and any other Taxes) during the last 3
years, ending 31st March of the previous financial year, should be at
least 30% of the Cost Put to the Bid i.e. ` 88.20 Crores. (In case audit
of previous year is not done the provisional turnover on the basis of
certificate from Statutory auditor shall be considered for evaluation.)

Notes:
i) The information regarding Financial Criteria and Audited Turn Over
Certified by Statutory Auditor with UDIN will be only considered.
ii) If bids are called between 1st April & 30th September of the year then
latest audited financial year shall be a year before previous year for
financial criteria. (for e.g. if bids are called between 1st April 23 & 30th
Sept. 23, then latest audited financial year shall be a year before
previous year for financial criteria i.e. 2021-22)

5) BID CAPACITY CRITERIA:


The Prospective Bidder will be qualified only if their available bid capacity is
more than the Cost put to the Bid (For item rate percentage bid) / block
estimated cost worked out by the department (for lump sum bid) of the work
as per notice inviting Bid. The available bid capacity will be calculated base
on the following formula:

Available Bid capacity= 1.25 x A x N – B

where,

A = Audited Turn Over for last Three financial years. (Excluding GST and
any other Taxes) (In case audit of previous year is not done the
provisional turnover on the basis of certificate from Statutory auditor
shall be considered for evaluation.)
N = No. of years prescribed for Completion of the work.
B = Value of existing commitments and ongoing works to be completed
during the period of Completion of work.

NOTES:

1) For qualification, on-line submission shall be accompanied by attested copies of


all documents mentioned in Sr.No.1 to 5 of Mandatory Eligibility Criteria and
list of technical staff, list of plant, machinery and equipments list of works &
it’s magnitude, executed in last 7 (Seven) years along with work completion
certificates, list of works in hand.
The applicant should also produce original documents for verification if called
for. Failure to attach requisite documents with application will render applicant
not eligible for qualification of bid without any intimation.

2) In case of damaged documents / non openable documents / relevant balance


documents of already uploaded documents not found after opening of technical
bids then the hard copies of that documents shall be accepted subjected to such
documents shall be possess by the bidder before the Bid Submission End Date
as per bidding programme.

3) CIDCO reserves right to reject any or all Bids without assigning any reason and
the same shall be at the entire discretion of CIDCO. CIDCO’s decision in this
respect shall be final and binding.

4) Conditional Bids shall be summarily rejected.

5) Bidder will not be eligible to participate for bidding, if


i) the bidder is deemed by law unable to pay his debts as they fall due, or
enters into voluntary or involuntary bankruptcy, liquidation or dissolution
(other than a voluntary liquidation for the purpose of amalgamation or
reconstruction), or becomes insolvent, or makes an arrangements with, or
assignment in favour of, his creditors, or agree to carry out the bidding
under a committee of inspection of his creditors, or if a receiver,
administrator, trustee or liquidator is appointed over any substantial part of
his assets, or if, under any law or regulation relating to reorganization,
arrangement or readjustments of debts, proceedings are commenced against
the bidder or resolutions passed in connection with dissolution or
liquidation or if any steps are taken to enforce any security or interest over a
substantial part of the assets of the bidder, or if any act is done or event
occurs with respect to the bidder, or if any act is done or event occurs with
respect to the bidder or his assets which, under any applicable law has a
substantially similar effect to any of the foregoing acts or events, then the
bidder is not eligible to participate in bidding process.
ii) blacklisted/debarred/convicted / defaulters within last three years on date of
submission of bid in any other Govt., Semi Govt. organizations and CIDCO
awarded contract are not eligible to participate the bidding process.
iii) blacklisted/ convicted/ defaulter on the date of submission of bid by the
GST or the Income Tax Department.
Intending bidders should upload the Affidavit duly notarized on stamp
paper of Rs.500/- as per prescribed format.

6) Intending bidder should upload the undertaking for Submission of Bid on stamp
paper of Rs.100/- as per prescribed format.

7) The offer shall remain valid for a period of one hundred twenty (120) days from
the Bid Submission End Date as per bidding programme.

8) EMD to be paid via online Payment Gateway mode. The information of E-


Payment Gateway available on E-Tendering Website http://mahatenders.gov.in
The scanned copy of the valid E.M.D. documents i.e. Online Payment Receipt
or Bank Guarantee of appropriate amount in PDF format shall be uploaded.
9) Tender Processing Fee of ` 70,800/- including GST @ 18% (non-refundable)
to be paid via online Payment Gateway mode only. The information of E-
Payment Gateway available on E-Tendering Website http://mahatenders.gov.in

10) Bidder who obtains the minimum qualifying marks and fulfilling mandatory
eligibility criteria is eligible for issue of Bid document.

11) For further details regarding the above, contact Executive Engineer (AP-IV),
CIDCO Ltd., Navi Mumbai International Airport (NMIA), Belapur Railway
Station complex, Tower No.10, 3rd Floor, CBD-Belapur, Navi Mumbai –
400614. Tel. No. 022-61365231.

12) For any details regarding e-Tendering system in CIDCO, please call at 24 x 7
Help Desk No. 0120 – 4001 002, 0120 – 4200 462, 0120 – 4001 005, 0120 –
6277 787. International Bidders are requested to prefix 91 as country code.
Email Support – For any Issues or Clarifications relating to the published
tenders, bidders are requested to contact the respective Tender Inviting
Authority.
Email - support-eproc@nic.in

Superintending Engineer (Airport)


CIDCO Limited.
BIDDING PROGRAMME
Name of Work: Design and Construction of Bridges BR-4 & BR-5 on Gadhi
River for eastern connectivity to Navi Mumbai International
Airport under NMIA Project.

C.A.NO. 10/CIDCO/EE(AP-IV)/2022-23

Sr. Critical Dates (DD.MM.YYYY / Hrs. Mins.)


No.
1. Publishing Date 20.06.2023/17.00 Hrs.

2. Document Download / Sale Start Date 20.06.2023/17.00 Hrs.

3. Document Sale End Date 17.07.2023/17.00 Hrs.

4. Bid Submission Start Date 20.06.2023/17.00 Hrs.

5. Bid Submission End Date 17.07.2023/17.00 Hrs.

6. Technical Bid Opening Date 19.07.2023/15.00 Hrs.

1) All bidders are required to submit original documents viz. Undertaking for
Submission of Bid, Affidavit for Non-Blacklisting, Integrity Pact and Bank
Guarantee towards EMD (If uploaded) within 3 working days from the expiry date
of Financial Bid Opening during office hours in the office of Superintending
Engineer (Airport) / Executive Engineer (AP-IV), CIDCO Ltd., Navi Mumbai
International Airport (NMIA), 2nd Floor, Tower No. 10, CBD Belapur Railway
Station Complex, CBD Belapur, Navi Mumbai. The failure or omission to submit
the original documents as said above shall disqualify the bidder for this bid and also
debar the agency for issue of bids for further one year.
2) Bidders are requested to upload their pre-bid queries online on e-mail I.D.
ee.ap4@cidcoindia.com from 21.06.2023 to 30.06.2023 and the reply to
these queries will be given online on 07.07.2023 as a Corrigendum.

Superintending Engineer (Airport)


CIDCO Limited.
MARKING SYSTEM FOR
EVALUATION OF TECHNICAL BIDS

ANNEXURE- I
No. Criterion Max. Individual Actual
Marks weightage Marks
TOTAL MARKS 100
● Minimum Qualifying Marks (Approx. 75%) 75
A Organization Structure & Performance 20
A-1 Constitution & Experience 10
a Govt. Undertaking 10
b Public Limited Co. 8
c Pvt. Ltd. Co./ Partnership Firm having:
i) More than 10 yrs. Experience 6
ii) Between 5 & 10 years’ Experience 4
iii) Up to 5 years’ Experience 2
A-2 Performance 10
Execution of similar type of works completed costing
min. Rs.117.60 crores within original stipulated time
schedule, in last 7 (Seven) years.
a Three Projects 10
b Two Projects 8
c One Projects 6

B Plant & Equipments (Ownership) 20


1) Ready Mix Concrete (RMC) Plant of capacity 5
minimum 60 Cum. Per Hr.
2) Concrete Transit Mixers 8 cum. Capacity – 2
Minimum 8 Nos. (0.25 Mark for each Mixer)
3) Concrete Pumps (capacity minimum 45 cum./hour) 2
Minimum 2 Nos. (1 Mark for each Pump)
4) Boom Placer (36 Mtr.) (capacity minimum 80 cum./hour) 1
Minimum 2 Nos. (0.5 Mark for each Boom Placer)
ANNEXURE- I
No. Criterion Max. Individual Actual
Marks weightage Marks
5) Overhead Gantry for Girder Casting Yard 1
1) Minimum 100 Tonne capacity – 1 No. (0.5 Mark)
2) Minimum 20 Tonne capacity – 1 No. (0.5 Mark)
6) Pre-stressing arrangement / equipments i.e. jacks & 1
grouting pumps etc. of required capacity (0.5 Mark for
Jack & 0.5 Mark for Grouting Pump)
7) Tipper – Minimum 10 Nos. (0.1 Mark for each) 1
8) Vibro Roller - 1 No. 1
9) Sensor Paver – 1 No. 1
Plant & Equipments (Ownership/ On Hire Basis)
10) Hydraulic Piling Rig with suitable rock cutting 2
arrangement for pile diameter 1200 mm. (Minimum 2
Nos.) (1 Mark for each Rig)
11) Crane (200 M.T. Cap.) – 1 No. 1
12) Crane (400 M.T. Cap.) – 2 Nos. (1.0 mark each 2
Crane)

C Work Experience 60
C-1 Financial Work Experience (exclusive of GST) 30
C.1.1 a) One similar completed work of Construction of 25
Bridges over River or Creek minimum
amounting to Rs.235.20 Crores in last 7 years.
b) One similar completed work of Construction of 5
Bridges over River or Creek minimum amounting
of value more than Rs.235.20 Crores in last 7
years (1.0 mark for every additional Rs.11.76
Crores) (Max. 5 marks)
OR
a) Two similar completed works of Construction 25
of Bridges over River or Creek. Each work
minimum amounting to Rs.147.00 Crores in
last 7 years.
b) Two similar completed works of Construction of 5
Bridges over River or Creek. Each work
ANNEXURE- I
No. Criterion Max. Individual Actual
Marks weightage Marks
minimum amounting of value more than
Rs.147.00 Crores in last 7 years (1.0 mark for
every additional Rs.14.70 Crores) (Max. 5 marks)
OR
a) Three similar completed works of Construction 25
of Bridges over River or Creek. Each work
minimum amounting to Rs.117.60 Crores in last
7 years.
b) Three similar completed works of Construction 5
Bridges over River or Creek. Each work
minimum amounting of value more than
Rs.117.60 Crores in last 7 years (1.0 mark for
every additional Rs.11.76 Crores) (Max. 5 marks)

C-2 Physical Work Experience 30


C.2.1 a) One work of Construction of Bridge over River 25
or Creek of minimum area of 29,184 sqm.
(Excluding approaches) and at least 1 span of
minimum length of 36 mtr. in last 7 years.
b) One work of Construction of Bridge over River 5
or Creek of minimum area of 29,184 sqm.
(Excluding approaches) and at least 1 span of
minimum length of 36 mtr.in last 7 years (1.0
mark for every additional area of 1,459 sqm.)
(Max. 5 marks)
OR
a) Two works of Construction of Bridges over 25
River or Creek of minimum area of 18,240 sqm.
(Excluding approaches) and at least 1 span of
minimum length of 36 mtr.in last 7 years.
b) Two works of Construction of Bridges over 5
River or Creek of minimum area of 18,240 sqm.
(Excluding approaches) and at least 1 span of
minimum length of 36 mtr.in last 7 years (1.0
mark for every additional area of 1,824 sqm.)
(Max. 5 marks)
ANNEXURE- I
No. Criterion Max. Individual Actual
Marks weightage Marks
OR
a) Three works of Construction of Bridges over 25
River or Creek of minimum area of 14,592 sqm.
(Excluding approaches) and at least 1 span of
minimum length of 36 mtr.in last 7 years.
b) Three works of Construction of Bridges over 5
River or Creek of minimum area of 14,592 sqm.
(Excluding approaches) and at least 1 span of
minimum length of 36 mtr.in last 7 years (1.0
mark for every additional area of 1,459 sqm.)
(Max. 5 marks)
TOTAL MARKS 100
Marks scored

Notes :
1) The Bidders are required to submit the documentary proof of work experience and
ownership of plant & machineries. If the machineries i.e. Cranes & Hydraulic pile rigs on
hire basis, the bidder shall submit an agreement for hire of cranes & hydraulic pile rigs on
Rs. 500/- stamp paper from the owner of machinery provider stating that, machineries shall
be deployed extensively for this work only. Also shall submit the proof of ownership of
machineries from the machinery provider.
2) Successful Bidder has to provide and install his own Ready-Mix Concrete (RMC) Plant of
capacity minimum 60 Cum. Per Hr. in working condition along with valid consent to install
and operate from MPCB. RMC plant shall be installed within 25 Km. arial distance from
work site area within 60 days from the issue of Work Order or before the issue of design,
drawings proof checked from IIT, Bombay for Good for Construction. If Successful Bidder
fails to install the RMC plant within stipulated time period, penalty of Rs.10,000/- (Rupees
Ten Thousand) per day will be imposed and will be deducted from Agency’s R.A. Bills.
3) The bidder shall arrange site visit at his own cost for the projects mentioned in the
application/bid document for verification by CIDCO officials.
 

Superintending Engineer (Airport)


CIDCO Limited.
Signature Not Verified
Digitally signed by ISHAN AVINASH
MUNJEWAR
Date: 2023.06.20 15:48:47 IST
Location: Maharashtra-MH

You might also like