You are on page 1of 7

Based on the above tabulation, the bid quoted by M/s Uma Infratech Pvt Ltd.

Ghaziabad is
lowest and is ranked L-1 and the bid quoted by M/s. Suresh Construction Co., Pratapgarh
is ranked L-2 and so on.
6.1.1 Discussion on the offer of M/s. Uma Infratech Private Limited- Ghaziabad (Bid
ID: 141757)
All SN mentioned, are from the Tender File No 2/6, unless specifically mentioned otherwise.
Condition/Stipulation to be fulfilled
SNo Status/ Details of compliance
( Check for responsiveness)
Accepted through the e-offer on
IREPS upto 31.03.2022.
1 Accept validity of offer (45 days) Further, validity extended and
accepted upto 15.05.2022 vide letter
placed at SN 15.
Nil deviation statement against
Tenderer should normally not stipulates any special
2 tender specifications  (placed at
conditions as per Annexure-1-A
S.No.99)
Submitted vide Bank Transaction Id
Earnest money (Rs.6,45,900/-) in cash through e-
3 CKS8177928 on IREPS (placed at
payment gateway
S.No.131)
Partner Shri Hemant Sharma is the
4 Authorised signatory power of attorney authorized signatory of the firm
(placed at S.No.105 & 106)
5 Certificate in standard format as per Annexure-A ; Not Submitted
6 Documents required from bidders:
Submitted in details of firm (placed
i. Proforma No. I: Particulars of tenderer
at S.No.136)
Proforma No. II: Details of works executed similar to Submitted 01  work list (placed at
ii.
tendered work S.No.132)
Proforma-III-A: List of works completed during last 07
(seven) years, giving description of work, organization
Submitted  list of work completed
iii. for whom executed, awarded value of contract, date of
(placed at S.No.10 & 11)
award, scheduled completion, actual start, actual
completion and final value of contract.
Proforma-III-B: List of works on hand: description of
Submitted 2 completed work
iv. work, contract value, approx. Value of balance work yet
(placed at S.No.10 & 11)
to be done and date of award.
Proforma-IV: List of plant and machinery available on
Submitted list of plant & machinery
v. hand (own) and proposed to be inducted (owned/ hired,
(placed at S.No.134)
to be given separately) for the subject work.
Proforma-V: List of personnel, organisation available on Submitted list of personnel
vi.
hand and proposed to be engaged for the subject work. organisation (placed at S.No.133)
Not submitted, it is mandatory to
submit the list of deployed
vii. Proforma-VI: Identity Card format
employees and identity cards,
before commencement of the work.
Submitted site visit (placed at
viii. Proforma-VII: Declaration of site of visit
S.No.1)
Any other document the tenderers may like to submit in
xi. No other documents submitted.
support of his credentials/ scheme.
Submitted as Nil Deviation
xii. Deviation statement as per Annexure-I- A, if any.
statement (placed at S.No.99)
PAN:AABCU4568M (SN114)
xiii. PAN & GSTIN GSTIN:09AABCU4568MIZP
(SN113)
Documents for Company registered under Companies 
Act  2013:
(i) The copies of MOA (Memorandum of Association) / Bidder is a Private Limited
AOA (Articles of Association) of the company Company registered
(ii) A copy of Certificate of Incorporation under Companies Act 1956
(iii) A copy of Authorization/Power of Attorney issued (i)MoA & AoA placed at 116-130
by the Company (backed by the resolution of Board of (ii) Copy of Certificate of
Directors) in favour of the individual to sign the tender Incorporation submitted and placed
7. on behalf of the company and create liability against the at SN115
company. (iii) Copy of resolution of Board of
(iv) An undertaking that the Company is not black listed Directors placed at SN 104
or debarred by Railways or any other Ministry / (iv)Undertakinng regarding
Department of Govt. of India from participation in blacklisting submitted and placed at
tender on the date of opening of bids, either in SN 7.
individual capacity or as a member of the partnership
firm or JV in which the Company was / is a
partner/member

As per para 3.2 of Railway Board letter No. 2017/Trans/01/Policy dated 08.02.2018
incorporated in the tender document “The tenderers shall submit a affidavit on a non-judicial
stamp paper stating that they are not liable to be disqualified and all their
statements/documents submitted along with bid are true and factual. Standard format of the
affidavit to be submitted by the bidder is enclosed as annexure-A. Non submission of an
affidavit by the bidder shall result in summary rejection of his/their bid” M/s. Uma
Infratech Private Limited- Ghaziabad has not submitted the affidavit in appropriate
format given in Tender document(placed at SN 119 of File 1/6)
In support of technical eligibility criteria specified, the bidder has submitted one work as
similar nature physically completed work which is placed at SN 132 of File 2/6 as per which
details are summarized herewith;
SN Name of work Agreement Work Value Remarks
no-
1 Construction of 2 blocks AAPL/2017/01 Rs. 26,19,22,610.00 Work
(A&B) of B+S+14 floors Dated completed
(height 43.2 meter) including 30.06.2017 on 31.10.2020
plumbing, electrical and (Placed SN-
external development works. 98).

TC observes that the work completion certificate has been issued by Secretary of AJPA
Parishad Sehkari Awas Samiti Limited, Ghaziabad which is placed at SN-10 of File 2/6. As
stated by the bidder at SN 132, AJPA Parishad Sehkari Awas Samiti Limited is a Co-
operative Society.
As per work completion certificate issued by Secretary, the AJPA Parishad Sehkari Awas
Samiti Limited is registered under Uttar Pradesh Housing and Development Board under
Section-7, U.P. Co-operative Societies Act.1965. It is not a government body and neither a
public listed company. The bidder has not submitted any document along-with the bid which
ascertains that AJPA Parishad Sehkari Awas Samiti Limited is a Public listed company
having average annual turnover of Rs 500 crore and above in last 3 financial years excluding
the current financial year, listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of opening of tender.
Hence, in view of above TC concludes that M/s Uma Infratech Pvt Ltd. Ghaziabad does
not fulfills the minimum eligibility criteria as per Tender clause 9.1. Hence, this offer is
NOT discussed further.

6.1.2 Discussion on the offer of M/s Suresh Construction Co., Pratapgarh (Bid ID:


81183)

All SN mentioned, are from the Tender File No 3/6, unless specifically mentioned otherwise.
(a) Check for responsiveness of Bid
Condition/Stipulation to be fulfilled
SNo Status/ Details of compliance
Accepted through the e-offer on
IREPS upto 31.03.2022.
1 Accept validity of offer (45 days) Further, validity extended and
accepted upto 15.05.2022 vide letter
placed at SN 14.
Nil deviation statement against
Tenderer should normally not stipulates any special
2 tender specifications (placed at
conditions as per Annexure-1-A
S.No.81)
Submitted vide Bank Transaction Id
Earnest money (Rs.6,45,900/-) in cash through e-
3 220416648967 on IREPS (placed
payment gateway
at S.No. 54)
Shri Dilip Kumar Ahuja is the
4 Authorised signatory power of attorney authorized signatory of the firm
(placed at S.No.63)
5 Certificate in standard format as per Annexure-A ; Self-declaration Submitted at SN3.
6 Documents required from bidders:
Submitted in details of firm (placed
i. Proforma No. I: Particulars of tenderer
at S.No 80)
Proforma No. II: Details of works executed similar to Submitted 01 work list (placed at
ii.
tendered work S.No. 27)
Proforma-III-A: List of works completed during last 07
(seven) years, giving description of work, organization
Submitted list of work completed
iii. for whom executed, awarded value of contract, date of
(placed at S.No.85)
award, scheduled completion, actual start, actual
completion and final value of contract.
Proforma-III-B: List of works on hand: description of
Submitted 2 completed work
iv. work, contract value, approx. Value of balance work yet
(placed at S.No. 87)
to be done and date of award.
Proforma-IV: List of plant and machinery available on
Submitted list of plant & machinery
v. hand (own) and proposed to be inducted (owned/ hired,
(placed at S.No.88)
to be given separately) for the subject work.
vi. Proforma-V: List of personnel, organisation available on Submitted list of personnel
hand and proposed to be engaged for the subject work. organisation (placed at S.No.82)
Not submitted, it is mandatory to
submit the list of deployed
vii. Proforma-VI: Identity Card format
employees and identity cards,
before commencement of the work.
Submitted site visit (placed at
viii. Proforma-VII: Declaration of site of visit
S.No.1)
Any other document the tenderers may like to submit in
xi. No other documents submitted.
support of his credentials/ scheme.
Submitted as Nil Deviation
xii. Deviation statement as per Annexure-I- A, if any.
statement (placed at S.No.81)
PAN: AATFS3238F (SN 25)
xiii. PAN & GSTIN
GSTIN:09AATFS3238F12T(SN77)
Documents for Company registered under Companies 
Act  2013:
M/s Suresh Construction Co.,
(i) The copies of MOA (Memorandum of Association) /
AOA (Articles of Association) of the company Pratapgarh is partnership firm
(ii) A copy of Certificate of Incorporation registered with registrar of firm vide
(iii) A copy of Authorization/Power of Attorney issued Registration No-I-175972 dated
by the Company (backed by the resolution of Board of 19/2/2020
Directors) in favour of the individual to sign the tender (i)Not submitted
7. on behalf of the company and create liability against the (ii) Not submitted.
company. (iii) Partnership deed placed at SN
(iv) An undertaking that the Company is not black listed 55-77 & declaration at SN54A
or debarred by Railways or any other Ministry /
(iv)Undertaking regarding
Department of Govt. of India from participation in
blacklisting submitted and placed at
tender on the date of opening of bids, either in
SN 58A.
individual capacity or as a member of the partnership
firm or JV in which the Company was / is a
partner/member

The bid of M/s Suresh Construction Co., Pratapgarh is considered as responsive.


(b) Technical eligibility criteria
In support of technical eligibility criteria, the bidder has submitted one work as similar na-
ture physically completed work which is placed at SN 26 as per which details are summa-
rized herewith;

SN Name of work Agreement No Cost of Work Remarks


4 Construction of ROB in lieu 75-W/174/ 6.13 Crore Work
of Dy.CE/C/ALD (Initial Cost) completed on
L-xing No.37-B of km dated: 13.09.2012 6.698 Crore 31.08.17.
907/31-33 at Allahabad- (Revised Cost) Work
Kanpur section near Khaga completion
station on Khaga-Kishanpur certificate is
Road. placed at SN
27.

TC observes that the work completion certificate placed at SN 27 has been issued by
Deputy Chief Engineer/Construction/Allahabad, North Central Railway on 18.06.2019 vide
letter No 75-W/174/DY. CE/C/ALD and work has been actually completed satisfactorily on
31.08.2017 with revised cost of (Rs 6.698 Cr + PVC of Rs 93.76 lacs) which is more than the
required monetary value of one similar works costing not less than the amount equal to 60%
of advertised value of tender i.e. Rs. 5.95 Crs. and work also completed on 31.08.2017 i.e.,
within the qualifying period of last 7 years.
The work experience certificate has been issued by Govt. Organization i.e., North Central
Railway. The relevant copy of work order, bill of quantities, bill wise details of payment
received duly certified by Chartered Accountant, for all payments received and copy of
final/last bill paid by railway in support of above work experience certificate have not been
submitted by the bidder.
However, in work completion certificate it is not clearly indicated that this work involves any
pile foundation work. Since, it has been issued from office of Deputy Chief
Engineer/Construction/Allahabad, North Central Railway, it has been ascertained that pile
foundation work has been executed by M/s Suresh Construction Co., Pratapgarh which is
in fulfillment of similar nature of work for the instant tender.

Hence, TC concludes that M/s Suresh Construction Co., Pratapgarh fulfills the
minimum technical eligibility criteria as per Tender clause 9.1.

M/s Suresh Construction Co., Pratapgarh has submitted the certificates of contractual
payments, issued by Chartered Accountant Chandani Singh & Associates, CA Sunil
Chandani (M.No. 407627) UIN 21407627AAAADA5758 for the year 2018-19, 2019-20,
2020-21 and 2021-22 (till 14.02.2022), placed at SN 24 of File 3/6. The FY wise details are
tabulated herewith;

As per CA certificate
Financial Year (Contractual Payment
receipts)

2018-19 Rs.99926930.00
2019-20 Rs. 131593653.00
2020-21 Rs. 116864478.00
Current FY up to Rs. 40657259.00
14.02.2022
Total Rs. 389042320.00

As per above table, M/s Suresh Construction Co., Pratapgarh has received contractual
payments of Rs. 38.90 Crores in the previous three financial years and the current financial
year up to the date of inviting of tender, which is more than 150% of the advertised value of
the tender i.e., Rs. 14.42 Crores and same has been duly certified by Chartered Accountant
Praveen Godbole & Co Chartered Accountants, Allahabad (M. No 400902) in Tax Audit
Report with Profit & loss account statement for the year 2018-19, 2019-20 (placed at SN 20-
21), 2020-21(placed at SN 22-23). Form 26AS generated through TRACES of Income Tax
Department of India for FY 2018-19,2019-20,2020-21,2021-22 has also been submitted by
the bidder and is placed at SN 4-19.
Hence, TC concludes that M/s Suresh Construction Co., Pratapgarh fulfills the minimum
financial eligibility criteria as per Tender clause 9.2.
7.REASONABLENESS OF RATES
The estimated cost is consisting in three schedules. Schedule-A is having DSR-2019,
Schedule-B is having IRUSSOR- 2019 items and Schedule-C is having non-Schedule items.
Updated LAR’s and average LAR’s taken for consideration are from nearby local
contracts/units for averaging the rates;

From above table, it is evident that overall offered value of this work quoted by
the firm M/s Suresh Construction Co., Pratapgarh is 1.95% above than the
updated cost based on the relevant LARs which is marginally little high but overall,
4.58 % below the estimated cost. The instant Tender involves the steel structural
works costing to approximately 35 to 40% of total estimated cost and there has
been a substantial hike in steel prices in last 3-4 months.
Hence, the rates quoted by the firm M/s Suresh Construction Co., Pratapgarh
may be considered genuine and reasonable.

In view of above, the tender committee conclude that M/s Suresh Construction
Co., Pratapgarh is lowest eligible tenderer and recommends to accept the offer of
M/s Suresh Construction Co., Pratapgarh at the cost of Rs. 9,46,46,461.00 (Rs.
Nine Crores Forty-Six Lakh Forty Six Thousand Four Hundred Sixty One Only)

Description Advt. Value M/s Suresh Construction


(Rs.) Co,Pratapgarh

Bid Rate Bid Amount


(Rs.)
Schedule A 75378338.68 At Par 75378338.68
Schedule B 23539518.76 At Par 23539518.76
Schedule C 260995.00 At Par 260995.00
Total cost of work 99178852.44 Gross offer value 99178852.44
Rebate on gross 4.58 %
value
Net offer value 94646461.00

You might also like