Anda di halaman 1dari 105

Pre-qualification Document

GOVERNMENT OF MADHYA PRADESH


NARMADA VALLEY DEVELOPMENT DEPARTMENT
NARMADA VALLEY DEVELOPMENT AUTHORITY

BHIKANGAON-BINJALWARA MICRO LIFT IRRIGATION SCHEME

VOLUME – I

PREQUALIFICATION DOCUMENT
(ENVELOPE - B)

Standard Bidding Document for Turnkey Contracts


Execution of Bhikangaon-Binjalwara Micro Lift Irrigation Scheme on “Turnkey” basis
comprising of lifting of 0.356 lps/hectare water for irrigation in 50,000 hectare from ISP
Main Canal at RD 57.85 km. for providing water with Micro-irrigation up to 2.5 hectare
chak with residual head of 20 meters at 2.5 hectare chak. This includes work of survey,
planning, design, drawing, estimation, Land acquisition/purchase, preparation and
obtaining all statutory clearance, shifting and reinstallation of existing H.T. and L.T.
electrical lines, Telephones lines, water supply lines etc. execution and installation of
electric lines from M.P.P.K.V.V.C.L. substation to various pumping stations with all
clearances from statutory authorities. Supply, installation and testing of suitable pumps
and motor with related electrical components including regulation and control of complete
system by SCADA, construction of pump houses, control rooms, rising mains, gravity
mains, break pressure tanks and all inline structures including road crossing of highway
and other roads, pipe line etc. with all clearances from the respective authorities,
supplying and fixing of miscellaneous accessories of pump houses, rising mains etc.
construction of underground piped main canal and distribution network up to 2.5 ha. chak
for culturable command area, construction of residential and nonresidential buildings with
approach roads, internal roads at the pump house locations, preparation of all relevant
documents for constitution of Water User Association of command area and all other
miscellaneous works related to entire system as directed by Engineer-In-charge during
construction. Power consumption (including all types of power) in the whole system
should not exceed 29.76 MW at the time of commissioning and 30.26 MW in 15 years
lifetime, Commissioning of the entire system and operation and maintenance of complete
commissioned system for 24 months.

Chief Engineer
Indira Sagar Project (Canals)
Sanawad Distt. Khargone (M.P.)

Narmada Valley Development Authority, Bhopal 0


Pre-qualification Document

GOVERNMENT OF MADHYA PRADESH


NARMADA VALLEY DEVELOPMENT DEPARTMENT
TENDER DOCUMENT
TURN KEY TENDER NIT
NIT No. 11 /G/CE//2017-18 Sanawad dated. 10.12.2017

1 Name of work Execution of Bhikangaon-Binjalwara Micro Lift Irrigation Scheme


on “Turnkey” basis comprising of lifting of 0.356 lps/hectare water
for irrigation in 50,000 hectare from ISP Main Canal at RD 57.85 km.
for providing water with Micro-irrigation up to 2.5 hectare chak
with residual head of 20 meters at 2.5 hectare chak. This includes
work of survey, planning, design, drawing, estimation, Land
acquisition/purchase, preparation and obtaining all statutory
clearance, shifting and reinstallation of existing H.T. and L.T.
electrical lines, Telephones lines, water supply lines etc. execution
and installation of electric lines from M.P.P.K.V.V.C.L. substation
to various pumping stations with all clearances from statutory
authorities. Supply, installation and testing of suitable pumps and
motor with related electrical components including regulation and
control of complete system by SCADA, construction of pump
houses, control rooms, rising mains, gravity mains, break pressure
tanks and all inline structures including road crossing of highway
and other roads, pipe line etc. with all clearances from the
respective authorities, supplying and fixing of miscellaneous
accessories of pump houses, rising mains etc. construction of
underground piped main canal and distribution network up to 2.5
ha. chak for culturable command area, construction of residential
and nonresidential buildings with approach roads, internal roads
at the pump house locations, preparation of all relevant documents
for constitution of Water User Association of command area and
all other miscellaneous works related to entire system as directed
by Engineer-In-charge during construction. Power consumption
(including all types of power) in the whole system should not
exceed 29.76 MW at the time of commissioning and 30.26 MW in
15 years lifetime, Commissioning of the entire system and
operation and maintenance of complete commissioned system for
24 months.

2 Value of work put to Rs. 706.66 Crore


tender

3 Amount of Earnest Rs. 50.00 Lakh


money
4 Time allowed 42 Months including rainy season
5 To whom issued
6 (a) Cost of tender Rs. 50,000.00 (Fifty Thousand Only) (Not refundable)
document

Narmada Valley Development Authority, Bhopal 1


Pre-qualification Document

GOVERNMENT OF MADHYA PRADESH


NARMADA VALLEY DEVELOPMENT DEPARTMENT
BHOPAL (M. P.)

TENDER DOCUMENT
TURN KEY TENDER

Execution of Bhikangaon-Binjalwara Micro Lift Irrigation Scheme on “Turnkey” basis


comprising of lifting of 0.356 lps/hectare water for irrigation in 50,000 hectare from ISP Main
Canal at RD 57.85 km. for providing water with Micro-irrigation up to 2.5 hectare chak with
residual head of 20 meters at 2.5 hectare chak. This includes work of survey, planning, design,
drawing, estimation, Land acquisition/purchase, preparation and obtaining all statutory
clearance, shifting and reinstallation of existing H.T. and L.T. electrical lines, Telephones lines,
water supply lines etc. execution and installation of electric lines from M.P.P.K.V.V.C.L.
substation to various pumping stations with all clearances from statutory authorities. Supply,
installation and testing of suitable pumps and motor with related electrical components
including regulation and control of complete system by SCADA, construction of pump houses,
control rooms, rising mains, gravity mains, break pressure tanks and all inline structures
including road crossing of highway and other roads, pipe line etc. with all clearances from the
respective authorities, supplying and fixing of miscellaneous accessories of pump houses,
rising mains etc. construction of underground piped main canal and distribution network up to
2.5 ha. chak for culturable command area, construction of residential and nonresidential
buildings with approach roads, internal roads at the pump house locations, preparation of all
relevant documents for constitution of Water User Association of command area and all other
miscellaneous works related to entire system as directed by Engineer-In-charge during
construction. Power consumption (including all types of power) in the whole system should
not exceed 29.76 MW at the time of commissioning and 30.26 MW in 15 years lifetime,
Commissioning of the entire system and operation and maintenance of complete
commissioned system for 24 months.

TENDER DOCUMENT CONTAINS FOLLOWING VOLUMES

1. Prequalification Document : Volume I


2. Tender document for Turnkey contract with : Volume II
Price proposal
3. Technical Specification, Drawing and Design : Volume III
Parameters and Quality Control guidelines.

Narmada Valley Development Authority, Bhopal 2


Pre-qualification Document

TABLE OF CONTENTS
Sr. No. Description Page No.
I Notice Inviting Tender (Press Tender Notice)
7
II Notice Inviting Tender
10
III IMPORTANT INFORMATION AND KEY DATES FOR THE
INTENDING BIDDER 16

SECTION I
21
Instruction to Bidders
A GENERAL 22

1 Description of the project 22

1.1 Objective of the Project 22

1.2 Present Status


23
1.3 Scope of Work (Particulars are Provisional)
23
1.4 Time for completion:
26
2.0 Source of Funds
27
3.0 Eligible Bidder
27
4.0 Instruction to Applicants
28
5.0 Qualification of the Bidder
29
6.0 One Bid per Bidder
30
7.0 Cost of Bidding
30
8.0 Site Visit
30
B Bidding Documents
31
9.0 Content of Bidding Documents
31
10.0 Clarification of Bidding Documents
31

Narmada Valley Development Authority, Bhopal 3


Pre-qualification Document

TABLE OF CONTENTS
Sr. No. Description Page No.
11.0 Amendment of Bidding Document
32
C Preparation of Bids
32
12 Language of Bid
32
13 Documents Comprising the Bid
33
14 Bid Form and Price Schedules
34
15 Bid Currencies
34
16 Bid Validity
34
17 Earnest money Deposit
35
18 Alternative Proposals by Bidders
35
19 Pre-Bid Meeting
35
20 Format and Signing of Bid 36
D Preparation & Submission of Bids
36
21 Sealing and Marking of Bids
36
22 Deadline for submission of Bids
38
23 Late Bids 39
24 Modification and Withdrawal of Bid 39

E Opening and Evaluation of Technical Proposals


39
25 Opening of Prequalification Document
39
26 Examination of Bids and Determination of Responsiveness
40
27 Price Bid Opening
41
28 Evaluation and Comparison of Price Bids
41
29 Discrepancy in Contract Price quoted.
41

Narmada Valley Development Authority, Bhopal 4


Pre-qualification Document

TABLE OF CONTENTS
Sr. No. Description Page No.
30 Process to be Confidential.
41
F Award of Contract
42
31 Award Criteria
42
32 Notification of Award 42

33 Signing of Contract Agreement 43

34 Performance Security 43

35 Fraudulent Practice
43
SECTION II
44
Pre-qualification Criteria
1 General
45
2 Qualifying Criteria
48
3 Submission by Bidder
52
4 Disqualification
53
Letter of Transmittal 54
Section III
Technical Schedule for Pre-Qualification 57

FORM 1 General Information 58


FORM 1 A Structure and Organization 59
FORM 2 Turn Over Record in all classes of Civil Engineering Works only 61
FORM 2A Joint Venture Summary
62
FORM 2B Financial Capability
63
FORM 2C Summary of Joint Venture (Net Worth) 64
FORM 2D Financial Resources 65
FORM 2E Summary of Joint Venture (Financial Resources) 66
FORM 2F Bank Certificate credit limit 67
FORM 3 Current Contract Commitments (In terms of Affidavit) 68
FORM 3A Summary for Joint Venture (Current Contract Commitments) 69
FORM 4 Irrigation Projects Executed in last seven years 70

Narmada Valley Development Authority, Bhopal 5


Pre-qualification Document

TABLE OF CONTENTS
Sr. No. Description Page No.
FORM 5 Personnel Requirement For The Project 71
FORM 6 Equipment Requirement for use on the Project 72
FORM 6A Equipment Requirement for use on the project (Owned by the
73
Bidder)
FORM 6B Equipment Requirement for use on the project (LEASED) 74
FORM 6C Equipment Requirement for use on the project
75
(TO BE PROCURED)
FORM 7 Litigation History 76
FORM 8 List of Relatives working in Department 77
FORM 9 Experience Criteria 78
FORM 9A Summary for Joint Venture (Experience Criteria) 79
FORM 10 Bid Capacity 80
FORM 10A Summary for Joint Venture (Bid Capacity) 81
FORM 11 Providing and laying of pipes 82
FORM 11A Joint Venture Summary Providing and laying of pipes 84
FORM 12 Details of work executed by the bidder in Madhya Pradesh 86
S–1 Laying in a single or multiple contracts, at least 6.3 km of rising
main with 2950 mm or more diameter MS/DI pipes with static
87
head 30 meter or more in last seven years (2010-2011 to 2016-
2017 or 2011-12 to 2017-18).
S–2 Laying in a single or multiple contracts, at least 40 km of 1300
mm or more diameter MS/DI pipes last seven years (2010- 88
2011 to 2016-2017OR 2011-12 to 2017-18).
S–3 Laying of M.S /D.I./HDPE or combination thereof Pipe line of
1221 KM for water pipe line for pipe dia. 100 mm and above, in
89
a single or multiple contracts in last seven years (2010-2011 to
2016-2017 or 2011-12 to 2017-18).
S–4 Execution of distribution network (DISNET) of at least 50,000
hectares for irrigation, in last seven years in single or multiple 90
projects (2010-2011 to 2016-2017OR 2011-12 to 2017-18).
S–5 Work Methodology 91
Annexure I Salient Feature 92
Annexure II Power calculation 97
Drawings
1 Index Map 98
2 Line Diagram 100
3 DISNET Planning 500 Ha to 20 Ha 101
4 DISNET Planning 20 Ha to 2.5 Ha 102
5 Note on Automation Control for Disnet 103
6 Cross section of ISP Main canal at RD 57.85 k.m. 104

Narmada Valley Development Authority, Bhopal 6


Pre-qualification Document

Press Tender Notice

Narmada Valley Development Authority, Bhopal 7


Pre-qualification Document

OFFICE OF THE CHIEF ENGINEER


INDIRA SAGAR PROJECT (CANALS) SANAWAD
DISTRICT KHARGONE
E-Mail: ceispnvdasand@gmail.com Phone : 07280-234608
Fax : 07280-234608

BRIEF NOTICE INVITING TENDER


(Second Call )

N.I.T. No. 11 /G/2017-18/ Sanawad, Dated: 10.12.2017

Online tender for the following work has been invited on the e – Procurement system
Portal website http://mpeproc.gov.in
Tender details are as below:-

Name of : Execution of Bhikangaon – Binjalwara Micro Lift Irrigation Scheme on


the work “Turnkey” basis for irrigation in 50,000 ha up to 2.5 ha.chak as per detail scope
of work.
Probable Amount of Contract
(Rs. In Crore) : Rs. 706.66 Crore

EMD ( inRs.) Rs. 50.00 Lakhs


Cost of Tender Documents Rs. 50,000 (Fifty Thousand Only)

: ( Non refundable)

Date of Purchase of tender


documents : Up to 26.12.2017 ,17.30

on line Submission of bid : Up to 27.12.2017 17.30

Date of Opening of EMD and 29.12.2017 from 10.30 AM ONWARD


Pre-qualification
:

Date of Opening of Financial Bid of Qualified Bidders- 05.01.2018 from 10.30 AM. The
tender documents can be purchased only online from the above website after making
online payment using credit card or Internet Banking Account.
Detailed N.I.T. and other details can be viewed on the above mentioned portal.

Sd/-
(M. S. Ajnare)
Chief Engineer
Indira Sagar Project (Canals)
Sanawad Distt. Khargone (M.P.)

Narmada Valley Development Authority, Bhopal 8


Pre-qualification Document

dk;kZy; eq[; vfHk;ark


bafnjk lkxj ifj;kstuk ¼ugjs½a lukon
ftyk [kjxksu ¼e-iz-½

E-Mail: ceispnvdasand@gmail.com Phone : 07280-234608


Fax : 07280-234608

laf{kIr fufonk vkea=.k lwpuk


¼ fnrh; vkea=.k½

fufonk lwpuk Ø- 11@lk-@2017&18@ fnukad 10.12.2017

fuEudk;Z dh vkWuykbZu fufonk bZ&izhD;ksja esaV flLVe iksVZy ls osclkbZV http://mpeproc.gov.in ij


tkjh dh xb ZgS A fufonk dh laf{kIr tkudkjh fuEukuqlkj gS&dk;Z dk fooj.k&50000 gs - {kS= esa flapkbZ gsrq
Hkhduxkao&fcUtyokM+k ekbØks mn~ogu flapkbZ ifj;kstuk dk VuZ dh i)fr ij fuekZ.k dk;Z ¼Ldksi vkWQ odZ
ds vuqlkj½ %&

1- vuqca/k dh vuqekfur jkf'k ¼:- djksM+ esa½ & :- 706-66 djksM+


2- /kjksgj jkf'k ¼:- es½a & :- 50-00 yk[k
3- fufonk izi= dk ewY; & :- 50]000 ¼ipkl gtkj½ ¼okilh ;ksX; ugh½
4- vkWuykbZu fufonk dz; djus dk fnukad & 26.12.2017 17.30 तक
5- vkWuykbZu fufonk nLrkost tek djus dk fnukad & 27.12.2017 17.30 तक
6- /kjksgj jkf'k ,oa iwoZ vgZrk izi= [kksyus dk fnukad & 29.12.2017, 10.30
7- foÙkh; fufonk [kksyus dk fnukad & 05.01.2018, 10.30

fufonk izi= mijksDr osclkbZV ij ØsfMV dkMZ ;k bUVjusV csfa dx [kkrs ls Hkqxrku djus ds mijkar
dsoy vkuykbZu Ø; fd;k tk ldrk gSA fufonk dh foLr`r tkudkjh ds fy;s mijksDr osclkbZV dk
voyksdu djsA

gLrk-
¼,e-,l- vtukjs½
eq[; vfHk;ark
bafnjk lkxj ifj;kstuk ¼ugjsa½
lukon ftyk& [kjxksu ¼e-iz-½

Narmada Valley Development Authority, Bhopal 9


Pre-qualification Document

Notice Inviting Tender (NIT)

Narmada Valley Development Authority, Bhopal 10


Pre-qualification Document

OFFICE OF THE CHIEF ENGINEER


INDIRA SAGAR PROJECT (CANALS) SANAWAD
DISTT. KHARGONE (M.P.)
NOTICE INVITING TENDER
(Second Call )
NIT No. 11 /G/2017-18/ Sanawad, dated :10.12.2017

Online tenders for construction of Bhikangaon – Binjalwara Micro Lift Irrigation Scheme with pre-
qualification document under Narmada Valley Development Authority on Turn-key Basis are here by
invited from the leading Construction Agencies having successfully executed Irrigation project and / or
infrastructure project and commissioning from registered Contractors in A category under centralized
registration system with Engineer in Chief P.W.D. MP Bhopal and firm of repute who have
successfully executed similar work (provided they get themselves registered in the appropriate class
prior to opening of price bid).
Estimated
amount Amount
of of Period
Cost of
S. contract Earnest Category of
Name of Work Tender of
No. (Base Money contractors
(Rs.) completion
Year (Rs. in
2017) (Rs. lakhs)
in Crores)
1 2 3 4 5 6 7
1. Execution of Bhikangaon-Binjalwara 706.66 50.00 Rs.50,000 “A” class 42 Months
Micro Lift Irrigation Scheme on (Fifty registered in including
“Turnkey” basis comprising of lifting of
0.356 lps/hectare water for irrigation in Thousand E-in-C rainy
50,000 hectare from ISP Main Canal at RD Only) (Non- P.W.D. season
57.85 km. for providing water with Micro- Refundable) Bhopal M.P.
irrigation up to 2.5 hectare chak with
residual head of 20 meters at 2.5 hectare or
chak. This includes work of survey,
Unregistered
planning, design, drawing, estimation,
Land acquisition/purchase, preparation firms of
and obtaining all statutory clearance, repute.
shifting and reinstallation of existing H.T.
and L.T. electrical lines, Telephones lines,
water supply lines etc. execution and
installation of electric lines from
M.P.P.K.V.V.C.L. substation to various
pumping stations with all clearances from
statutory authorities. Supply, installation
and testing of suitable pumps and motor
with related electrical components
including regulation and control of
complete system by SCADA, construction
of pump houses, control rooms, rising
mains, gravity mains, break pressure

Narmada Valley Development Authority, Bhopal 11


Pre-qualification Document

Estimated
amount Amount
of of Period
Cost of
S. contract Earnest Category of
Name of Work Tender of
No. (Base Money contractors
(Rs.) completion
Year (Rs. in
2017) (Rs. lakhs)
in Crores)
1 2 3 4 5 6 7
tanks and all inline structures including
road crossing of highway and other
roads, pipe line etc. with all clearances
from the respective authorities, supplying
and fixing of miscellaneous accessories
of pump houses, rising mains etc.
construction of underground piped main
canal and distribution network up to 2.5
ha. chak for culturable command area,
construction of residential and
nonresidential buildings with approach
roads, internal roads at the pump house
locations, preparation of all relevant
documents for constitution of Water User
Association of command area and all
other miscellaneous works related to
entire system as directed by Engineer-In-
charge during construction. Power
consumption (including all types of
power) in the whole system should not
exceed 29.76 MW at the time of
commissioning and 30.26 MW in 15 years
lifetime, Commissioning of the entire
system and operation and maintenance of
complete commissioned system for 24
months.
1. This invitation of Tender is open to all Bidders, who are registered under “A” class in E-
in-C P.W.D., Bhopal M.P. under centralized registration or unregistered firm of repute.
2. Intending tenderers shall enroll online in the website http://www.mpeproc.gov.in.
3 Tender Documents along with pre-qualification documents can be purchased online
from 10.12.2017 17.31 Hrs. to 26.12.2017, 17.30 Hrs. from http://www.mpeproc.gov.inand
the bidder should submit the bid online up to 27.12.2017 17:30. For list of payments
accepted online, please see the "User Guide."
4 The Bid data should be filled and all the documents which are to be uploaded by the bidders
should be submitted online between dt from 10.12.2017 17.31 Hrs. to 27.12.2017, 17.30. The
Contractors shall submit the pre-qualification information in the prescribed proforma for
assessment of eligibility in online Envelope - „B‟ with price bids in Form SBD in a separate
online Envelope - „C‟.

Narmada Valley Development Authority, Bhopal 12


Pre-qualification Document

5 PQ documents not submitted online shall not be considered even if submitted manually
thereafter. PQ documents submitted online shall only be considered and no supplemental
information shall be entertained nor called for except the information sought by the department
relating to the technical design submitted by the bidder. Department may at its discretion call
for clarifications of the design submitted by the bidder
6 Since, the bids for the tender are required to be digitally signed using Class III digital certificate
of the authorized representative of the firm, Contractors are advised to obtain the same at the
earliest. Further information on the same may be obtained from e-Procurement Cell, Room
No. A-427, Fourth Floor, Narmada Bhawan, Bhopal – 462 004.
7 EMD of prescribed amount issued by nationalized or scheduled Bank (other than a co-
operative bank) in the form, of demand draft/FDR/STDR in favour of Executive Engineer
N. D. Division No. 21 Sanawad district Khargone (M.P.)Shall be accepted. EMD in the
form of Bank Guarantee, issued from any nationalized bank/schedule bank (other than
co-operative bank) situated anywhere in India shall also be accepted. However it is
clarified that for successful bidder, all securities that are permissible to be deposited as
FDR/STDR/Call Deposit Receipt/Bank Draft/BG shall only be issued from bank branches
situated in M.P. of prescribed amount issued by nationalized Bank/Schedule Bank
(Other than Co-operative bank).
8 The Earnest Money Deposit (Envelope – 'A') and (pre-qualification document - Envelope
'B') shall be opened online on 29.12.2017 10.30 onwards in the presence of any intending
contractors or their representatives, if they choose to be present.
9 After assessment of eligibility of the tenderers by the competent authority on the basis of
pre-qualification documents submitted by the Contractors in Envelope – 'B' and after
verification of the certificate issuing authorities as to the genuineness of the certificates
at the discretion of the competent authority, Envelope-C (Price Bid) of only pre-qualified
contractors shall be opened online from 05.01.2018 10.30 onwards.
10 For obtaining other details of works and for work site visit the Superintending
Engineer, N.D. Circle No 8,Sanawad district Khargone (M.P.) (Phone No. 07280-
233132 (Office)) may be contacted.
11 Pre-bid meeting shall be held in the meeting hall of Narmada Bhawan, Fourth Floor,
NVDA Bhopal (MP), on 19.12.2017 at 12.30 PM. All prospective bidders may participate
in the meeting for clarification on technical points.
12 In support of copies of Certificates/Documents in the pre – qualification documents
submitted by the Contractor, the Contractor/his representative have to submit
(manually) the original Certificates/ Documents, on 28.12.2017 10.30 AM to 5.30 PM ,for
verification in the meeting hall , Fourth Floor, Narmada Bhawan, Bhopal (MP), by the of
Executive Engineer N. D. Division No. 21 Sanawad district Khargone (M.P.) List of
Documents so submitted must be uploaded online.
13 The successful prequalified tenderer if not already registered in “A” class, in E-in-C
P.W.D. Bhopal M.P. shall have to get registered in “A” class in E-in-C P.W.D. Bhopal

Narmada Valley Development Authority, Bhopal 13


Pre-qualification Document

M.P. before opening of his financial bid. In case of JV all the partners will be required to
get this done.
14 Conditional tender will not be accepted and liable to be rejected.
15 Narmada Valley Development Authority reserves the right to accept or reject any or all
tenders without assigning any reasons thereof.
16 N.I.T. and pre-qualification document can be viewed online at
https://www.mpeproc.gov.in.
17 The bid shall be submitted in the same name and style as purchased online. In case of
J.V. or unregistered firm of repute who wish to participate; fresh e-registration,
purchase and submission shall be made in the name of J.V. or firm of repute, as the
case may be.
18 (A) If tender is called first time, then cost of tender form shall be payable as per
provision in government order.
(B) For drawing etc. no additional charges will be taken.
(C) For second or onwards calls if tender is re-invited for the same work then those
tenderers, who have participated in the previous calls of tender, have to pay only
actual processing charges shown on the portal.
(D) If there is a vast change in the configuration of earlier invited tender e.g. change in
type of tender form, recall of tender after splitting, non-execution of agreement, after
acceptance of tender, non-commencement of work, after non-execution of
agreement if tender is called again then it will be considered as first call and all
tenderers have to pay full cost of the tender form.
Sd/-
(M.S.Ajnare)
Chief Engineer
Indira Sagar Project (Canals)
Sanawad Distt. Khargone (M.P.)

Endt. No. 121751 /G/ /2017/ 4751 Sanawad .dated 10.12.2017


Copy is forwarded to: -

1. The Principal Secretary, to Hon’ble Chief Minister, Govt. of M.P. Mantralaya, Bhopal (M.P.)

2. The P.A to Hon’ble State Minister Narmada Valley Development Department, Vallabh
Bhawan, Bhopal (M. P.)

3. The P.A. to ACS to Govt. of M.P. Narmada Valley development Department, Vallabh ,
Bhawan, Bhopal (M.P.)

Narmada Valley Development Authority, Bhopal 14


Pre-qualification Document

4. The P.A. to Vice Chairman, Narmada Valley Development Authority, 59 Arera Hills, Jail
Road, Bhopal.(M. P.)

5. Member (Finance), Narmada Valley Development Authority, 59 Arera Hills, Jail Road,
Bhopal (M. P.)

6. Member (Engineering), Narmada Valley Development Authority, 59 Arera Hills, Jail Road,
Bhopal (M.P.)

7. Member (E&F), Narmada Valley Development Authority, 59 Arera Hills, Jail Road, Bhopal
(M.P.)

8. Director, Directorate of Public Relations, Madhya Pradesh, Bhopal (M.P.), for immediate
publication.

9. The Engineer-in Chief, Water Resources Department, Tulsi Nagar, Bhopal (M. P.)

10. The Commissioner, Revenue Division Indore (M. P.)

11. The Chief Engineer,…………………. Narmada Valley Development Authority, (M. P.)

12. The Commissioner, Information and Publicity, Bhopal, (M.P.)

13. The Collector, Khargone (M. P.)

14. The Superintending Engineer ,……………..Narmada Valley Development Authority, (M. P.)

15. The Contractors Association, Berasia Road, Bhopal. (M. P.)

16. The Nodal officer E-Tendering Cell, N.V.D.A., 59, Arera Hills, Jail Road, Bhopal/ The chief
information officer NVDA Bhopal.

17. of Executive Engineer N. D. Division No. 21 Sanawad district Khargone (M.P.)

Sd/-
(M.S. Ajnare)
Chief Engineer
Indira Sagar Project (Canals)
Sanawad Distt.Khargone (M.P.)

Narmada Valley Development Authority, Bhopal 15


Pre-qualification Document

Important Information and Key Dates for Bidder

Narmada Valley Development Authority, Bhopal 16


Pre-qualification Document

BHIKANGAON - BINJALWARA MICRO LIFT IRRIGATION SCHEME


KEY DATES OF NIT

N.I.T. No. 11 /G/ 2017 Sanawad, Dated: 10.12.2017

S.No. Action Stage Start date & time End date &
. time

1 2 3 4 5

1 NVDA Tender Preparation and Release 10.12.2017 17:31

2 Contractor Tender purchase 10.12.2017 17:31 26.12.2017


17:30

3 Contractor Online Bid Submission 10.12.2017 17:31 27.12.2017


17:30

4 Contractor Manual Submission of Document 28.12.2017 10.30 AM to 5.30 PM

5 NVDA Opening of EMD and Pre- 29.12.2017 10.30 AM ONWARD


Qualification document

6 NVDA Opening of Financial price Bid. 05.01.2018 10:30 ONWARD

NOTE:-
1. Pre-bid meeting shall be held in the meeting hall of Naramda Bhawan, Fourth Floor, NVDA
Bhopal (MP), on 19.12.2017 at 12.30 PM.

2. In support of copies of Certificates/Documents submitted by the contractor for pre-


qualification documents, the contractor/his representative have to submit the original
certificate/documents, on 28.12.2017 between 10.30 AM to 5.30 PM for verification in
the meeting hall, Fourth Floor, Narmada Bhawan, Bhopal (MP), by the Executive
Engineer N.D. Division No. 21Sanawad Dist. Khargone (M.P.).

Narmada Valley Development Authority, Bhopal 17


Pre-qualification Document

IMPORTANT INFORMATION AND KEY DATES FOR THE INTENDING BIDDER


1. Name of Project: Bhikangaon-Binjalwara Micro Lift Irrigation Scheme

2. Name of the Works: Execution of Bhikangaon-Binjalwara Micro Lift Irrigation


Scheme on “Turnkey” basis comprising of lifting of 0.356
lps/hectare water for irrigation in 50,000 hectare from ISP
Main Canal at RD 57.85 km. for providing water with Micro-
irrigation up to 2.5 hectare chak with residual head of 20
meters at 2.5 hectare chak. This includes work of survey,
planning, design, drawing, estimation, Land
acquisition/purchase, preparation and obtaining all statutory
clearance, shifting and reinstallation of existing H.T. and L.T.
electrical lines, Telephones lines, water supply lines etc.
execution and installation of electric lines from
M.P.P.K.V.V.C.L. substation to various pumping stations with
all clearances from statutory authorities. Supply, installation
and testing of suitable pumps and motor with related
electrical components including regulation and control of
complete system by SCADA, construction of pump houses,
control rooms, rising mains, gravity mains, break pressure
tanks and all inline structures including road crossing of
highway and other roads, pipe line etc. with all clearances
from the respective authorities, supplying and fixing of
miscellaneous accessories of pump houses, rising mains
etc. construction of underground piped main canal and
distribution network up to 2.5 ha. chak for culturable
command area, construction of residential and
nonresidential buildings with approach roads, internal roads
at the pump house locations, preparation of all relevant
documents for constitution of Water User Association of
command area and all other miscellaneous works related to
entire system as directed by Engineer-In-charge during
construction. Power consumption (including all types of
power) in the whole system should not exceed 29.76 MW at
the time of commissioning and 30.26 MW in 15 years
lifetime, Commissioning of the entire system and operation
and maintenance of complete commissioned system for 24
months.
3. Estimated Cost of Rs706.66 Crore (Rupees seven hundred Six Crore and Sixty Six
Contract: Lakhs only),
4. Earnest Money Rs. 50.00Lakh (Fifty Lakhs only )
Deposit:
5. Period of Completion: The Construction Works shall be completed in its entirety within
42 Months (Forty Two months),(including rainy seasons) from
the date of issue of the Notice to Proceed with the work and
commissioning and trial run of the completed system along with
maintenance during defect liability period of 36 months.

Narmada Valley Development Authority, Bhopal 18


Pre-qualification Document

6. Eligible Bidders: This Invitation of Tender is open to all Bidders, who are
registered in A category under centralized registration system
with Engineer in Chief P.W.D. MP Bhopal and firm of repute who
have successfully executed similar work (provided they get
themselves registered in the appropriate class prior to opening of
price bid).

7. Reference to Notice N.I.T. No. 11 /G/ 2017-18/ Sanawad, Dated: 10.12.2017

8. Pre-Bid Meeting: A pre-bid meeting shall be held on the following date, time, and
location:
Date: 19.12.2017
Time: 12.30PM.
Place: Pre-bid meeting shall be held in the meeting hall of NVDA
on fourth floor at Narmada Bhavan Bhopal (MP)
9. Bid Validity: Bids shall remain valid for a period of not less than 180 (One
Hundred Eighty) days after the last date of submission of bid.

10. Dead Line for The Bid data should be filled and all the envelopes and the
Submission of Bids: documents which are to be uploaded by the bidders should be
submitted online up to 27.12.2017,17:30. The Contractors shall
submit the pre-qualification information in the prescribed
proforma for assessment of eligibility in online Envelope - „B‟ with
price bids in a separate online Envelope - „C‟.

Documents required to be submitted manually by the


Bidders, if any (not applicable to price bid) should
reach in the meeting hall ,Fourth Floor, Narmada
Bhawan, Bhopal (MP), by the Executive Engineer
N.D. Division No. 21Sanawad Dist. Khargone
(M.P.).on date 28.12.2017 up to 5.30 PM

To be uploaded online only :


Price Bid Proposal Envelope C
To be uploaded online & also submitted manually :-
1. Envelope-A EMD
2. Envelope –B - Volume-I Pre-Qualification Document
Experience Certificate & Other relevant documents.
3. Volume-II Tender Document for Turn-key contract
To be submitted manually only:-
4. Volume-III Technical Specifications. Drawings and
Design Parameters and Quality Control Manual

However please note that any PQ Document (other than


technical design details) not submitted online may not
be considered even if submitted manually and manual
document submitted may be rejected summarily if online
submission is missing for that document. However Chief

Narmada Valley Development Authority, Bhopal 19


Pre-qualification Document

Engineer may call for any explanation or clarification or


additional documents to arrive at a decision about any
PQ document or any entry in such document submitted
online and take such decision as he may deem fit about
the corresponding qualification.

11. Bid Opening: The Earnest Money Deposit Envelope (Envelope - „A‟) and
Envelope – „B‟ shall be opened online on 29.12.201710.30
onward in the presence of any intending contractors or their
representatives, if they choose to be present.
After assessment of eligibility of the tenderers by the competent
authority on the basis of pre-qualification documents submitted by
the Contractors in Envelope – „B, Envelope – „C‟ (Price Bid in
Envelope – „C‟) of only pre – qualified Contractors shall be
opened online on 05.01.2018 10:30 onward. The Date and Time
of opening of Price Bid envelope mentioned in the Tender
schedule is tentative and subject to change. The pre-qualified
Contractors shall be intimated of the final date and time of
opening separately..

12. Important Instructions


(a) Bidders should go through the entire document carefully and note the procedures for
submission of the tender. The tender should be filled up completely and carefully.

(b) Price beds Shall be accepted online only manual submission of price bids shall not be
accepted in any case. Bidders attempting and submit bids manually shall be disqualified
notwithstanding any claim of electrical or electronic failure.

Narmada Valley Development Authority, Bhopal 20


Pre-qualification Document

Section I
Instruction to Bidders

Narmada Valley Development Authority, Bhopal 21


Pre-qualification Document

BHIKANGAON-BINJALWARA MICRO LIFTIRRIGATION SCHEME

SECTION - I
Instructions to Bidder
A. GENERAL

Madhya Pradesh (MP) is the State of India having a geographical area of 30.8 million
hectares. The state is predominantly agriculture-oriented as 80% of its population is
dependent on agriculture. The net sown area of the state is 14.96 million hectares.
In Narmada Valley 29 Major Projects are proposed for construction by the State with
irrigation potential of 14.174 lacs hectares and installed capacity of 2434.50 MW for
power generation, out of which potential of 5.74 lacs hectares has already been
created by completed 5 major projects, 16 medium projects and 893 minor projects.
The Govt. of M. P. under Narmada Valley Development plans has emphasized on
irrigated agriculture.

1. Description of the project

(a) Construction of Pump House

(b) Laying of Rising Main


(c) Installation of Pump including all Electrical works
(d) Control Rooms
(e) Installation of suitable Electrical transmission line
(f) Distribution Network for 50000 Ha. CCA up to 2.5 Ha. chak with minimum 20 m
head.
(g) Total power requirement of 30.26 MW for the whole system.
(f) Operation and Maintenance for two year

The Salient features of the Bhikangaon-Binjalwara Micro Lift Irrigation Scheme are
given in Annexure I.

1.1 Objective of the Project


The objective of the project is to increase production of agriculture and improve the
living standard of farmers in the project area by constructing irrigation Distribution
Network. utilizing limited water resources efficiently and ensure equitable assured
water supply to the designed command area.

Narmada Valley Development Authority, Bhopal 22


Pre-qualification Document

1.2 Present Status


The administrative approval has been accorded and sufficient provision has been made
in the budget for the year 2017-18.

Proposed works under the Contract

Execution of Bhikangaon-Binjalwara Micro Lift Irrigation Scheme on “Turnkey” basis


comprising of lifting of 0.356 lps/hectare water for irrigation in 50,000 hectare from ISP Main
Canal at RD 57.85 km. for providing water with Micro-irrigation up to 2.5 hectare chak with
residual head of 20 meters at 2.5 hectare chak. This includes work of survey, planning, design,
drawing, estimation, Land acquisition/purchase, preparation and obtaining all statutory
clearance, shifting and reinstallation of existing H.T. and L.T. electrical lines, Telephones
lines, water supply lines etc. execution and installation of electric lines from M.P.P.K.V.V.C.L.
substation to various pumping stations with all clearances from statutory authorities. Supply,
installation and testing of suitable pumps and motor with related electrical components
including regulation and control of complete system by SCADA, construction of pump
houses, control rooms, rising mains, gravity mains, break pressure tanks and all inline
structures including road crossing of highway and other roads, pipe line etc. with all
clearances from the respective authorities, supplying and fixing of miscellaneous accessories
of pump houses, rising mains etc. construction of underground piped main canal and
distribution network up to 2.5 ha. chak for culturable command area, construction of
residential and nonresidential buildings with approach roads, internal roads at the pump
house locations, preparation of all relevant documents for constitution of Water User
Association of command area and all other miscellaneous works related to entire system as
directed by Engineer-In-charge during construction. Power consumption (including all types
of power) in the whole system should not exceed 29.76 MW at the time of commissioning and
30.26 MW in 15 years lifetime, Commissioning of the entire system and operation and
maintenance of complete commissioned system for 24 months.

Scope of work envisages the following

Proposed works under the Contract


Execution of Bhikangaon-Binjalwara Micro Lift Irrigation scheme comprising of: -
The Project envisages construction of
(a) Pumping Stations with Pumps including substation, transformer and all
electrical works and Control Room with SCADA, including construction of intake
well.
(b) Rising Mains including Pipeline.
(c) Erection of Electric Line of suitable voltage and power as may be required.
(d) Construction of underground piped main canals & disnet for Micro irrigation up
to 2.5 ha. chak including inline structures & other miscellaneous works.
(e) Construction of DISNET in the command area of 50,000 Ha.
(f) Operation and Maintenance for 24 months.

Narmada Valley Development Authority, Bhopal 23


Pre-qualification Document

Scope of work envisages the following


 Surveying, planning, investigation, sub-soil exploration, fixing alignment,
designing and construction of rising main, Piped canals &disnet as per
investigation and design criteria given in this tender or Water Resources
Department, Government of Madhya Pradesh, relevant I.S. Codes,
Departmental Codes, Circulars issued by department from time to time etc. In
case of conflict between specific requirement and specifications demanded in
this tender and the IS Standards or any other standards, specific requirement
and specifications demanded in this tender shall prevail.

 Preparation of alignment of rising main, Piped canals &disnet on combined


village maps.

 Surveys for fixing of alignment, taking trial pits along the alignments, borrow
area survey and investigation, wherever necessary. Marking the approved
alignments, and inline Structures on the village maps.

 Surveying, investigation, site surveys, finalization of location, designing and


construction of structures on pipe line system as per investigation and design
criteria of Water Resources Department, Government of Madhya Pradesh,
relevant I.S. Codes, IRC Publications, and circulars issued by the department
from time to time etc.

 Catchment area survey, for area less than 2.5 sq. km, Grid survey, Leveling
along the nalla/river to determine the bed slope of the nalla/river, cross section
of nalla/river for cross drainage works, Grid survey for other structures such as
Railway Crossing, Road Crossings, Gas pipe line crossing etc. wherever
required.

 Preparing detailed estimates for all components of work including


Earthwork/Excavation for Rising Main canals disnet etc. as per relevant USR of
the M.P. Water Resources Department and market rates on the basis of
approved alignment and designs, clubbing items for record measurement and
basis of intermediate payments, getting approval from competent authorities.

 Construction of rising main, piped canals &disnet system up to 2.5 ha. chak
excluding cost of land (Private land, Government land, Forest land if any),
property if any, such as wells, trees, houses, land in Abadi etc. acquired for
construction of above system, but including cost of temporary land acquisition
for borrow area if any and area required for underground pipeline either by
negotiating himself or otherwise under the provision of act/policy governing

Narmada Valley Development Authority, Bhopal 24


Pre-qualification Document

temporary acquisition at that time at Contractor‟s Cost including crop


compensation if any, relevant I.S. code, I.R.C. Publications and circulars issued
by the Department time to time, necessary structures required to meet-out
effective and efficient regulation of discharge. Private lands shall be purchased
at the first instant by the contractor for which he shall be reimbursed the cost as
per actual subject to the ceilings imposed by land acquisition act/purchase
policy of the State Govt. in force at that time if any. Such land shall be handed
over to the State Govt .under provisions of the MPLRC after completion of the
work along with other assets. In case contractor fails to procure land on his
own, on his request the State Govt would procure land as per the prevailing
provisions of the land acquisition act/purchase policy of the State Govt. but the
delay in this process if any shall not be attributable to the State/NVDA.
Design, Supply and installation of pumps, rising main and construction of
Control Rooms with asphalt approach road, distribution chambers, Civil works
of Pump Houses, all in-lined concrete structures, diversion of nalla and training
works for pipe line crossing excluding cost of land (Private land, Government
land, Forest land etc.), property such as wells, trees, houses, land in Abadi etc.
acquired for construction of above system, but including cost of temporary land
acquisition for borrow area either by negotiation himself or compulsory land
acquisition at Contractor‟s cost and crop compensation if any, designs &
construction of underground piped canals disnet up to 2.5 ha. chak.Private
lands shall be purchased at the first instant by the contractor for which he shall
be reimbursed the cost as per actual subject to the ceilings imposed by land
acquisition act/purchase policy of the State Govt. in force at that time if any.
Such land shall be handed over to the State Govt .under provisions of MPLRC
after completion of the work along with other assets. In case contractor fails to
procure land on his own, on his request the State Govt would procure land as
per the prevailing provisions of the land acquisition act/purchase policy of the
State Govt. but the delay in this process if any shall not be attributable to the
State/NVDA.
 Preparing temporary land acquisition cases for borrow area if any, underground
pipeline, haul road, camp office etc., required if any, preparing permanent land
acquisition cases for pump houses & other buildings including demarcation of
land by boundary stones on the basis of approved alignment (private land,
Government land, forest land if any) property cases such as wells, trees,
houses, land in Abadi if any etc., submitting to the department, pursuing the
same with LAO and others authorities getting approval / award from competent
authority. Private lands shall be purchased at the first instant by the contractor
for which he shall be reimbursed the cost as per actual subject to the ceilings
imposed by land acquisition act/purchase policy of the State Govt. in force at
that time if any. Such land shall be handed over to the State Govt .under
provisions of the MPLRC after completion of the work along with other assets.

Narmada Valley Development Authority, Bhopal 25


Pre-qualification Document

In case contractor fails to procure land on his own, on his request the State
Govt would procure land as per the prevailing provisions of the land acquisition
act/purchase policy of the State Govt. but the delay in this process if any shall
not be attributable to the State/NVDA.

 Wherever the Pipe line for raising main and Piped canal system is crossing
below Railway line, Gas Pipe Line, High ways the contractor has to prepare,
necessary proposals for seeking permissions of concerned authorities. The
Engineer-in-Charge will process such proposals to the Railway, Gas and
Highway authorities concerned. Pursuing with these Authorities for their
approval etc., implementing conditions imposed by them etc. shall be the
responsibility of the Contractor. The Contractor shall include such cost in the bid
price.

 Commissioning and trial run of the entire system and maintenance during part
commissioning and during defect liability period of 36 months, Over and above
stipulated 42 months (Forty Two months) period of completion for construction
of entire work. i.e. 18 months after operation and maintenance period of 24
months Electricity Bill during trial run shall be borne by the department. If any
charges are levied by Electricity Discom for giving required connection(affording
Charges) or if any additional transformer is required to be installed by Discom to
provide connection from their end, these charges shall also be borne by the
department. However the arrangements for supply of power and other ancillary
works shall be done by the bidder and cost for such works shall also be borne
by the bidder.

 The Supplying and fixing of miscellaneous accessories of pump house rising


main construction of underground piped main canal and distribution network up
to 2.5 Ha. Chak with residual head of 20 m. it should be regulated and
controlled by SCADA.

The scope of the work given above is only indicative and as an advance
information to assist the bidders and detailed scope has been described
separately in detailed NIT (Volume II, Clause 1).

Bids not covering the entire scope will be treated as non-responsive and will be liable
for rejection.

1.4 Time for completion:


The time for completion of the project including time required for creation of construction
facilities and infrastructure works, necessary pre-construction survey, investigation, soil

Narmada Valley Development Authority, Bhopal 26


Pre-qualification Document

exploration, design and engineering etc.for the inline structures etc., shall not exceed 42
months from the date of Agreement. Stipulated period of completion is the main
essence of the contract and shall be strictly adhered to.

2.0 Source of Funds


2.1 Sufficient allotment is likely to be available.

3.0 Eligible Bidder


3.1 This is a national competitive bidding, open to all bidders, in India who are
registered in the appropriate category under the “Centralized Registration
System with Engineer in Chief P.W.D. MP, Bhopal,” and firms of repute who
have successfully executed similar works provided they get themselves
registered in the appropriate class prior to opening of the price bid. These may
include:
(a) Indian individual person
(b) Indian Proprietary firm / Partnership firm Registered in India.
(c) Indian Limited company or limited corporation.
(d) Indian Government Undertaking / Enterprise.
(e) Any combination of the above in the form of an existing Joint Venture, or
with the intent to constitute a legally enforceable Joint Venture.

A tenderer (including all members of a joint venture) should not be affiliated with
a firm or entity which has provided consultancy services during the preparatory
stages of the work / part of work under tender.
3.2 A Bidder shall not have a conflict of interest. All Bidders found to be conflict of
interest shall be disqualified. A Bidder may be considered to have a conflict of
interest with one or more parties of the bidding parties in the bidding process, if
they:

a) have controlling shareholders in common; or


b) receive or have received any direct or indirect subsidy from any one of them:
or
c) have a relationship with each other, directly or through common third
parties, that puts them in a position to have access to information about or
influence on the Bid of another Bidder that influence the decisions of the
NVDA regarding the bidding process.
3.3 Government-owned / undertaking enterprises in India shall be eligible only if they
can establish that they are legally and financially autonomous and operate under
commercial law.

Narmada Valley Development Authority, Bhopal 27


Pre-qualification Document

3.4 Bidders shall provide such evidence of their continued eligibility up to the
satisfaction of the NVDA, as the NVDA shall reasonably require.
3.5 The number of partner in a Joint venture (JV) shall not exceed three in any case.
3.6 No JV partner shall be an idle partner. Idle partner would mean a partner which
does not qualify on at least one of the following-
(a) Financial criteria ( Vol –I, Section II, P.Q Criteria, 2.1.1 a &2.1.1 c)
(b) Experience criteria ( Vol –I, Section II, P.Q Criteria, 2.1.2 a)
(c) Physical criteria ( Vol –I, Section II, P.Q Criteria, 2.1.3, 1 & 2)
(d) Financial Resources (vol. I, Section II, P.Q. Criteria, 2.1.1.b, provided that at
least 25 % Credit Limit is met by that partner.
Clarification:-
1. An idle partner shall be any JV Partner how does not fulfill at least one of the
criteria mentioned at (a), (b), (c) and (d) above.
2. A partner will be treated as an idle partner if even without his contribution
other partner/partners in the JV fulfill all the PQ criteria as required.
3. JV with such an idle partner will be disqualified.

4.0 Instruction to Applicants


4.1 If an individual makes the application, it shall be signed by the individual above
his full name and current address.
4.2 If proprietary firm makes the application, it shall be signed by the proprietor above
his full name of his firm with current address.
4.3 If the application is made by a firm in partnership it shall be signed by all the
partners of the firm, above their full type written names and current addresses or
by a partner holding valid power of attorney for signing the application in which
case a certified copy of the power of attorney shall be enclosed with the
application. A certified copy of the partnership deed, current address of all the
partners of the firm shall also be enclosed with the application.
4.4 If the application is made by a limited company or a limited corporation it shall be
signed by a duly authorized person holding the power of attorney of signing the
application in which case a certified copy of the power of attorney shall be
enclosed with the application. Such limited company or corporation may be
required to furnish satisfactory evidence of his existence before the pre-
qualification is awarded.
4.5 In case of a Joint Venture the sponsoring firm shall submit complete information
and identity of the lead firm. It would be necessary for the Joint Venture to
establish to the satisfaction of the authority that the venture has been made
practical, workable and legally enforceable arrangement amongst the parties, that
responsibilities regarding the execution and financial arrangements have been
clearly laid down
4.6 All witnesses and sureties shall be person of status and probity and their full
names, occupations and addresses shall be stated below their signatures.

Narmada Valley Development Authority, Bhopal 28


Pre-qualification Document

4.7 Any change in the legal status of the applicant subsequent to submission of pre-
qualification application will render the application as non-responsive.
4.8 The particulars of the proposed work given herein are provisional and must be
considered only as advance information to assist applicant.
4.9 In case of Power of Attorney, the original Power of Attorney shall be shown on
demand by Officers of NVDA at the time of opening of tender or whenever
demanded.
5.0 Qualification of the Bidder
5.1 To be qualified for award of Contract, bidders shall:
(a) Satisfy the minimum qualification criteria prescribed in section - II.
(b) Submit a written power of attorney authorizing the signatory of the Bid to commit
the bidder;
(c) Submit, update information in sufficient details for work in hand, future
commitments, and current litigation, for assessment of the financial capacity of
the Bidder including member of the Joint Venture.
5.2 Bids submitted by a joint venture of two or more firms as partners shall comply
with the following requirements:
(a) Deleted
(b) One of the partners shall be nominated to be in charge; and this nomination shall
be evidenced by submitting a power of attorney signed by legally authorized
signatories of all the partners;
(c) The partner in charge shall be authorized to incur liabilities, receive instructions
for and on behalf of any or all partners of the joint venture and the entire
execution of the Contract, including receiving payments, shall be done exclusively
with the partner in charge;
(d) All partners of the joint venture shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract terms, and a relevant
statement to this effect shall be included in the authorization mentioned under (b)
above as well as in the Form of Bid and the Form of Contract Agreement (in case
of a successful bid); and
(e) A copy of the agreement entered into by the joint venture partners shall be
submitted with the Pre-qualification document (Envelope “B”) as well as in Price
Bid (Envelope „C‟).
(f) The joint venture agreement should indicate precisely the responsibility of all
members of JV in respect of planning, design, construction, equipment, key
personnel, work execution, financing etc., of the project. This should not be
varied/ modified subsequently.

Narmada Valley Development Authority, Bhopal 29


Pre-qualification Document

(g) The shareholding of the Lead Partner of the Joint Venture shall not be less than
51%. Lead Partner shall not be allowed to exit at any stage prior to completion
of the project.

(h) The figures of physical experience and financial turnover of the partners of a
Joint Venture shall be as prescribed in minimum qualifying criteria as given in
Section II, Clause 2
(i) Deleted
(j) No firm, individual company or corporation may join more than one joint
venture.
(k) If the bidder have executed the works in the past as Lead Partner (or Partner) in
a Joint Venture then the bidders, experience and physical performance will be
only considered to the extent of their shareholding in those joint venture,
irrespective of the actual experiences and physical performance of the
individual member of those joint venture and irrespective of any internal
understanding among the members of those joint venture(s).
(l) The financial, experience and physical performance of sub-contractor of the
bidder will not be taken in to consideration. also the financial, experience and
physical performance of the bidder will not be taken in to consideration for the
works executed as a sub-contractor. However the same will be taken in to
consideration if the financial turnover of the Main Contractor is more than
Rs.500.00 Crore in the years of execution.
(m) The bid, and in case of a successful bidder, the form of contractor agreement
shall be signed and/or executed in such a manner as may be required for
making it legally binding on the all partners (including operative parts of the
ensuring contract in respect of agreement of Arbitration. Etc.) On award of work,
the form of agreement and contract documents shall be signed by all partners
of the joint venture to conclude contract agreement.

6.0 One Bid per Bidder


6.1 Each Bidder shall submit only one Bid either by himself, or as a partner in a joint
venture. A Bidder who submits or participates in more than one Bid for the
particular works will be disqualified.

7.0 Cost of Bidding


7.1 The Bidder shall bear all costs associated with the preparation, submission,
clarification, and to attend discussions/conference in connection of this tender. The
NVDA in no case will be responsible or liable for those costs whatsoever.

8.0 Site Visit


8.1 The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the Bid and entering into a contract for the design-build and completion and

Narmada Valley Development Authority, Bhopal 30


Pre-qualification Document

commissioning of the works. The costs of visiting the Site and investigation etc.
shall be at the bidders own expense.
8.2 The Bidder and any of its personnel or agents will be granted permission by the NVDA
to enter upon its premises and lands for the purpose of such inspection, but it is
deemed that the bidder, its personnel and agents, will release and indemnify the
NVDA and its personnel and agents from and against all liability in respect thereof and
the Bidder will be responsible for death or personal injury, loss of or damage to
property and any other loss, damage, costs and expenses incurred as a result of the
inspection.
8.3 For visit to site the of Executive Engineer N. D. Division No. 21 Sanawad district
Khargone (M.P.) or Superintending Engineer, N.D.Circle No 8,Sanawad district
Khargone (M.P.)may be contacted during office hours.

B. Bidding Documents

9.0 Content of Bidding Documents


9.1 The bidding documents are as stated below, and should be read in conjunction with
any Addenda issued in accordance with Clause 11 if any:

Volume I: - Pre-qualification Document.


Volume II: - Tender document for Turnkey contract with Price proposal.
Volume III: - Technical Specifications. Drawing and design Parameter and
Quality control manual

9.2 The Bidder is expected to examine carefully the contents of the Bidding
documents. Failure to comply with the requirements of Bid submission will be at the
bidder's own risk. Pursuant to Clause 26 bids which are not responsive to the
requirements of the bidding documents will be rejected.
9.3 Tenderer required procuring priced publications as IS codes, IRC Publication, and
Circulars issued by the Department time to time or Govt. publications can be
obtained from respective offices of the concerned department at Bhopal or other
any place in India on payment.
10.0 Clarification of Bidding Documents
10.1 A prospective Bidder requiring any clarification on the bidding documents may
contact the CHIEF ENGINEER, Indira Sagar Canals Sanawad distt. Khargone
(MP) in writing or by fax (hereinafter the term "fax" is deemed to include electronic
transmission such as facsimile, cable and telex). The CHIEF ENGINEER will
respond to any request for clarification, which it receives earlier than 10 (ten) days
prior to the deadline for submission of bids or questions raised during pre-bid
meeting, if scheduled. Copies of the department's response, including a description
of the enquiry, will be forwarded to all the purchasers of the bidding documents.

Narmada Valley Development Authority, Bhopal 31


Pre-qualification Document

For clarification purpose address of officer is,


Chief Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP)
Tele: (O) 07280-2234608 Fax No. 07280-234608
10.2 In the event of any conflict or discrepancy within the bidding document, the priority
of documents shall be as below.
(a) Form of Contract Agreement;
(b) The Letter of Acceptance;
(c)Volume-I Pre-qualification document
(d) The Conditions of Contract including detailed notice inviting tender (Volume II);
(e) The Special Conditions of Contract (Volume II);
(f) The Design parameters (Volume III)
(g) The technical specifications, the drawings, quality control manual (volume III)

11.0 Amendment of Bidding Document


11.1 At any time prior to the deadline for submission of bids, the NVDA may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the bidding documents by issuing addenda.
11.2 Any addendum thus issued shall be part of the bidding documents and shall be
communicated in writing or by fax to all purchasers of the bidding documents.
Prospective bidders shall acknowledge receipt of each addendum by fax to the
Chief Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP).

11.3 To give prospective Bidders reasonable time to take an addendum into account in
preparing their bids, the Bid Inviting Officer may extend, if necessary, the last date
for submission of Bids.

C. Preparation of Bids

12.0 Language of Bid


12.1 The bid, and all correspondence and documents, related to the bid, exchanged
between the Bidder and the NVDA and authorized officers shall be written in the
English language. Supporting documents and printed literature furnished by the
Bidder may be in another language provided they are accompanied by an accurate
translation of the relevant passages in the English language, in which case, for
purposes of interpretation of the Bid the English translation shall prevail.

Narmada Valley Development Authority, Bhopal 32


Pre-qualification Document

13.0 Documents Comprising the Bid


13.1 The Bid comprise the following.

a. Volume I: - Pre-qualification Document


b. Volume II: - Tender document for Turnkey contract with Price proposal
c. Volume III: - Technical Specifications Drawings and Design Parameters Quality.
Control Manual
13.2 Price Bid
13.2.1 The bidder shall quote his price in the prescribed format given in Volume–II Section
III Price Proposal in Indian Rupees.

13.2.2 Bidders shall quote for the entire work on a firm lump sum price and on a single source
responsibility basis.

13.2.3 1 The rates and price quoted by the bidder should not include GST. GST shall be paid
separately as applicable on the invoice date.

13.2.3.2 The rates and prices quoted by the Bidder are not subject to adjustment during the
performance of the Contract for all other taxes, duties and any other levies(other
than GST which shall not be a part of the price bid) except Price Adjustment as
per Clause 113 of Condition of Contract

13.2.4 Notwithstanding anything that is stated, the price once accepted by the Employer shall
be final and shall not be subject to any claim on any grounds whatsoever.

13.2.5 The bid offer shall be for the whole work and not for individual items / part of the work.

13.2.6 All duties, taxes, and other levies (other than GST) payable by the contractor as
per State / Central Government rules, shall be included in the contract value
quoted by the Bidder.
13.2.7 Bidders shall quote price in the proforma given in Vol. II, Section III (Price
Proposals). The contractor is expected to quote the bid price in lump sum after
careful analysis of cost involved for the performance of work complete considering
all specifications and conditions of contract.

13.2.8 The bidder shall submit along with his bid monthly cash-flow statement based on
requirement of funds (Indian Rupees) to match the Physical targets of construction.
13.2.9 The bidder shall pay special attention as regards achieving of critical milestones on
schedule, so as to ensure final commissioning on time. The Government/NVDA
shall critically monitor both the Physical as well as Financial Targets, on monthly
and quarterly basis. Shortfalls, if any, in the monthly targets shall be immediately
rectified by supplementing the resources by the contractor leading to increase the
progress, so as to achieve the quarterly targets as per schedule.

Narmada Valley Development Authority, Bhopal 33


Pre-qualification Document

13.3 Construction Programme


13.3.1 The Bidder shall include in his Bid (Envelope B), a detailed construction programme
of executing the Project, describing broadly the Technology and Construction
Methodology of Major Components of the Project including survey, investigation,
soil exploration, design & Engineering, estimation, land acquisition proposals,
construction and completion of total project, trial run of total system. The
programme shall be supplemented with Master Control Network. The copy will be
submitted with the PQ Document (Envelope „B‟) as well as the Price Bid (Envelope
„C‟)

13.3.2 The Government/NVDA reserves the right to request for changes in the Master
control Network during pre-award discussions with the responsive bidder. Mutually
agreed Master Control Network shall form part of the Contract.

14. Bid Form and Price Schedules


14.1 The Bidder shall complete the Bid Forms and schedules furnished in the bidding
documents in the manner and detail indicated therein, following the requirements of
Clause 13.2 and 15.

15. Bid Currencies


15.1 All prices shall be quoted in Indian Rupees.

16. Bid Validity


16.1 Bids shall remain valid for a period of not less than180 (One Hundred Eighty) days after
the last date of submission of bid.

16.2 During the above-mentioned period no plea by the Bidder for any sort of modification
of the Bid based upon or arising out of any alleged misunderstanding, misconceptions
or mistake or due to any reason(s) whatsoever will be entertained.

16.3 In exceptional circumstances, prior to expiry of the original time limit, the Chief
Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP). May request the
bidders to extend the period of validity for a specified additional period. Such request
to the Bidders shall be made in writing. A Bidder may refuse the request without
forfeiting his E.M.D. A Bidder agreeing to the request will not be permitted to modify
his Bid, but will be required to extend the validity of his E.M.D. for the period of the
extension.

17. Earnest money Deposit


17.1 The Bidder shall furnish, as part of its bid, an Earnest money for an amount of
Rs.50.00 lakhs in Indian Rupees. (Fifty lakhs only).

Narmada Valley Development Authority, Bhopal 34


Pre-qualification Document

17.2 The Earnest money shall be at Bidders option in one of the form as specified in the
relevant clause of detail NIT. The Earnest Money shall remain valid for 30 days
beyond the original validity period for the bid and beyond any extension period,
subsequently requested under sub clause 16.3 above.
17.3 Any Bid not accompanied by an acceptable Earnest money shall be rejected as non-
responsive.
17.4 The Earnest money of the unsuccessful bidders will be returned, immediately after
opening of price bid except L-1 bidder.
17.5 The Earnest money of the successful Bidder will be returned when the Bidder has
signed the Contract Agreement and furnished the required performance security.
17.6 The Earnest money shall be forfeited:

a.) if the Bidder modifies or withdraws bid, during the period of Bid validity
b.) if the Bidder does not accept the correction of his Bid price pursuant to Clause 29 or
c.) in the case of a successful bidder , if he fails within the specified time limit to: furnish
the required performance security and sign the Contract Agreement.

17.7 Interest or any other charges whatsoever, will not be payable by the
Government/NVDA on the above EMD.

18. Alternative Proposals by Bidders


18.1 Bidders shall submit bids, which comply with the requirement of the Bidding
Documents. Alternative bids will not be considered.

19. Pre-Bid Meeting


19.1 The Bidder or its authorized representative may attend a pre-Bid meeting which will
take place at Narmada Bhavan Bhopal (MP) on 19.12.2017 at 12.30 PM.
19.2 The purpose of the meeting will be to clarify issues and to answer questions on
technical matters only.
19.3 The Bidder is required to examine and check the Government/NVDA‟s Design Criteria
including specifications, included in the tender document, and inform of any changes
logical or otherwise during or prior to the pre-Bid meeting in writing
19.4 The Bidder may submit questions if any, in writing, or by fax, to reach the Chief
Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP)up to the date of pre
bid meeting.
19.5 Minutes of the meeting, including the text of the questions raised and the responses
given, will be transmitted without delay to all purchasers of the bidding documents,
which will form part of bidding document.
19.6 Non-attendance at the pre-Bid meeting will not be a cause for disqualification of a
bidder. Nevertheless, bidders may participate in the pre-Bid meeting to help ensure

Narmada Valley Development Authority, Bhopal 35


Pre-qualification Document

that they fully understand the key concerns of the department and the department‟s
requirements.

20. Format and Signing of Bid


20.1 The application is invited for the work as detailed in the brief note. The pre-qualification
documents in prescribed form duly completed and signed shall be submitted.

20.2 The original Bid shall be typed or written in indelible ink and shall be signed by a
person or persons duly authorized to sign on behalf of the bidder. Application should
be type written and applicants name must be appear on each page of the application.
Over writing should be avoided, mistakes should be scored through the correction
incorporated and attested with the applicants initials in ink.

All qualification documents shall be numbered and submitted as a package with


the signed letter of transmittal.

The Bidder shall sign on the cover page of the documents, to confirm that he has read
and accepted all the contents and conditions contained therein, and shall affix his
signature on all pages of Volume I, Volume II, and Volume III, as mentioned in the sub
clause 9.1.

In addition, all pages of the Bid where entries or amendments have been made shall
be initialed by the person or persons signing the bid.

20.3 The Bid shall contain no alterations, omissions or additions, except those to comply
with instructions issued by the Chief Engineer, Indira Sagar Canals Sanawad distt.
Khargone (MP) or as necessary to correct errors made by the bidder, in which case
such corrections shall be initialed by the person or persons signing the bid.

20.4 The cost incurred by the applicant in preparing this application, in providing
clarifications or attending discussion, conferences in connection with
documents shall not be reimbursed under any circumstances.

20.5 Bidder shall collect all information on existing infrastructure like approach
to construction area, power telecommunications etc., and satisfy himself
prior to submission of his / their bid.

D. Preparation & Submission of Bids


21. Sealing and Marking of Bids
21.1 The bid data should be field and of all the envelopes and the documents which are to
be uploaded by the bidders should be submitted online up to date 27.12.2017 17:30
the contractors shall submit the pre-qualification information in the prescribed proforma
for assessment of eligibility in online Envelope “B” and price bids in a separate online
Envelope “C” documents requirements to be submitted manually by the bidders, if

Narmada Valley Development Authority, Bhopal 36


Pre-qualification Document

any (Not applicable to price bid) should reach in the meeting hall at fourth floor
Narmada Bhaven NVDA Bhopal (MP) , on date 28.12.2017up to 5.30 PM.
To be uploaded online only
Price bid proposal.
To be uploaded online and also submitted manually.
1. Envelope-A EMD
2. Envelope-B Volume-I Pre-qualification document Experience Certificate
and other relevant document.
3. Envelope-C Volume-II Tender document for Turnkey contract
To be submitted manually only.
4. Volume-III Technical specifications drawing and design, Parameter and
Quality Control Manual.
21.2 The tenderers are advised to go through the pre-qualification documents carefully
and furnish the required details duly supported by documentary evidence (which must
be self-attested as well as attested by a Gazetted Officer), as their eligibility for this
contract. Pre-qualification shall be decided on the basis of the information/documents
submitted by them in Envelope “B”.

21.3 Deleted
21.4 Since the bids for the tender required to be digitally signed under Class-III digital
certificate of the authorized representative of the firm, contractor are advised to obtain
the same at the earliest. Further information on the same may be obtained from fourth
Floor Narmada Bhawan Bhopal -462004.
21.5 The earnest money deposit Envelope (Envelope-A) and Envelope-B shall be
opened online on 29.12.2017, 10.30 onward in the presence of the intending
contractors or their representatives if they choose to be present. After assessment of
eligibility of the tenderers by the competent authority on the basis of pre-qualification
documents submitted by the contractors in envelope B, Envelope-C (Price bid in
Envelope-C)only pre-qualified contractors shall be opened online on 05.01.201810:30
onward. The date and time of opening of price bid envelope mentioned in the tender
schedule in tentative and subject to change. The pre-qualified contractors shall be
intimated of the final date and time of opening separately.
21.6 Deleted
21.7 Deleted
21.8 Envelope “A” should contain the following:

Narmada Valley Development Authority, Bhopal 37


Pre-qualification Document

21.8.1 Valid bid security (Earnest Money) in one of the approved forms, laid down in
clause 11.0 of (Tender document) detailed N.I.T.(Vol.II)

21.9 Envelope “B” Should contain the following

Pre-qualification document containing details regarding eligibility for pre-qualification


enumerated in information and instructions to the tenderers in the prescribed proforma
as technical schedule 1 to 12 and statement 1 to 5 (these Annexure should be
supported by certificates wherever necessary signed by the officer not below the rank of
Executive Engineer. The certificate should be translated in English and attested, if
issued in some other Indian language).

However please note that any PQ Document not submitted online (except technical
design) may not be considered even if submitted manually and manual document
submitted may be rejected summarily if online submission is missing for that
document. However Chief Engineer may call for any explanation or clarification or
additional documents to arrive at a decision about any PQ document or any entry in such
document submitted online and take such decision as he may deem fit about the
corresponding qualification. Technical design submitted will be examined to determine
capability of the bidder to design such a system. He may be asked for a presentation of
his design. The Chief Engineer or any person or committee as may be authorised by him
may call for such additional documents and explanation as may be required to assess
the designing capacity of the bidder. However the bidders may note that serious adverse
view may be taken of the designing capacity of the bidder if he had failed to submit
adequate major design details in the first instance while submitting the bid.

21.10 Envelope "C” Should contain the following.

The Price bid from contained in Volume II of tender document purchased by the
tenderer, duly filled in with amount in Price Bids form in words and figures both, and to
uploaded on line only.

21.11 In addition to the identification required in Sub-Clause 21.10, the inner and outer
envelope shall indicate the name and address of the Tenderer to enable the Tender to
be returned unopened in case it is declared "Late" pursuant to Clause 23.

22. Deadline for submission of Bids


22.1 The bidders shall have to submit their bid online and upload the relevant documents
from 10.12.2017 17:31 to 27.12.2017 17:30. Documents required to be submitted
manually by the Bidders, if any (not applicable to price bid) should reach in the
Meeting hall of NVDA fourth floor Bhopal (MP) ,on 28.12.2017up to 5.30 PM. List of
documents so submitted must be uploaded online.
22.2 The Chief Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP) may
extend the dates for receipt of Bids by issuing an amendment in accordance with
Clause 11 in which case all rights and obligations of the Chief Engineer, Indira Sagar

Narmada Valley Development Authority, Bhopal 38


Pre-qualification Document

Canals Sanawad distt. Khargone (MP) and the bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.

23. Late Bids


23.1 Any Tender received by the Government/NVDA after the deadline for submission of
bids prescribed in Clause 22.1 will be rejected and returned unopened to the bidder.

24. Deleted

E. Opening and Evaluation of Technical Proposals


25. Opening of Pre-qualification Document
25.1 The Earnest Money deposit Envelope (Envelope/A) and Envelope-B shall be opened
online between 29.12.2017 10:30 onward in the presence of any intending contractors
or their representatives, if they choose to be present.

25.2 No application of the tenderer shall be entertained between the period of submission
and opening of tender.

25.3 First Envelope-A shall be opened and if the earnest money of required amount and
acceptable mode as per clause 11.1 is found in order then only Envelope-B shall be
opened. Envelope-C shall not be opened.

25.4 After opening Envelope-B based on the information given in the document by the
tenderer, evaluation of pre-qualification will be carried out as per norms/criteria given
in Section-II, clause 2 “Qualification criteria” of pre-qualification .document (Volume-I).
Pre-qualification of bidder will be decided by the competent authority

25.5 The document submitted by the tenderer in pre-qualification the contractor / his
representative has to submit original certificates/documents on date 28.12.201710:30
to 5:30 at the at the meeting hall ,fourth floor Narmada Bhaven NVDA Bhopal (MP),
for verification by the Executive Engineer N. D. Division No. 21 Sanawad district
Khargone (M.P.)

25.6 After assessment of eligibility of the tenderers by the competent authority on the basis
of pre-qualification documents submitted by the contractors in Envelope-B, Envelope-
C (Price bid in Envelope-C) of only pre-qualified contractors shall be opened online on
dated 05.01.2018 10:30 onwards. The date and time of opening of Price bid envelope
mentioned in the tender schedule is tentative and subject to change. The Pre-
Qualified contractors shall be intimated of the final date and time of opening
separately.

Narmada Valley Development Authority, Bhopal 39


Pre-qualification Document

25.7 The bidder who does not pre-qualify as per prescribed norms, his price bid
(Envelope c) will not be opened. Pre-qualified bidders shall be intimated the date
and time when Envelope –C the price bid offer shall be opened. The Envelope-C
of pre-qualified bidders will be opened. The pre-qualified bidder will be intimated of
the final date and time of opening separately. Envelope-C will be open in presence
of the bidders or their representatives who choose to be present.

25.8 The bidder shall furnish the clarification called for within the stipulated time and,
will be disqualified in the event of failure to do so.

26. Examination of Bids and Determination of Responsiveness


26.1 The Employer will evaluate whether each Bidder is satisfying the eligibility and
qualifying criteria prescribed in the pre-qualification document and declare names of
the qualified Bidders.

26.2 If any alteration is made by the Bidder in the Bidding documents, design
parameters, specifications etc. the Bid is liable to be rejected.

26.2.1 Step I - Preliminary screening for completeness and responsiveness.

a. Prior to the detailed evaluation of the bids, the Government/NVDA‟s authorised


representative will determine whether each bid (i) is accompanied by the
required Earnest Money (ii) has been properly signed; (iii) is responsive to the
requirements of the bid documents; and (iv) provides any clarification and/or
substantiation that the Government/NVDA‟s authorised representative may
desire.

b. A substantially responsive bid is one, which conforms to all the terms and
conditions of the bid document without material deviations. A material deviation
or reservation is one (i) which affects in any substantial way the scope, quality
or performance of the works (ii) which limits in any substantial way, the
Employer‟s rights or bidder‟s obligations under the contract (iii) whose
rectification would affect unfairly the competitive position of any bidders
presenting substantially responsive bids (iv) which is incomplete or does not
include all the works covered by the scope of works. The Employer‟s
determination of bid‟s responsiveness is to be based on the contents of the bid
itself without recourse to extraneous evidence.
26.2.2 Step II - Assessment

The detailed assessment for pre-qualification shall be based on the information


submitted by the Bidder with reference to prequalification criteria fixed under
section II, pre-qualification requirement.

Narmada Valley Development Authority, Bhopal 40


Pre-qualification Document

27. Price Bid Opening:


27.1 Deleted

27.2 At the specified date and time, the price bids of all the qualified bidders will be opened
by the Chief Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP) in the
presence of the bidders or his authorized representatives who may choose to be
present. In the event of the specified date of opening of price proposal (Envelope – C)
being declared a holiday for the Department, the price proposals shall be opened at
the same time and place on the next working day.
28. Evaluation and Comparison of Price Bids
28.1 The Chief Engineer, Indira Sagar Canals Sanawad distt. Khargone (MP) will
evaluate and compare the price bids of all the qualified Bidders.

28.2 Tie breaker among those bidders who submit the lowest evaluated & equally quoted
Bid will be in the following order:
a) The Bidder with higher bid capacity.
b) The Bidder with higher average annual turnover.
c) The bidder with higher Net Worth.

29. Discrepancy in Contract Price quoted.


29.1 In case of any discrepancy between the overall Contract price quoted in words and
figures, then whichever is lower shall prevail.
30. Process to be Confidential
30.1 Information relating to the examination, clarification, evaluation and comparison of
Bids and recommendations for the award of a contract shall not be disclosed to
Bidders or any other persons not officially concerned with such process until the
award to the successful Bidder has been announced by the Bid accepting authority.
Any effort by a Bidder to influence the processing of Bids or award decisions may
result in the rejection of his Bid.

30.2 No Bidder shall contact the Chief Engineer, Indira Sagar Canals Sanawad distt.
Khargone (MP) or any personnel of Narmada Valley Development Authority, Bhopal
concerned with finalization of Bids on any matter relating to its Bid from the time of the
Bid opening to the time the Contract awarded. If the Bidder wishes to bring additional
information to the notice of the Chief Engineer, he should do so in writing.
30.3 Before recommending / accepting the Bid, the Bid recommending / accepting authority
shall verify the correctness of certificates submitted to meet the eligibility criteria and
specified experience.
30.4 Policy for Bids under Consideration:
Bids shall be deemed to be under consideration immediately, after they are opened
and until such time official intimation of award / rejection of bid is communicated by the

Narmada Valley Development Authority, Bhopal 41


Pre-qualification Document

Government/NVDA. While the bids are under consideration, Bidders and / or their
representatives or other interested parties are advised to refrain from contacting by
any means, the Government/NVDA and /or his employees/representatives/consultants
on matters related to the bids under consideration. To assist in the examination,
evaluation and comparison of bids, the Government/NVDA‟s authorized representative
may, at his discretion, ask any or all bidders for clarification of his / their bids, including
breakups of prices, technical information, documents and materials after opening of
the bid. The request for clarification and the response shall be in writing but no change
in the price or substance of the bid will be sought, offered or permitted. The bidders
shall submit all clarifications / additional documents in one original and three copies.

30.5 The Bidders whose bid is not accepted shall not be entitled to claim any costs,
charges and expenses of and incidental to or incurred by him through or in
connection with his submission of bid, even though the Government/NVDA may elect
to modify / withdraw the invitation to bids.

F. Award of Contract

31. Award Criteria:


31.1 The Employer will award the contract to the Bidder who is found qualified as per the
Bid conditions and whose price bid is lowest.

31.2 The Narmada Valley Development authority reserves the right to accept or reject any
bid or all Bids and to cancel the Bidding process, at any time prior to the award of
Contract, and shall not bear any liability for such decision and shall not have any
obligation to inform the affected Bidder or Bidders of the reasons thereof.
32. Notification of Award
32.1 Prior to expiration of the period of Bid validity prescribed in tender document, the
Employer or his nominee will notify the successful Bidder by registered letter, that its
Bid has been accepted. This letter (hereinafter and in the Conditions of Contract
called the "Letter of Acceptance") shall notify the sum which the Government/NVDA
will pay the Contractor in consideration of the execution, completion of the piped
Canal System by the Contractor as prescribed by the Contract (hereinafter and in the
Conditions of Contract called "the Contract Amount").

The notification of award will constitute the formation of the Contract.

Narmada Valley Development Authority, Bhopal 42


Pre-qualification Document

33. Signing of Contract Agreement


33.1 Tenderer whose tender has been accepted (hereinafter referred to as contractor) will
execute the agreement with the Executive Engineer N. D. Division No. 21 Sanawad
district Khargone (M.P.)

33.2 in the prescribed form, within 30 days from the date of communication of acceptance
or any such date extended by the competent authority in writing. Failure to do so, will
result in the Earnest Money being forfeited to Govt. and tender being cancelled.

34. Performance Security


34.1 Within 30 days of receipt of the notification of award from the Employer, the
successful Bidder shall furnish a performance security amounting to 5 percent of the
Contract Price in accordance with the Conditions of Contract. The form of
performance security provided in the bidding documents may be used.

34.2 Failure of the successful Bidder to comply with the requirements of Clause 33 or Sub-
Clause 34.1 shall constitute sufficient grounds for the annulment of the award and
forfeiture of the Earnest Money

35. Fraudulent Practice


35.1 “Fraudulent Practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the
Government, and includes collusive practice among Bidders (prior to and after Bid
submission) designed to establish Bid prices at artificial non-competitive levels and to
deprive the Government of the benefits of free and open competition.

35.2 Government/NVDA will reject a proposal for award if it determines that the Bidder
recommended for award is engaged in fraudulent practices in competing for the
contract in question.

35.3 Government/NVDA will declare the bidder ineligible, either indefinitely or for a stated
period of time, to be awarded Government-financed contract, if at any time it
determines that the firm has engaged in fraudulent practices in competing for, or in
executing the contract.

Narmada Valley Development Authority, Bhopal 43


Pre-qualification Document

Section II
Pre-qualification Criteria

Narmada Valley Development Authority, Bhopal 44


Pre-qualification Document

BHIKANGAON-BINJALWARA MICRO LIFT IRRIGATION SCHEME

SECTION – II
PRE-QUALIFICATION CRITERIA
1. General
1.1 Bidders, including Joint Ventures, should be competent and experienced Civil
Engineering Contractor, who has successfully executed Irrigation Project and/or
infrastructure projects involving excavation in all types of soil including hard rock,
earthen embankments & cement concrete works etc.

1.2 Bidders should submit proposals regarding proposed work method, construction
schedule backed with their construction equipment planning and deployment in
sufficient detail to demonstrate the adequacy of bidder‟s capacity to complete the
works in accordance with the specification and time of completion. The bidders are
required to submit detailed design with prequalification proposal. However the design
submitted at the bidding stage shall not be binding on NVDA/Government and would
subject to such modifications as may be deemed fit in the interest of the State and
NVDA and/or such modifications as may be necessary to bring the design at par with
such National Standards prevalent for such materials and construction (IS, BS,
CPHEEO) and the bidder‟s final design will be subject to the approval of the Member
(Engineering) NVDA. Wherever standards do not exist for a particular item of material
or construction then the same shall be adopted as per the nearest standard in the
same code or in absence of such standard in that code from equivalent international
codes as the Member Engineering deem fit. wherever specific standards or
requirements in specification are given in this tender they shall prevail over the
prevalent standards .Specifically, the bidder‟s design details submit his design details
as follows –

1. . Co-ordinates of intake well, Pumping Stations and DC. Length and static heads and
discharge in each stage of pumping. Discharge shall not be less than 0.356lps/ha.
and irrigated command in rabi shall not be less than 50,000 ha. Power shall not
exceed 30.26 MW over the first 15 year life cycle of the pumping units. Life time of
Pipeline shall not be less than 50 years.

2 Layout of the Rising Main and Gravity main. Sample layout for 500 ha chaks from
main line. Sample layout of the Disnet for 500 ha to20 ha chak. Sample layouts for
Micro irrigation from 20 ha chak to 2.5 ha chak.
Note- 500 ha and 20 ha chaks are preferred but the Bidder may adopt other suitable
sizes instead of 500 ha and 20 ha. However the last chak size for micro irrigation shall
not be more than 2.5 ha.
3 The bidder shall provide for Micro irrigation system such that Sprinkler/ drip
connections at the 2.5 ha chak can be used in such a manner as to allow the farmers

Narmada Valley Development Authority, Bhopal 45


Pre-qualification Document

in this area to use their sprinklers and drip directly by connecting a flexible pipe to the
last pipe of the micro irrigation system provided under this bid. The residual head at
the sprinkler connection at 2.5 ha should not be less than 20 m.

4 The Rising main and Gravity main shall be all MS/DI only. All pipes above 300 mm dia
shall be MS/DI Only. Pipes less than 300 mm may be MS/DI /HDPE. Notwithstanding
anything contained anywhere else in this tender , thickness of rising main and gravity
main pipes shall be decided as per IS code 5822
5 Value of C in Hazen Willium equation shall be considered as 140. The limit on Water
velocity will be decided by the overall power limit given with sufficient margin for 15
yrs. and after sufficient provision for other power requirements like auxiliary power for
pumping stations ,transmission line losses, transformer losses, power for staff
quarters, scada and automation. Maintenance proposal shall bind the bidder for a
period of 15 yrs. for the maintenance the efficiency of pump and motor as above and
successful bidder shall sign a separate agreement for the same along with the
agreement for this tender as per Annexure - J. Pipe thickness will be approved after
surge analysis of the finally accepted design of the successful bidder. This will be got
done from IISC Bangalore/or any IIT, charges for which shall be payable by the bidder.
6 In case of MS pipes bidder is free to use Gunited pipes or 3 LPE whichever he wants
to. MS pipes must be epoxy coated inside. All pipes manufacturing must be confirmed
to IS 5822. In case of MS pipes, on site manufacturing shall be allowed subject to
adherence to relevant IS norms for pipe manufacturing.
7 In MS pipes coated inside with epoxy velocity above 2.1 m/sec is not allowed and
value of C in Hazen Willium equation shall be considered as 140. The diameter so
arrived shall be subject to the limit of maximum power use in the whole system of
30.26 MW in the 15 years lifetime. Bidder will be allowed to use solar power backed by
sealed battery only for operating remote valves on main line and disnet. This solar
power will be included in the total power requirement of 30.26 MW in the lifetime of 15
years. The bidder shall have to provide at least 25% stand by pumps and motors. The
pump efficiency of less than 88% and of motors efficiency less than 95 % will be
rejected. In line pumping is not permissible anywhere in the scheme.

8 Bidder shall provide complete stage wise calculations for power requirement at motor
input terminals. This should include Static head, dynamic head loss calculations,
length and diameter of the rising main and gravity main pipelines, loss in pumping
station and bends, Total Head loss, make and efficiency of pumps, make and
efficiency of motors, Stage wise power required, Total power required, size and
discharge of pumps at each stage, number of pumps, efficiency and discharge curves
with operating point clearly marked, Guaranteed operating point efficiency of pumps
and motors with certification as to whether the efficiency are minimum achievable at
operating point or are maximum achievable at operating point.
9 Bidder shall submit a unique design of his own as mentioned in 8 above. In case of
more than one pump or motor manufacturer‟s data being enclosed, the bidder must
clearly state which make he proposes to use in his design.
10 Bidder shall not submit an imaginary experimental design or data for which no prudent
verification at this stage is possible. All design data should confirm to a practical

Narmada Valley Development Authority, Bhopal 46


Pre-qualification Document

standard which are considered achievable under normal conditions by practical user
groups if this is not the case, the bid shall be termed as non-responsive.
11 Bidder must provide a schematic of the Scada system with operational details. He will
be required to show in concept as to how will he achieve 20 meter head at 2.5 ha
chak. Detailed residual head calculations at this stage are not required.
12 Bidder shall specifically provide all power requirements including pumping power
such as Losses in HT lines, Losses is Transformers, auxiliary power requirements for
pumping stations, power requirement for residential buildings, power requirement for
SCADA, power requirements for valve operation in mains or distribution or micro
irrigation network. Total power requirement at the commissioning should not be more
than 29,760 KW (29.76 MW). Over the life cycle time of 15 yrs. of the pumps the
power should not exceed 30.26 MW and suitable efficiency of the motor and pumps
should be chosen such that system efficiency deterioration over 15 year period even
with due maintenance is such that the power remains within 30.26 MW.

13 This is a turnkey tender and bidder has to present his best technical design to show
his capability to design such a project. DPR of the project is only indicative for the
purpose of facilitating the bidders to understand the project but it is not binding on the
department at any stage of bidding or execution. Bidder can use the DPR for the
information required by him. He can choose the lifting point of his choice as long as
the irrigated area remains same as marked on the index map and the irrigation of
50,000 ha of the marked area is done in 120 days with a duty of 0.356 LPS per hact.
However no claim from the prospective bidders at bid stage or successful bidder at
design or execution shall be accepted for any design or execution related matter
based on any data or method used in DPR. Department takes no responsibility for use
of DPR data by bidders and they shall do so at their sole risk and responsibility.
14 Successful Bidder shall be required to provide complete network from source to 2.5
ha chak for micro irrigation in 50,000 hectares to such areas within the area marked in
the index map as may be earmarked at design stage by the Chief Engineer. However
if for any reason whatsoever, the area available falls short of 50,000 ha, then the
bidder shall be bound to execute such work in such additional area as the chief
engineer may direct. No additional payment for this will be given and the bidder shall
be bound to execute the additional work at his risk and cost.
15 The purpose of the technical design is to assess the bidder‟s capacity to design and
provide such a system as is required in this bid. Chief Engineer may call for any
additional explanations/clarifications and documents as he may deem fit to arrive at
bidder‟s capacity to design.
16 It is clarified that the successful bidder shall not be free to choose the 50,000ha.
Irrigation command area within the area shown in the map. He will not be at liberty to
choose low level areas and leave high level areas. Which areas are to be irrigated
shall be determined by the department and shall be binding on the bidder.
17 Since water is to be lifted from Indira Sagar Canal which has appreciable variation in
flow and level during the year, intake well pump house and intake structures should
specifically take care of the variation inflow. The bidder has to make the suitable
arrangement if any required for efficient operation of the scheme with affecting the

Narmada Valley Development Authority, Bhopal 47


Pre-qualification Document

existing canal system The design will be as approved by Member Engineering NVDA
to ensure this.

1.3 Bidders should fill in the forms given in Section – III of this document.
1.4 An affidavit should be submitted by the bidder stating that all the documents submitted
by them in support of their qualification in accordance with clause 2 of this section, are
true, and further stating that they have not made any untrue or false representation or
hidden any material information related to clause 4 of this section and related to any
other provision of the bid documents. In case of submission of false affidavit, suitable
action will be taken against the bidder as per law (s), without prejudice to the rights of
the Government / NVDA regarding taking action as per clause 4.0 Disqualification, of
Volume I, Section II and Clause 10.0 Disqualification, of Volume II, Section II of this
document.

2. Qualifying criteria
2.1 The bidders should meet the following minimum criteria for pre-qualification.
Note: In case of work executed in the past as joint ventures the certificates enclosed in
support of the qualification criteria should indicate their shareholding in those joint
ventures. Copies of those joint ventures agreements forming part of those Contract
Agreements should be enclosed with the pre-qualification document.
2.1.1 General Note for Financial criteria
In respected of financial qualification it is mandatory that the financial turn over
and net worth must be certified by chartered accountant and balance sheets of
all seven years as desired for determination of financial qualification must be
submitted.
Average turnover and average net worth will be calculated based on balance
sheet of last seven years as uploaded online.
If any bidders fail to submit balance sheet for any year/years then the turn over
for that year/years shall be presumed as zero and accordingly average turnover
and average net worth will be worked out.
If the bidder fulfills the financial criteria of average turnover and average net
worth calculated as above his requirement shall be treated as fulfilled.
Note. For the financial year, preceding the bid year, provisional balance sheet
certified by chartered accounted will be acceptable in lieu of balance sheet.
(a) Average annual turnover of last seven financial years (2010-11 to 2016- 2017)
shall be at least Rs 302.85 Crore at 2015- 2016 price level. The turn over prior
to 2016-2017 shall be given weight age of 10 % per year to bring them to price
level of 2016-2017 The weightage shall be as under.
Sr. No. Year Weightage
1 2010-2011 1.6
2 2011- 2012 1.5
3 2012- 2013 1.4
4 2013- 2014 1.3
5 2014- 2015 1.2
6 2015- 2016 1.1
7 2016- 2017 1.0

Narmada Valley Development Authority, Bhopal 48


Pre-qualification Document

Remarks: in case of joint venture bidders, the lead partner should meet this
criteria.
(b) Financial Resources: The bidder shall submit a certificate in original from
nationalized Bank or schedule bank other than a cooperative bank located in India that the
bank shall extend a fund based cash credit limit to the extent of Rs 56.53 Crore only, for
Execution of Bhikangaon-Binjalwara Micro Lift Irrigation Scheme on “Turnkey” basis
comprising of lifting of 0.356 lps/hectare water for irrigation in 50,000 hectare from ISP Main
Canal at RD 57.85 km. for providing water with Micro-irrigation up to 2.5 hectare chak with
residual head of 20 meters at 2.5 hectare chak. This includes work of survey, planning,
design, drawing, estimation, Land acquisition/purchase, preparation and obtaining all
statutory clearance, shifting and reinstallation of existing H.T. and L.T. electrical lines,
Telephones lines, water supply lines etc. execution and installation of electric lines from
M.P.P.K.V.V.C.L. substation to various pumping stations with all clearances from statutory
authorities. Supply, installation and testing of suitable pumps and motor with related
electrical components including regulation and control of complete system by SCADA,
construction of pump houses, control rooms, rising mains, gravity mains, break pressure
tanks and all inline structures including road crossing of highway and other roads, pipe
line etc. with all clearances from the respective authorities, supplying and fixing of
miscellaneous accessories of pump houses, rising mains etc. construction of underground
piped main canal and distribution network up to 2.5 ha. chak for culturable command area,
construction of residential and nonresidential buildings with approach roads, internal roads
at the pump house locations, preparation of all relevant documents for constitution of Water
User Association of command area and all other miscellaneous works related to entire
system as directed by Engineer-In-charge during construction. Power consumption
(including all types of power) in the whole system should not exceed 29.76 MW at the time
of commissioning and 30.26 MW in 15 years lifetime, Commissioning of the entire system
and operation and maintenance of complete commissioned system for 24 months.

Remarks: In case of joint venture bidders the combined strength of all the
partners should meet the qualifying criteria.
Note: Vague, conditional and ambiguous certificates may be sufficient cause
for rejection of the bidder.

(C) Average Net Worth (paid up share capital+ reserves & surplus) of last seven
financial years (2010- 2011 to 2016-2017 ) should not be less than Rs.113.06
crore.
Remarks:- In Case of Joint Venture bidders. The lead partner should meet
this Criteria.

(D) Has not suffered loss in more than two years of last seven financial years (2010-11 to
2016-17) and net-worth is positive at the end of last financial year.
This is applicable to all partners in case of Joint venture.

Remarks:
1 Certificate of C.A. to this effect should be uploaded with audited profit and
loss account and balance sheets.

Narmada Valley Development Authority, Bhopal 49


Pre-qualification Document

2.1.2 Experience criteria


a) Executed during the last seven financial years (2010–2011 to 2016–2017), the
work amounting to the extent of Rs 353.33 Crore in irrigation Project or
Infrastructure Projects under a single contract. For the contract awarded prior to
the financial year 2010-2011 the value of work done during the financial year
2010-11 to 2016-2017 only shall be considered.
Note:- The experience during the current financial year may be considered subject to the
condition that total number of financial years under consideration shall not be more
than 7 financial year.
Remarks: In case of Joint Venture at least one partner should meet above
experience criteria.

Note:- For Works executed with Central Government or any State Government or
Semi Government organization or Central/any state Government Authority or
Government of India/any State Government undertaking or Municipalities/Municipal
Corporations shall only be considered, Certificates from private individuals or private
companies or private firms, for whom such works are executed or being executed,
shall not be accepted unless their annual turnover is more than Rs. 500 Crore in the
years of execution. Such certificates shall be supported by the balance sheets of the
respective years of execution and shall be duly certified by the Chartered
Accountant.
In case of PPP projects, certificate of either a Chartered Accountant appointed for
the PPP projects or a Government agency or an Independent Engineer appointed
for the PPP project will be acceptable in favor of the bidder subject to his share in
the SPV formed post PPP bid by that bidder as per the terms of the concession
agreement drawn under the PPP Contract.
2.1.3 Physical criteria

Executed following minimum total quantities in last seven years (2010 -11 to 2016-17) in a
single or multiple contracts.
(1) Laying of M.S/DI water conveyance pipe line of dia. not less than 1300 mm and
length not less than 40 KM. Out of this 40 KM at least 6.30 Km should be rising main
of dia. not less than 2950 mm and static head not less than 30 m. In case of multiple

Narmada Valley Development Authority, Bhopal 50


Pre-qualification Document

contracts for raising main portion 6.3 KM of 2950 or more dia, in each contract the
static head should not be less than 30m.
.

Remark- In case of Joint Venture bidders, at least one partner should meet the
criteria.

(2) Laying of M.S /D.I./HDPE


or combination thereof water Pipe line 1221 KM.
for pipe dia. 100 mm and above in
last seven years 2010-11 to 2016-17
Remark- In case of Joint Venture bidders, at least one partner should meet this
criteria.

OR in lieu of a (2) above

Execution of distribution network (DISNET) of at least 50,000 hectares for irrigation, in


last seven years in single or multiple projects (2010-2011 to 2016-2017)

Note:-The experience during the current financial year may be considered subject to total
duration of period under consideration shall not be more than 7 financial year.

Remark- In case of Joint Venture bidders, at least one partner should meet this criteria.
Note for (1) and (2) above:
1. Works executed with Central Government or any State Government or Semi
Government organisation or Central/any state Government Authority or
Government of India/any State Government undertaking or
Municipalities/Municipal Corporations will only be considered.
2. All physical performance must be supported by client certificates issued by an
officer, not below the rank of Executive Engineer.
Certificates issued by the private individuals or private companies or private firms,
for whom such works are executed or being executed, shall not be accepted
unless their annual turnover is more than Rs. 500 Crore in the years of execution.
Such certificates shall be supported by the balance sheets of the respective years
of execution and shall be duly certified by the Chartered Accountant.
In case of PPP projects, certificate of either a Chartered Accountant appointed for
the PPP projects or a Government agency or an Independent Engineer appointed
for the PPP project will be acceptable in favor of the bidder subject to his share in
the SPV formed post PPP bid by that bidder as per the terms of the concession
agreement drawn under the PPP Contract.

Narmada Valley Development Authority, Bhopal 51


Pre-qualification Document

3. It is clarified that in case of pipeline work done in JV only length of pipeline


executed will be taken in proportion of the share in the JV. Static head will be taken
full and will not be split up as per the JV share.

2.1.4 Bid Capacity :

(a) The bid capacity of the bidders shall be evaluated using the following formula:
Bid Capacity = 1.5 A x B – C.
Where:
A= Maximum value of Turnover in any one year during the last 7 years
(2010-2011 to 2016 - 2017) (10% weightage per year shall be given to bring
the value of work executed to the price level of 2016-2017).

Note (i) For the purpose of A, the bidders / all the JV partners are required to provide
turnover certificate, duly certified by the Chartered Accountant.

B= Prescribed completion period in years for the subject contract (i.e.,


42 month)).

C= Balance amount of contract work in hand to be executed during the


contract period.
The assessed value of Bid Capacity should not be less than amount put to
tender i.e. Rs. 706.66 Crores
Remarks: In case of Joint Venture bidders the combined strength of all the partners
should meet the qualifying criteria.
Remarks: The list of balance contract works in hand (for C above) shall be by
means of an affidavit. The Chief Engineer may at his discretion call for such
additional details as he may deem fit to verify the correctness of the affidavit.
3 Submission by the Bidder

3.1 The Bidder shall submit the following.


(a) Letter of the transmittal.
(b) Copies of original document defining the construction or legal status, structure
and organization, place of registration and principal place of business of the
applicant in Form-1.
(c) And the others enclosed forms as applicable.

3.2 Enclosed Statements No. S-1 to S-8

Narmada Valley Development Authority, Bhopal 52


Pre-qualification Document

4.0 Disqualification
Even though the bidder satisfies the above requirements they are subject to be disqualified

If they have made untrue or false representations or hidden the material information in the
forms, statements and attachments required in the pre-qualification documents

(b) If any Government Department of Madhya Pradesh including Municipal Corporation,


Development Authority, Corporation or Society has, in consequence of some penal
action, during last seven years:-

(i) Cancelled or suspended the registration of the firm

(ii) Registration was cancelled or suspended any time during the period of last Seven
years, and the period mentioned in such order has not come to end up to the last date of
bid submission.
If the period of such suspension is over on the last date of submission of bid, then the
said suspension shall not amount to disqualification.

(iii) Black listed the Contractor and such order of black listing has not come to an end on
the last date of bid submission.
(iv) Debarred the Contractor for participating in future tendering and the said order is valid
on the last date of bid submission.

(v) Termination of contract due to default of contractor.


(vi) Forfeiting of full or partial SD for poor performance by any order passed before the
date of submission of the bid, during the period of last seven years (including cases
where the forfeiting has been done in last 7 years though the contract period/case may
be older than 7 years) and such order is valid on the date of submission of bid.
In case of JV all the partners shall be required to submit an affidavit separately stating
full information on above points.

Narmada Valley Development Authority, Bhopal 53


Pre-qualification Document

Letter of Transmittal

Narmada Valley Development Authority, Bhopal 54


Pre-qualification Document

LETTER OF TRANSMITTAL
(To be submitted in form of Affidavit and Notarized)

Place: Date:

To

1. The Member (Engineering)


Narmada Valley Development Authority
59 Arera Hills, Jail Road
Bhopal (MP).
2. Chief Engineer
Indira Sagar Canals , Sanawad distt. Khargone (MP)
Subject:
Execution of Bhikangaon-Binjalwara Micro Lift Irrigation Scheme on “Turnkey” basis
comprising of lifting of 0.356 lps/hectare water for irrigation in 50,000 hectare from ISP
Main Canal at RD 57.85 km. for providing water with Micro-irrigation up to 2.5 hectare
chak with residual head of 20 meters at 2.5 hectare chak. This includes work of survey,
planning, design, drawing, estimation, Land acquisition/purchase, preparation and
obtaining all statutory clearance, shifting and reinstallation of existing H.T. and L.T.
electrical lines, Telephones lines, water supply lines etc. execution and installation of
electric lines from M.P.P.K.V.V.C.L. substation to various pumping stations with all
clearances from statutory authorities. Supply, installation and testing of suitable
pumps and motor with related electrical components including regulation and control
of complete system by SCADA, construction of pump houses, control rooms, rising
mains, gravity mains, break pressure tanks and all inline structures including road
crossing of highway and other roads, pipe line etc. with all clearances from the
respective authorities, supplying and fixing of miscellaneous accessories of pump
houses, rising mains etc. construction of underground piped main canal and
distribution network up to 2.5 ha. chak for culturable command area, construction of
residential and nonresidential buildings with approach roads, internal roads at the
pump house locations, preparation of all relevant documents for constitution of Water
User Association of command area and all other miscellaneous works related to entire
system as directed by Engineer-In-charge during construction. Power consumption
(including all types of power) in the whole system should not exceed 29.76 MW at the
time of commissioning and 29.76 MW at the time of commissioning and 30.26 MW in
15 years lifetime, Commissioning of the entire system and operation and maintenance
of complete commissioned system for 24 months.

Dear Sir

I/We have examined the detail given in the document for the above said project. We
hereby submit the pre-qualification information and relevant documents

Narmada Valley Development Authority, Bhopal 55


Pre-qualification Document

I/We hereby certify that all the statement made and information supplied in the enclosed
/ uploaded forms and statements are true and correct.

I/We submit the requisite certified solvency certificate and authorize the Narmada Valley
Development Authority to approach the authority issuing the solvency certificates to
verify the correctness thereof. We also authorized the Narmada Valley Development
Authority to approach individuals, employers, firms and corporations to verify our
competence and general reputation.

I/We have gone through carefully all the Bid conditions and solemnly declare that I/we
will abide by any penal action such as disqualification or black listing or termination of
contract or any other action deemed fit, taken by, the Department against us, if it is
found that the statements, documents, certificates produced by us are false / fabricated.

I/We hereby declare that I/We are eligible in term of Clause No. 3.1 and I/We have no
conflict of interest in terms of Clause 3.2 of Instruction to Bidders.

I/We submit the following certificates in support of our suitability, technical knowledge
capability for having successfully completed the following works:

S. Description of Work Client/Owner


No.
1.
2.
3.
4.
5.
6.
7.
8.
9.

Enclosures:

Date of Submission: (Signature of the Bidder)


(Seal)
Note: Non submission of letter of transmittal shall be construed to mean that the
bid has not been submitted by the bidder AND SHALL BE SUMMARILY REJECTED.

Narmada Valley Development Authority, Bhopal 56


Pre-qualification Document

Section III
Technical Schedule for Pre-Qualification

Narmada Valley Development Authority, Bhopal 57


Pre-qualification Document

FORM 1
GENERAL INFORMATION

1. Name of Bidder:

2. Head office address: Local office address (if any):

3. Contact name: Contact name:


Telephone: Mobile No. Telephone: Mobile No.
4. Fax: Fax:
E-mail ID: E-mail ID:
5. Place of incorporation/registration: Year of incorporation/registration:

6. Main lines of business:

Nationality of Owners
Name Nationality
1.

2.

3.

4.

5.

Note:
1. Use a separate sheet for each partner of a joint venture.

Narmada Valley Development Authority, Bhopal 58


Pre-qualification Document

FORM 1 A
STRUCTURE AND ORGANIZATION

1. The Bidder is
a) an individual
b) a proprietary firm
c) a firm in partnership
d) a Limited Company or Corporation / Government undertaking
e) a voluntarily formed joint venture
(Please give complete information
in respect of each partner, indicate also the name of lead partner)
2. Number of years of experience

a) as a Main/Lead Contractor (contractor


shouldering major responsibility)
(i) in own Country
(ii) other Countries (specify Country)
b) in a voluntarily formed Joint Venture
(i) in own Country
(ii) other Countries (specify Country)
c) as sub-contractor (specify main Contractor)
(i) in own Country
(ii) other Countries (specify Country)
2. For how many years has your Organization been in
business of similar work under its present name?

3. What were your fields when your Organization was


established?
4. Whether any new fields were added in your
Organization? And if so, when?
5. Whether any works Department of Madhya Pradesh
namely PWD, WRD, NVDD/NVDA, PHED and Rural

Narmada Valley Development Authority, Bhopal 59


Pre-qualification Document

Development Department or any fully State owned


Undertakings under the administrative control of these
departments has, in consequence of some penal
action -
(i) Cancelled or suspended the registration of the firm,
(ii) Black listed the firm, or
(iii) Debarred the firm for participating in future
tendering,
Provided that the action under sub Para (b) was
taken within last seven years including the current
year,
And further provided that the aforesaid penal
action was in force on the last date of submission
of the bid.
If so, give details thereof, enclosing copies of relevant letters/orders.
(All bidders and in case of JV this shall apply to all the Partners of JV.)

(c) If a proceeding for suspension or cancellation of registration or for blacklisting or for


termination of a contract due to poor performance by the contractor has been started by any
Department of Government of MP before the issue date of this tender and the same is subsisting
on the date of submission of the bid.
All bidders and in case of JV all the partners shall be required to submit an affidavit giving full
information of above facts
6. Attach an Organization Chart showing the structure of
the company/association, including the names of the
Directors and position of officers.

Narmada Valley Development Authority, Bhopal 60


Pre-qualification Document

FORM 2 TURN OVER RECORD


(Refer Clause 2.1.1(a) of Section II)

Name of Bidder or Lead partner of a Joint Venture:

Annual turnover data for past seven years


Sr. No. Year Turnover (Rs. Weightage Weighted Ref. to
In Crores) Turnover (Rs. Page No.
In Crores) Bidders
Documents

1 2 3 4 5=3x4 6
1. 2010-2011
1.6
2. 2011-2012 1.5
3. 2012-2013 1.4
4. 2013-2014 1.3
5. 2014-2015 1.2

6. 2015-2016 1.1
7. 2016-2017 1.0
8. Total
9. Seven Year Average
-

Note:
1. All individual bidders and all partners of a joint venture must complete the information
in this form.
2. Use a separate sheet for each partner in a joint venture
3. The information provided shall be certified by Chartered Accountant and supported
by Audited Balance Sheets.

Narmada Valley Development Authority, Bhopal 61


Pre-qualification Document

FORM 2 A

JOINT VENTURE SUMMARY

Names of all partners of a joint venture


1. Lead Partner

2. Partner

3. Partner

Annual turnover data in Rs Crores – B/F from Form 2


Partner 2010 - 2011- 2012- 2013- 2014- 2015- 2016- Seven % of
2011 2012 2013 2014 2015 2016 2017
Years Criteria
Average
1. Lead
partner
2.
Partner
3.
Partner
Total - - - -

1. Name and Address of Bankers to the Joint Venture:

2. Provide details regarding financial responsibility and participation (the shareholding of


the Lead Partner should not be less than 51%) of each firm in the Joint Venture. Attach an
Agreement of Joint Venture covering the Clauses 5.2 (b) to 5.2(d), 5.2 (f), 5.2 (g) of Section-I.

Narmada Valley Development Authority, Bhopal 62


Pre-qualification Document

FORM 2B FINANCIAL CAPABILITY

Name of Bidder or Lead Partner of a joint venture

Banker Name of Banker


Address of Banker

Telephone Contact Name and Title

Fax Telex
E-mail ID

Financial information Actual: Previous Seven financial years


in Rs. Crores
2010-2011 2011-2012 2012-2013 2013-2014 2014-2015 2015-2016 2016-2017
1. Total assets

2. Current assets

3. Total liabilities

4. Current liabilities

5. Profits before taxes

6. Profits after taxes

7. Net worth (Paid up


share capital +
reserves & surplus)
(Refer Clause 2.1.1(c)
of Section II)
8. Average Net worth
for last Seven Years

1. Each Bidder or partner of a joint venture must fill in the form.


2. Copies of the Audited Financial Statements, including Balance Sheets, for the last Seven
years (for the Bidder or each partner of a joint venture) are to be attached. Firms owned by
individuals or partnerships may submit their balance sheets certified by a Chartered
Accountant.
3. The statement of Net Worth is to be certified by a Chartered Accountant.
4. Attach certificate from a Chartered Accountant that the bidder or each member of a Joint Venture
Has not suffered loss in more than two years of last seven financial years (2010-11 to
2016-17) and net-worth is positive at the end of last financial year.

Narmada Valley Development Authority, Bhopal 63


Pre-qualification Document

FORM 2 C

SUMMARY FOR JOINT VENTURE


(NET WORTH)

Names of all partners of a joint venture


1. Lead Partner

2. Partner

3. Partner

Net Worth in Rs Crores during the last seven years – B/F from Form 2B
Partner 2010- 2011- 2012- 2013- 2014- 2015- 2016- Average % of
2011 2012 2013 2014 2015 2016 2017
of Criteria
Seven
Years
1. Lead
partner
2.
Partner
3.
Partner
Total - - - - - -

Narmada Valley Development Authority, Bhopal 64


Pre-qualification Document

FORM 2D Financial Recourses


(Refer Clause 2.1.1(b) of Section II)

Name of Bidder or Lead Partner of a joint venture:

Specify the sources of credit line from Nationalized or Scheduled


Bank (Other than a Co-operative Bank) to meet the cash flow
demands of the Project

Sr. No. Source of financing Amount (Rs in Crores)

1.

2.

3.

4.

Total

1. Each Bidder or partner of a joint venture must fill in the form. If necessary, use separate
sheets to provide complete banker information. The letter from the bidder’s bankers in
enclosed prescribed format should be dated not earlier than start date of issue of
tender and should be submitted in original.

Narmada Valley Development Authority, Bhopal 65


Pre-qualification Document

FORM 2 E
SUMMARY FOR JOINT VENTURE
(Financial Resources)

Names of all partners of a joint venture


1. Lead Partner

2. Partner

3. Partner

Partner Amount (Rs in Crores) – % of Criteria


B/F From Form 2D
1. Lead Partner
2. Partner
3. Partner
Total

Narmada Valley Development Authority, Bhopal 66


Pre-qualification Document

Note: Vague, conditional and ambiguous certificates may be sufficient cause


for rejection of the bidder.
FORM 2 F

BANK CERTIFICATE FOR CREDIT LIMIT


To,

The Executive Engineer


N. D, Division No. 21 Sanawad
District Khargone ( M. P.)
This is certify that M/s………………………………………………………………….. is a reputed
company with a good financial standing.

If the contract for the work of “(Insert name of the work) , notified by the Chief Engineer,
…………………………………………… vide NIT No. /G/………….. dated …………… is awarded to
above company, we shall extend a fund based cash credit limit to the extent of Rs. …..
Crores (Rupees ………………….) to meet their working capital requirements for Execution of
Bhikangaon-Binjalwara Micro Lift Irrigation Scheme on “Turnkey” basis comprising of lifting
of 0.356 lps/hectare water for irrigation in 50,000 hectare from ISP Main Canal at RD 57.85
km. for providing water with Micro-irrigation up to 2.5 hectare chak with residual head of 20
meters at 2.5 hectare chak. This includes work of survey, planning, design, drawing,
estimation, Land acquisition/purchase, preparation and obtaining all statutory clearance,
shifting and reinstallation of existing H.T. and L.T. electrical lines, Telephones lines, water
supply lines etc. execution and installation of electric lines from M.P.P.K.V.V.C.L. substation
to various pumping stations with all clearances from statutory authorities. Supply,
installation and testing of suitable pumps and motor with related electrical components
including regulation and control of complete system by SCADA, construction of pump
houses, control rooms, rising mains, gravity mains, break pressure tanks and all inline
structures including road crossing of highway and other roads, pipe line etc. with all
clearances from the respective authorities, supplying and fixing of miscellaneous
accessories of pump houses, rising mains etc. construction of underground piped main
canal and distribution network up to 2.5 ha. chak for culturable command area, construction
of residential and nonresidential buildings with approach roads, internal roads at the pump
house locations, preparation of all relevant documents for constitution of Water User
Association of command area and all other miscellaneous works related to entire system as
directed by Engineer-In-charge during construction. Power consumption (including all types
of power) in the whole system should not exceed 29.76 MW at the time of commissioning
and 30.26 MW in 15 years lifetime, Commissioning of the entire system and operation and
maintenance of complete commissioned system for 24 months.

Narmada Valley Development Authority, Bhopal 67


Pre-qualification Document

FORM 3 CURRENT CONTRACT COMMITMENTS


(In the form of Affidavit)

Name of Bidder or Lead Partner of a joint venture:

Name of Contract % Stipulated date Value of Estimated


Contract and Value (Rs in shareholding if of Completion outstanding completion
Client Crores) work being work* date
done in Joint (Rs. Crores)
Venture
(Rs in Crores)

Total Value of Outstanding Contract Commitments

* The value of outstanding work in hand to be executed during the Contract Period of this
project (i.e., (Forty Two months) from the last date of submission of bid document).
Note:

1. All the partners of the joint venture firm should provide the above information on separate sheets .
2. Details shall be provided for all works which are at various stages of execution,
including works for which work orders have been received but work is yet to start, or
works approaching completion but for which full completion certificates are yet to be
issued, are to be provided.
3. Details as available at the time of issue of this document have to be provided.

Narmada Valley Development Authority, Bhopal 68


Pre-qualification Document

FORM 3A SUMMARY FOR JOINT VENTURE


(Current Contract Commitments)

Names of all partners of a joint venture


1. Lead Partner

2. Partner

3. Partner

Partner Value of Outstanding Works (Rs in


Crores) – B/F from Form 3

1. Lead Partner
2. Partner
3. Partner
Total

Narmada Valley Development Authority, Bhopal 69


Pre-qualification Document

FORM 4 IRRIGATION OR INFRASTRUCTURE PROJECTS


EXECUTED IN LAST SEVENYEARS
(FROM 2010-11 TO 2016-17)

Name of Bidder

Sl. Name of Contract % Date Completion Value Copy of


No Work and Value Shareholding of Date/probabl of Work
Name of Work Certificate
Client (Rs in if work done Award e completion done at Page
Crores) in JV date No.

Total Total

Note:
Use a separate sheet for each partner in a joint venture firm.
1. Provide copies of Completion/ Work Certificates for each project. Payment received in
each year, certified by an officer not below the Rank of Executive Engineer or
equivalent. Work orders/testimonials may be verified if required for last 7 years.

Narmada Valley Development Authority, Bhopal 70


Pre-qualification Document

PERSONNEL REQUIREMENT FOR


FORM 5 THE PROJECT*

Name of Bidder or Lead Partner of Joint Venture

Sr. No. Post Number of Proposed


Persons Qualification Total Years Years of
proposed of Relevant
Experience Experience
1. Project Manager – cum –
Resident Engineer
2. Geologist

3. Geo-technical Engineer

4. Tunnel Expert

5. Irrigation Engineer
6. Structural Engineer
7. Construction Engineer
(Civil)
8. Construction Engineer
(Mechanical)
9. Construction Engineer
(Electrical)
10. Assistant Construction
Engineer
11. Quality Control Engineer

12. Safety Engineer


13. Surveyor
14. Lab Technician

15. Assistant Lab Technician


16. Computer Data Operator

17. Financial Account Officer


18. Labour Officer
19. Other Staff
1. Store & Procurement
Officer
2. Head Mechanics
3. Mechanics
4. Drivers / Operators
5. Helper
* The above Personnel requirement is indicative and can be adopted as per project
requirement
1. The C.V. of each Personnel’s mentioned in the above table (Sr. No. 1 to 12) must be provided
separately at the time of Agreement.
2. Separate form should be filled by the each partner of joint venture.

Narmada Valley Development Authority, Bhopal 71


Pre-qualification Document

FORM 6
EQUIPMENT REQUIREMENT FOR
USE ON THE PROJECT

Name of Bidder or Lead Partner of Joint Venture

Critical Equipment proposed to be deployed

The Bidder should furnish the information required below, regarding the requirement of the
equipment, for construction / quality control

S.N. Name of Number Number


Equipment Required Owned Leased To be
procured

Equipment proposed to be deployed for lining

S.N. Name of Number Number


Equipment Required Owned Leased To be
procured

1. List the key equipment for construction, standby power, material handling, transport
vehicles, etc., which the firm proposes to use for the proposed works.
2. The bidder should clearly demonstrate that he has access to all key equipment which
will be required for the successful completion of the works.
3. Provide an overall summary, and use separate sheets to describe each major
equipment item.
4. Separate forms to be provided by each partner of Joint venture.

Narmada Valley Development Authority, Bhopal 72


Pre-qualification Document

FORM 6A
EQUIPMENT REQUIREMENT FOR
USE ON THE PROJECT (Owned by the
Bidder)

Name of Bidder or Lead Partner of Joint Venture

Submit the following information for equipment owned by the Bidder or partner.

Name of Number to Unit Capacity Model and Year of Name of Current


Equipment be deployed Power Rating manufacture manufacturer Location

Equipment proposed owned by the Bidder for lining

Name of Number to Unit Capacity Model and Year of Name of Current


Equipment be deployed Power Rating manufacture manufacturer Location

1. Separate forms to be filled by each partner of joint venture.

Narmada Valley Development Authority, Bhopal 73


Pre-qualification Document

FORM 6B
EQUIPMENT REQUIREMENT FOR
USE ON THE PROJECT
(LEASED)

Name of Bidder or Lead Partner of the Joint Venture

Submit the following information for equipment to be leased by the Bidder or partner

Name of Number to be Unit Capacity Model and Power


Equipment deployed Rating

Equipment proposed to be leased for lining

Name of Number to be Unit Capacity Model and Power


Equipment deployed Rating

1. Separate forms to be filled by each partner of joint venture.

Narmada Valley Development Authority, Bhopal 74


Pre-qualification Document

FORM 6C
EQUIPMENT REQUIREMENT FOR
USE ON THE PROJECT
(TO BE PROCURED)

Name of Bidder or Lead Partner of Joint Venture

Submit the following information for equipment to be procured by the Bidder or partner.

Name of Number to be Unit Capacity Model and Power


Equipment deployed Rating

Equipment proposed to be procured for lining

Name of Number to be Unit Capacity Model and Power


Equipment deployed Rating

1. Separate forms to be filled by each partner of joint venture.

Narmada Valley Development Authority, Bhopal 75


Pre-qualification Document

FORM 7

LITIGATION HISTORY

Name of Bidder or Lead Partner of a Joint Venture

Year Award For Name of client, cause Disputed Actual awarded


or Against of litigation, and matter amount (current Amount
Bidder of dispute value in Rs.) (inRs.)

1. Bidders, including each of the partners in a joint venture, should provide information on
any history of litigation or arbitration resulting from contracts executed in the last seven
years or currently under execution. A separate sheet should be used for each partner of
a joint venture.

Narmada Valley Development Authority, Bhopal 76


Pre-qualification Document

FORM 8

List of Relatives working in Department

Name of Bidder or Lead Partner of a Joint Venture

Name of the
Name of the Accountant person working
and Gazetted officer with the bidder
Sr. Relationship
working in Narmada who are near Relationship
No. with the bidder
Valley Development relative to the
Department mentioned in
col. 2
1 2 3 4 5

1. A separate sheet should be provided for each partner of Joint Ventures

Narmada Valley Development Authority, Bhopal 77


Pre-qualification Document

FORM 9
EXPERIENCE CRITERIA
(Refer Para 2.1.2 of Section II)

Name of Bidder or Lead Partner of Joint Venture:

(a) Execution of Irrigation Project or Infrastructure Projects in a single Contract to the


extent of Rs353.33 Crores in the last seven financial years (2010–2011 to 2016–
2017)
Name of Work: ______________________________________
Name of Client: ______________________________________
Contract Value: ______________________________________
Reference to page no. of Bidders Document: __________________

Year Amount executed (Rs. In Crores)


2010-2011
2011-2012
2012-2013
2013-2014
2014-2015
2015-2016
2016-2017
Total

1. Separate forms to be filled by each partner of joint venture.

Narmada Valley Development Authority, Bhopal 78


Pre-qualification Document

FORM 9A SUMMARY FOR JOINT VENTURE


(EXPERIENCE CRITERIA)

Names of all partners of a joint venture


1. Lead Partner

2. Partner

3. Partner

(a) Execution of Irrigation Project in a single Contract to the extent of Rs353.33 Crores
in the last seven financial years (2010– 2011 to 2016 – 2017) – B/F from Form 9

Partner Amount executed (Rs. In Crores) % of Criteria


Lead Partner
Partner 1
Partner 2
Total

Narmada Valley Development Authority, Bhopal 79


Pre-qualification Document

FORM 10
BID CAPACITY
(Refer Para 2.1.4 of Section II)

Name of Bidder or Lead Partner of Joint Venture:

S.No. Max. value of Balance amount of Bid capacity = Ref. Of page No.
work executed in contract in hand 1.5 A x B-C of Bidders
any one of last 7 (Rs. In Crores) (B/F where B=3.5 Documents
years (Rs in from Form 3) year
Crores) (Rs. In Crores)

(A) (C)
1

Separate forms to be filled by each partner of joint venture.

Narmada Valley Development Authority, Bhopal 80


Pre-qualification Document

FORM 10A SUMMARY FOR JOINT VENTURE


(BID CAPACITY)

Names of all partners of a joint venture


1. Lead Partner

2. Partner

3. Partner

B/F from Form 10


S.No. Partner Max. Balance Bid Ref. Of % of
Turnover in amount of capacity page No. of Criteria
any one of contract in = 1.5A x Bidders
last 7 years hand (Rs. In B-C Documents
(Rs in Crores) (B/F where
Crores) from Form 3) B=3.5
year
(Rs. In
(A) (C)
Crores)
1 Lead Partner
2 Partner
3 Partner
Total - - -

Narmada Valley Development Authority, Bhopal 81


Pre-qualification Document

FORM 11 (Refer Clause 2.1.3 of Section II)

Name of Bidder or Lead partner of a Joint Venture:

Laying in a single or multiple contracts, at least 6.3 km of rising main with 2950 mm or more diameter
MS/DI pipes with static head 30 meter or more in last seven years (2010-2011 to 2016-2017 or 2011-12
to 2017-18).

Sr. No. Year Quantity Executed Maximum Quantities executed in


(cum) (B/F from one year (cum) (B/F from
Statement S -1) Statement S -1)
1 2 3 4
1. 2010-2011
2. 2011-2012
3. 2012-2013
4. 2013-2014
5. 2014-2015
6. 2015-2016
7. 2016-2017
8. Total -

Laying in a single or multiple contracts, at least 40 km of 1300 mm or more diameter MS/DI pipes last
seven years (2010-2011 to 2016-2017OR 2011-12 to 2017-18).

Sr. No. Year Quantity Executed Maximum Quantities executed in


(cum) (B/F from one year (cum) (B/F from
Statement S -2) Statement S -2)
1 2 3 4
1. 2010-2011
2. 2011-2012
3. 2012-2013
4. 2013-2014
5. 2014-2015
6. 2015-2016
7. 2016-2017
Total -

Laying of M.S /D.I./HDPE or combination thereof Pipe line of 1221 KM for water pipe line for pipe dia.
100 mm and above, in a single or multiple contracts in last seven years (2010-2011 to 2016-2017OR
2011-12 to 2017-18).

Sr. No. Year Quantity Executed Maximum Quantities executed in


(cum) (B/F from one year (cum) (B/F from
Statement S -3) Statement S -3)
1 2 3 4
2010-2011
2011-2012
2012-2013
2013-2014
2014-2015
2015-2016
2016-2017
Total -

Narmada Valley Development Authority, Bhopal 82


Pre-qualification Document

Execution of distribution network (DISNET) of at least 50,000 hectares for irrigation, in last seven years
in single or multiple projects (2010-2011 to 2016-2017OR 2011-12 to 2017-18).

Sr. No. Year Quantity Executed Maximum Quantities executed in


(cum) (B/F from one year (cum) (B/F from
Statement S -4) Statement S -5)
1 2 3 4
1. 2010-2011
2. 2011-2012
3. 2012-2013
4. 2013-2014
5. 2014-2015
6. 2015-2016
7. 2016-2017
8. Total -
Separate forms to be filled by each partner of joint venture.

Narmada Valley Development Authority, Bhopal 83


Pre-qualification Document

FORM 11A JOINT VENTURE SUMMARY

Names of all partners of a joint venture


1. Lead Partner
2. Partner
3. Partner
Laying in a single or multiple contracts, at least 40 km of 1300 mm or more diameter MS/DI pipes with
in last seven years (2010-2011 to 2016-2017OR 2011-12 to 2017-18).
– B/F from form-11

Partner 2010- 2011- 2012- 2013- 2014- 2015- 2016- Total % of


2011 2012 2013 2014 2015 2016 2017 Criteria
1. Lead
partner
2. Partner
3. Partner
Total - - - - -
Laying in a single or multiple contracts, MS/DI pipes 6.30 Km rising main of dia. not less than 2950 mm
and head not less than 30 m in last seven years (2010-2011 to 2016-2017OR 2011-12 to 2017-18).B/F
from form-11

Partner 2010- 2011- 2012- 2013- 2014- 2015- 2016- Total % of


2011 2012 2013 2014 2015 2016 2017 Criteria
1. Lead
partner
2. Partner
3. Partner
Total - - - - -
Laying of M.S /D.I./HDPE or combination thereof Pipe line of 1221 KM for water pipe line for pipe dia. 100 mm and
above, in a single or multiple contracts in last seven years ((2010-2011 to 2016-2017OR 2011-12 to 2017-18). – B/F
from form-11
Partner 2010- 2011- 2012- 2013- 2014- 2015- 2016- Total % of
2011 2012 2013 2014 2015 2016 2017 Criteria
1. Lead
partner
2. Partner
3. Partner
Total - - - - -

Narmada Valley Development Authority, Bhopal 84


Pre-qualification Document

Execution of distribution network (DISNET) of at least 50,000 hectares for irrigation, in last seven years
in single or multiple projects (2010-2011 to 2016-2017OR 2011-12 to 2017-18). – B/F from form-11

Partner 2010- 2011- 2012- 2013- 2014- 2015- 2016- Total % of


2011 2012 2013 2014 2015 2016 2017 Criteria
1. Lead
partner
2. Partner
3. Partner
Total - - - - -

Narmada Valley Development Authority, Bhopal 85


Pre-qualification Document

FORM 12
Details of work executed by the bidder in Madhya Pradesh

Name of Firm: -----------------------------------------------

Sl.No. Name of the Name of office Name of Year of Present


department under by whom work start of position
which work was agreement was work of work
executed executed
1 2 3 4 5 6
1
2
3
4
5
6

Note: 1 Separate form to be filled by each partner of joint venture.


2. All bidders have to submit details of work executed in any Department of
Madhya Pradesh including but not limited to PWD, WRD, NVDA/NVDD ,PHED and
Rural Development Department or any other department or any state owned
undertaking or any Municipal Corporation or any other Corporation/ Board / Society
under the administrative control of these departments in last ten years. The bidders
require to submit information for himself as well as for his each JV partners in the form
shown above.

Narmada Valley Development Authority, Bhopal 86


Pre-qualification Document

Name of bidder:
STATEMENT NO. S – 1
Laying in a single or multiple contracts, at least 6.3 km of rising main with 2950 mm or more diameter MS/DI pipes with static head 30 meter or more
in last seven years (2010-2011 to 2016-2017 or 2011-12 to 2017-18).
Quantity in Km.

Year 2015-2016 Year Year


Year 2010-2011 Year 2011-2012 Year 2012-2013 Year 2013-2014 Year 2014-2015
2016- 2017-
NAME
2017 2018
OF Total
Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Quantity
WORK
Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed Executed
No. No. No. No. No. No. & Page & Page
No. No.
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Total
(Qty
in
KM)

Note:
1. Data to be supported by Clients Certificate by an officer not below the rank of Executive Engineer or equivalent officer.
2. Separate statement should be filled in by each partner of Joint Venture.

87
Pre-qualification Document

Name of bidder:
STATEMENT NO. S – 2
Laying in a single or multiple contracts, at least 40 km of 1300 mm or more diameter MS/DI pipes last seven years (2010-2011 to 2016-2017OR 2011-
12 to 2017-18).
Quantity in Km.

Year 2015-2016 Year Year


Year 2010-2011 Year 2011-2012 Year 2012-2013 Year 2013-2014 Year 2014-2015
2016- 2017-
NAME
2017 2018
OF Total
Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Quantity
WORK
Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed Executed
No. No. No. No. No. No. & Page & Page
No. No.
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Total
(Qty
in
KM)

Note:
1. Data to be supported by Clients Certificate by an officer not below the rank of Executive Engineer or equivalent officer.
2. Separate statement should be filled in by each partner of Joint Venture.

88
Pre-qualification Document

Name of bidder:
STATEMENT NO.S – 3
Laying of M.S /D.I./HDPE or combination thereof Pipe line of 1221 KM for water pipe line for pipe dia. 100 mm and above, in a single or multiple
contracts in last seven years (2010-2011 to 2016-2017 or 2011-12 to 2017-18).
Quantity in Km.
Year 2015-2016 Year Year
Year 2010-2011 Year 2011-2012 Year 2012-2013 Year 2013-2014 Year 2014-2015
2016- 2017-
NAME
2017 2018
OF Total
Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Quantity
WORK
Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed Executed
No. No. No. No. No. No. & Page & Page
No. No.
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Total
(Qty
in
KM)

Note:
1. Data to be supported by Clients Certificate by an officer not below the rank of Executive Engineer or equivalent officer.
2. Separate statement should be filled in by each partner of Joint Venture and

89
Pre-qualification Document

Name of bidder:
STATEMENT NO. S – 4
Execution of distribution network (DISNET) of at least 50,000 hectares for irrigation, in last seven years in single or multiple projects (2010-2011 to
2016-2017OR 2011-12 to 2017-18).
Quantity in Ha.

Year 2015-2016 Year Year


Year 2010-2011 Year 2011-2012 Year 2012-2013 Year 2013-2014 Year 2014-2015
2016- 2017-
NAME
2017 2018
OF Total
Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Certificate Quantity Quantity
WORK
Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed on Page Executed Executed
No. No. No. No. No. No. & Page & Page
No. No.
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16

Total
(Qty
in
Ha)

Note:
1. Data to be supported by Clients Certificate by an officer not below the rank of Executive Engineer or equivalent officer.
2. Separate statement should be filled in by each partner of Joint Venture.

90
Pre-qualification Document

Name of bidder:

Statement No.S – 5

WORK METHODOLOGY

91
Pre-qualification Document

Annexure I
Salient Feature

92
Pre-qualification Document

BHIKANGAON-BINJALWARALIFT IRRIGATION
SALIENT FEATURES

1. Name of the Project. : Bhikangaon-BinjalwaraLift Irrigation


Project
2. Type of Project : Irrigation Project
( Irrigation or Multipurpose) :
3. Location :
ii) Supply Source : In Khargone District Indira Sagar
Reservoir
i) Lifting Point ; : In Khargone District, Near
Mokhangoan Village ISP Main Canal
at RD 57.850km.
iii) Feeder Reservoir : Indira Sagar Reservoir
iv) Command In Khargone District
3.1 River Basin
a) Name :
i) Lifting Narmada Basin
ii) Command Lower Narmada Sub Basin (3b).
b) Located in : Madhya Pradesh

3.2 River : Narmada River

3.3State(s) / District(s) or Tehsils in which following are located.

State District Tehsil

(a) Reservoir (Supply Source) : M.P KhandwaPunasa

(b) Lifting Point / Rising Main M.P KhargoneSanawad

93
Pre-qualification Document

(c) Command Area : (1) Khargone District Tehsil


(i) Jhirinya
(ii) Bhikangaon
(iii) Sanawad
: (2) Khandwa District Tehsil
(i) Khandwa
(ii) Pandhana

3.4 Name of Village near the Head-works

Lifting Point : ISP Main Canal Near village


Mokhangaon
3.5 Location of Head-Works :
1) Lifting Point : ISP Main Canal RD 57.85 km

(a) Longitude : 76000‟ 27”

(b) Latitude : 22005‟ 40”

(c) List in Earthquake Zone No. : Zone-III (Moderate Seismic)


2) Delivery Point : Hirapur,Borut,Chikalwas
c) List in Earthquake Zone : Zone-III (Moderate Seismic)

3.6 Project area reference to : as detailed below

Indira Sagar Canal &


Rising Pump
a) Toposheet : Project Lifting Point Command
Main House
Reservoir Area
Topo sheet No. 55 B 55B 55 C 55C 46 N ,46O
2 4 1
5555
1
5555
16 14
5555

55 C 55 C 46 O
2 2 13
55 B 55 B 55 B
4 4 4
5555

55 C
1
55 C
2

94
Pre-qualification Document

b) Index Plan : Attached

3.7. Access to the Project.

a) Nearest Airport : i) Devi Ahilya Airport Indore (M.P.)


80km from mokhangoan sanawad
(b)Nearest Rail Head : ii) 15km from mokhangoan

4. Interstate aspects of the project

(a) Catchment area of the basin. : It is a lift scheme hence no independent


catchment is being harnessed.
(b)State-wise / Country-wise details : Not applicable
of Catchment area.

(c)Submergence due to project : No submergence due to project, as it is


a lift scheme

(d)Water allocation for the state (if any) : The Quantum of water being lifted for
this project is included in the water
share of M.P. as per NWDT award.

(e) Water allocation for other state : Not applicable

(f) committed utilisation Upstream Projects

(i) Project Completed

(ii)Project under construction As stated above it is as per committed


utilization of share of Narmada Waters
(iii)Feature projects

(vi)Any other

Downstream Projects

(i) Irrigation (surface) : 50000Hectare


Discharge Irrigation : 17.8 Cumecs.

5. Estimated life of the project (years) : 50 Year

95
Pre-qualification Document

6. Irrigation (ha.)

(a) Gross command area (GCA) : 98000 Hectare

(b) Culturable command area (CCA) :50000Hectare

(c)Area under Irrigation (break up)

(ii) Rabi 50000Ha.

(d) Cost per hectare of gross area irrigated: 1.51 Lakh/Hect.


(e) Cost per 1000 cum of gross/live storage: Not required as it is not
a storage scheme

(f) Water utilisation (for irrigation only): 17.8 cumecs

7. Project Performance
(a) Irrigation : 50000 Hectare
8. Head Regulator(s) : Intake well at Lifting point ,&Outlet
regulators at D C and Main pipe line.
9. Canal System
9.1 Main Canal (Piped) : Piped network as per Design
9.1.1Purpose of Canal : Irrigation
9.1.2 Type : Rising Main Pipe Canal
(M.S./DI Pipe)

(a)Flow/ : Piped system

96
Pre-qualification Document

Annexure II

POWER CALCULATION FOR BHIKANGAON-BINJALWARA LIFT SCHEME

Description Unit PS 1 to PS 2 PS 2 to PS3 PS 3 to BPT


Inner Diameter mm 3250 2950 1300
Discharge (cumec) Cumecs 17.8 14 2.5
Discharge (cum/hr) Cum/hr 64080 50400 9000
Hours of Pumping in a day Hr 24 24 24
Length (L) m 4000 2300 2700
Type of pipe MS MS MS
'C' Value (As per CPHEEO) 140 140 140
Velocity (V) m/s 2.100 2.000 1.900
0.0007699 0.0017150
Friction/m S=Q^1.852x10.64/C^1.852xd^4.871 m/m 0.00074939 08 6
Total Friction (friction/m x length) (Length in m) m 2.998 1.77 4.63
For Bends & Valves - 10 % (Rising main) m 0.300 0.18 0.46
Pump station Losses m 0.300 0.3 0.3
Total friction Head (5(b+c+d)) m 3.597 2.247866145 5.39372837
FRL of Discharge Point m 267.00 323.00 344.00
LWL @ Pump house m 223.50 267.00 323.00
Static Head (Sl No 6a-6b) m 43.50 56.00 21.00
Total Head (For Pumping main) (5e+6c) m 47.10 58.25 26.39
Residual head 20 m + losses in disnet 5 meters m 25 15 10
Total Head (For Pumping main+ Residual head) Round
off m 72.1 73.2 36.4
Energy Calculations
power req @ BOWL (cum/hrXH)/(367.2xn(0.88
eff)(motor efficiency 0.95) KW 15050 12026 1067
Energy Required in MW MW 15.05 12.03 1.07
Total MW 28.15

Line losses, Transformer losses, Power for Staff


Quarters, Auxiliary Power for pumping Stations , MW 2.11 MW
for Scada and Automation and for margin for 15
years lifetime, all put together
Total Power MW 30.26
Total power at commissioning should not exceed MW 29.76
Total Power after 15 yrs should not exceed MW 30.26

97
Pre-qualification Document

Index Map

98
Pre-qualification Document

99
Pre-qualification Document

100
Pre-qualification Document

BHIKANGAON-BINJALWARA MICRO LIFT IRRIGATION PROJECT

DISNET PLANNING FOR 500 Ha. chak to 20 ha chak

101
Pre-qualification Document

BHIKANGAON-BINJALWARA MICRO LIFT IRRIGATION PROJECT

DISNET PLANNING FOR 20 Ha. chak to 2.5 ha chak

102
Pre-qualification Document

Note on Automation Control for Disnet

1. There are no Flow or Pressure controllers at of 500 ha chak.


2. One Flow and Pressure controller is provided at each 20 ha chak with remote
wireless capacity to be switched on/off. This must be capable of delivering 7.12 liters
per second for the 20 ha chak at the regulated residual pressure of 20m at controlled
pressure and discharge.
3. There are 8 On/Off solenoid valves also provided after the Flow and Pressure
controller at each 20 ha chak. Each of these solenoid control valves can be wirelessly
operated and each is capable of delivering 0.975 liters per second for the 2.5 ha
chak
4. All the 8 On/off valves and the Flow and Pressure controller Valve are situated in
one heavy weight RCC box about 2.5ft x 2.5ft x2.5ft with heavy lid closure and
located at the Centre of the 20 ha chak as shown in the drawing.
5. One antenna is to be suitably mounted on the top of the RCC box for the wireless
operation.
6. One Solid State Battery with solar panel charging and the wireless cards will also be
housed in the RCC box.

NOTE: Alternative automation scheme with wireless scada control arrangement will
also be permitted subject to the condition that the smallest chak size shall not exceed
2.5 ha and the residual head at this 2.5 ha chak shall not be less than 20 m and the
flow shall not be less than 0.356lps per ha. and It shall be possible to operate normal
sprinkler with ease and the complete area of 50,000 ha should be irrigated with a
delta of 37 cm per ha in 120 days.

103
Pre-qualification Document

CROSS SECTION OF I.S.P. MAIN CANAL AT RD 57.85 K.M.


G.L. 234.500 m G.L. 234.500 m

I.P. S.R.
5.00 8.00
30.74 T.B.L. 229.550 m
1.05 F.B.

5.00 F.S.D.

C.B.L. 223.500 m
12.60

104

Anda mungkin juga menyukai