1
Government of Punjab
IrrIgatIon Department
EXPRESSION OF INTEREST
FOR
RELINING OF RAJASTHAN FEEDER
AND SIRHIND FEEDER
EXECUTIVE ENGINEER, RAJASTHAN FEEDER DIVISION, FEROZEPUR, IRRIGATION DEAPRTMENT
GOVT. OF PUNJAB PUNJAB
2
TABLE OF CONTENTS
CONTENTS SECTION/FORM PAGE
Notice inviting Expression of
Interest and Procurement Options
Section I 4-5
General instructions to Applicant Section II 6-14
Application Forms
General information Form – 1 15
Financial Capability Form – 2 16
Works of similar nature Form – 3 17
Details of works on hand Form – 4 A 18
Works for which bids already
submitted
Form – 4 B 19
List of equipments/machinery
owned by the contractor
Form – 5 20
Qualification and Experience of Man
power
Form – 6 21
Information on litigation History in
which the Bidder is involved
Form – 7 22
Any other additional information Form - 8 23
3
KEY DATES
Sl.No Activities Date & Time Place 1 Sale of Expression of Interest
Document 26.09.2011
Office of the Executive Engineer, Rajasthan Feeder Division, Ferozepur, Irrigation Department, Govt. of Punjab
2 Receipt of applications for Issuing Expression of Interest Document
Up to 15.10.2011 at 11:00 AM
3 Receipt of Expression of Interest Documents
Up to 16.10.2011 at 3:00 PM
4
GOVERNMENT OF PUNJAB OFFICE OF THE EXECUTIVE ENGINEER, RAJASTHAN FEEDER DIVISION,
FEROZEPUR NOTICE INVITING EXPRESSION OF INTEREST FOR
RELINING OF RAJASTHAN FEEDER AND SIRHIND FEEDER No 1891/21-A Dated 23.09.2011
1.0 Government of Punjab proposes Relining of 97Km of Rajasthan feeder and 100 km of
Sirhind Feeder which has been approved by Government of India for relining in Four years. The estimated departmental cost of the works is Rs.952.100 crore and Rs.489.165 crore respectively. Rajasthan Feeder and Sirhind feeder are two parallel channels off-taking upstream of Harike Headworks. Rajasthan feeder has capacity of passing discharge of 18500 cusecs and runs through Punjab as a carrier channel to feed Rajasthan canal system in Rajasthan, Sirhind Feeder has varying discharge passing capacity and has discharge 5272 cusecs at head and runs through Punjab to feed command area in Punjab and Rajasthan. These channels cannot be closed for more than two months in a year and therefore work is to be carried out in closure period of two months (March-May).
2.0 The main components of these projects will be
(a) Dismantling of Existing lining wherever required, for both the feeders.
(b) Underground Drainage System (c) Compaction of earth work (d) Conventional filter with HDPE film or Geo Composite (e) PCC lining for Slope and Bed (f) Construction of rainwater Pucca drain (g) Dewatering (h) Repair/construction of head regulators/X-regulators/escapes (i) Widening/Construction of V.R.Bridges
3.0 The expression of interest is hereby invited from reputed/leading Domestic/International
construction agencies. The domestic agencies shall be registered with Government of Punjab or any other State or Central Government. The agencies should satisfy the eligibility criteria as specified in the document.
4.0 The EOI shall be in the prescribed format which shall be placed on the website www.pbirrigation.gov.in & e-procurement portal https://etender.punjabgovt.gov.in with effect from 26.09.2011. The same can also be obtained from the Executive Engineer, Rajasthan Feeder Division, Ferozepur upto 15.10.2011 at 11.00 AM on payment of Rs. 1000/- (Rupees One Thousand Only) in the form of nonrefundable Account payee Demand Draft drawn in favour of Executive Engineer, Rajasthan Feeder Division, Ferozepur.
5.0 EOI shall be submitted in the prescribed form in the office of Executive Engineering, Rajasthan Feeder Division, Ferozepur up to 16.10.2011, at 3 .00 PM.
5
6.0 In case of submission of EOI by post, the risk of either loss or delay in transit of the same is to be entirely borne by the bidder
7.0 The EOI will not be entertained if received by him after the expiry of the date and time
fixed for receipt.
8.0 The technical and financial bids shall be invited later from the reputed firms including those who are considered suitable after examination of EOI.
9.0 The detailed project reports, appraisal reports of CWC and proposed technical
specifications can be seen on www.pbirrigation.gov.in.
10.0 The applicants shall, in addition to the information sought from then in the EOI document may submit their proposals for alternative construction materials or construction methodology etc. giving their proposal in detail and demonstrate the advantages and economics of the proposal. They shall also submit the proof of having experience in the proposal.
Executive Engineer,
Rajasthan Feeder Division, Ferozepur. Ph:01632-246259
6
SECTION – 2
GENERAL INSTRUCTIONS TO APPLICANTS
Government of Punjab proposes Relining of 97Km of Rajasthan feeder and 100 km of Sirhind Feeder which has been approved by Government of India for relining in Four years. Rajasthan Feeder and Sirhind feeder are two parallel channels off-taking upstream of Harike Headworks.Rajasthan feeder has capacity of passing discharge of 18500 cusecs and runs through Punjab as a carrier channel to feed Rajasthan canal system in Rajasthan, Sirhind Feeder has varying discharge passing capacity and has discharge 5272 cusecs at head and runs through Punjab to feed command area in Punjab and Rajasthan. These channels cannot be closed for more than two months in a year and therefore work is to be carried out in closure period of two months (March-May). During the closure period of these channels, part of either channel will be running and this will cause some seepage towards other channel which will be taken care off with dewatering 'arrangement etc. These channels passes high SSWL in most of the length and dewatering arrangement will be required which shall be effective and sound with power back up around the clock during closure period. All arrangement including men, machinery and materials etc. as per these constraints are to be made available. Proper planning of mobilization of men and materials in advance to the site for the timely execution are prerequisite. SCOPE OF WORK The broad scope of work of the proposed relining of feeder is as follows. Detailed scope of work would be defined in package put to bid.
(a) Dismantling of Existing lining wherever required, for both the feeders.
(b) Underground Drainage System (c) Compaction of earth work (d) Conventional filters or Geo Composite, Geo Synthetic filter (e) PCC lining for Slope and Bed (f) Construction of rainwater Pucca drain (g) Dewatering (h) Repair/construction of head regulators/X-regulators/escapes (i) Widening / Construction of V.R.Bridges
Eligibility Expression of interest is invited from the applicants who fulfill the following criteria:- The applicant should be reputed/leading domestic/international construction company. The domestic applicant shall be a registered Indian firm as per the Indian Companies Act 1956
7
Reputed firms registered under Central / State Government having valid registrations. The applicant shall not be black listed / debarred by any Govt., Authority at the time of submission of the bid. The bidder shall provide the self-Declaration in this regard. Joint ventures can also bid subject to the conditions given in the document. If the application is made by a proprietary firm, it shall be signed by the proprietor above his full type written name and full name of firm with its current address. If the application is made by a firm in partnership, it shall be signed by all the partners of the firm above their full typewritten names and current addresses, or alternatively by a partner holding power of attorney for the firm (a certified copy of the power of attorney shall accompany the application). A certified copy of the partnership deed and current address of all the partners of the firm shall also accompany the application. If the application is made by a limited company or a corporation, it shall be signed by a duly authorized person holding power of attorney for signing the application, in which case a certified copy of the power of attorney shall accompany the application. Such limited company or corporation may be required to furnish satisfactory evidence of its existence before the prequalification application is filed. If the application is made by a joint venture of firms, it shall be signed by the authorized representative of the joint venture. A certified copy of the power of attorney to the authorized representative, signed by legally authorized signatories of all the firms of the joint venture shall accompany the application. Power of attorney should be on stamp paper with value of Rs.100/- duly notarized. If the applicant/partners in case of JV belongs to the country other than India, the photocopy/scanned/fax copies of the original document like Power of Attorney, Turnover, Experience Certificates, Joint Venture Agreements, if any, Financial Capabilities etc. should be attested from the concerned Indian Embassy and the translation from other languages to English is also authenticated from the concerned Indian Embassy. Qualification Criteria: Prequalification will be based on meeting all of the following minimum criteria regarding the Applicants General and Particular Experience, Personnel and Equipment Capabilities, Litigation History and Financial Position as demonstrated by the Applicants responses in the forms attached to the Letter of application. Financial Capabilities
i. The applicant should have achieved a minimum average annual turnover of Rs 940 Crore during the last three years ending March 2011. The audited financial statements for the last three years shall be submitted and must demonstrate the soundness of the bidder’s financial position.
ii. The Applicant should demonstrate that it has access to, or has available, liquid
assets, unencumbered real assets, lines of credit and other financial means sufficient
8
to meet the construction cash flow for a period of 1 month during the duration of closure, estimated as INR 200 Crores in addition to the Applicant's commitments for other contracts.
iii. The audited financial statements for the last three years shall be submitted and must
demonstrate the soundness of the Applicant's financial position, showing long-term profitability. Where necessary, the Employer will make inquiries with the applicant’s Banks.
Technical Criteria
i. The Applicant should have the experience in construction of cement concrete/ RCC lined canal for a minimum length of 30km having minimum cross section perimeter of 35 mt in a single project in the last 10 years. The project should have been completed, commissioned and working satisfactorily for one year from the completion.
ii. The bidder should have completed a minimum quantity of 80000cum of concrete
lining by paver in a single year and single project in the last 10 years. The project should have worked satisfactorily for one year from the completion.
iii. The bidder should have completed a single project of value not less than Rs 1200
crore or two projects of Rs. 900 crore each or three projects of Rs.600 crore each in any civil construction contract. The project/s should have been completed, commissioned and should have worked minimum one year from the commissioning of the project.
The works may have been executed by the applicant as prime contractor or proportionately as member of Joint Venture or sub-contractor.
A certificate from the employer shall be submitted along with the application incorporating clearly the name of works, contract value, billing amount, date of commencement of work, date of completion and satisfactory performance of the contractor/work and any other relevant information.
The following escalation factors shall be applied on the cost of completion of work. The base year shall be taken as 2011-12.
One 1.10 Two 1.21 Three 1.33 Four 1.46 Five 1.61 Six 1.77 Seven 1.95
9
iv) The bidder should meet minimum requirement of Equipment/Machinery as specified in
the table in own possession or agreement with hirer for displaying for this specific project. The contractor shall submit the proof/agreement for the same.
Sr. No.
Name of Equipment/Machinery Minimum No's to be deployed for execution of the work .
1. Batching & Mixing Plants with 60 cum/hr capacity 8 No. 2. Transit Mixer with 6 cum capacity 80 No. 3. Paver for laying concrete 30 No. 4. Hydraulic Excavator 60 No. 5. Tipper 5.0 Cum Capacity 304 No. 6. Vibrator Roller/Compactor 20 No.
Personnel Capability. The Applicant must have suitably qualified personnel to fill the positions as given in the form-6 the Applicant will supply information on a prime candidate and on an alternate for each position. Both people should meet the experience requirements specified in the tables. Sr. No.
Position
Minimum Desirable Qualification
Total Experien ce (Years)
Experience in Similar Works (years)
Minimum nos to be deployed for execution of the work
1 Project Manager
Graduate in Civil Engineering
15 10 1
2 Project Engineer Graduate in Civil Engineering
10 5 15
3 Quality control Engineers
Graduate in Civil Engineering
10 5 3
4 Safety Engineer Graduate in Civil Engineering
5 3 1
5 Site Engineer BE / Diploma in Civil Engineering
10 5 120
Equipment Capabilities. The Applicant should own, or have assured access (through hire, lease, purchase or other means) to the key items of equipment in full working order as listed in Form-5 and must demonstrate based on known commitments, they will be available for use in the proposed contract.
10
Litigation History. The Applicant should provide accurate information on any litigation or arbitration resulting from contracts completed or under its execution over the last five (5) years in application form (8). A consistent history of five awards, against the bidder may result in disqualification of the application. BID CAPACITY The bidder should have an available bid capacity of more than the Rs.1500 crores. The available bid capacity is calculated as per the formula. Assessed Bid Capacity = (A x N x 2) – B A = Maximum value of all civil engineering works of current price executed in any one of
the five previous financial years (at current price level) B = Value at current price level of existing commitments and ongoing works to be
completed during the period of completion of the project. N = No. of years prescribed for the completion of the subject contract The bidder shall give a declaration that they have not been blacklisted by the owner or by any department of a State or Central Government or by any other public sector organization and that there is no enquiry in respect of any corrupt or fraudulent practice pending against them. JOINT VENTURE
I. Joint venture partners would be limited to two (including the lead partner) II. One of the partners, who is responsible for performing a key function in the contract
management or is executing a major component of the proposed contract, shall be nominated as being incharge during the expression of interest and bidding periods and in the event of successful bid, during contract execution. The partner, in charge shall be authorized to incur liabilities and receive instructions for and on behalf of the partner of the Joint Venture. This authorization shall be evidenced by submitting power of attorney signed by legally authorized signatories of all the partners.
III. All the partners of the Joint Ventures shall be jointly and severally liable, during the bidding process and for the execution of the contract in accordance with the contractor. A statement to this effect shall be included in the authorization mentioned under sub clause II above. The bid shall be signed so as to legally bind all the partners, jointly and severally. Bid security and the performance guarantee etc., as required, will be furnished by the lead partner and joint venture partner, out of their accounts, in proportion to their participation in joint venture.
IV. Joint ventures must comply with the following requirements: a) The lead partner must meet atleast 50% of the qualifying criteria in respect of
financial capabilities. The joint ventures must collectively satisfy the entire
11
qualification criterias. The criteria of having experience in concrete lining must be fulfilled by the lead partner.
b) The Joint Venture must satisfy collectively the criteria of personal capabilities and equipment capabilities for which purpose the relevant figures for each of the partners shall be added together to arrive at the joint ventures total capacity. Individual members must each satisfy the requirements of litigation criteria and demonstrate the current soundness of their financial position and indicate its long term profitability.
c) Expression of interest documents shall be signed so as to legally bind all partners, jointly and severally, and shall be submitted with a copy of the Joint Venture Agreement providing the joint and several liabilities with respect to the contract.
V. A copy of the Joint Venture Agreement (JVA) entered into by the partners shall be submitted with the application. Alternatively, a letter of intent to execute a JVA in the event of a successful bid shall be signed by all the partners and submitted with the application together with a copy of the proposed agreement. Pursuant to sub clause II and III above, the JVA shall include among other things, the Joint Ventures objectives, the proposed management structures, the contribution of each partner to the joint venture operation, the commitment of the partners to joint and several liability for due performance, recourse/sanctions with in the joint venture in the event of the default or withdrawal of any partner and arrangements for providing the required indemnities.
VI. Joint Venture Agreement shall contain a clause to the effect that there shall be a separate joint venture bank account (distinct from the bank accounts of the individual partner) to which the individual partner shall contribute their share capital and/or working capital. Joint Venture Agreement shall also contain a clause to the effect that the financial obligations of the Joint Venture shall be discharged to the said joint venture bank account only and also all the payments received or paid by Government of Punjab, Irrigation Department by the Joint Venture shall be through that account alone.
12
SUBMISSION OF EXPRESSION OF INTEREST & INFORMATION
a) The enclosed forms should be filled in completely and all questions should be
answered. All information requested for in the enclosed forms should be furnished against the respective columns in the form. If any particular query is not relevant, it should be stated as “ NOT APPLICABLE “. All bidders are cautioned that incomplete information in the expression of interest or any change(s) made in the prescribed forms will render application to be rejected as non-responsive. The information regarding qualification, if appended separately from the document, shall be typed on the applicant’s letterhead. Any over writing or corrections should be attested. All pages of expression of interest/qualification information shall be numbered and should be submitted as a package duly signed.
b) The expression of interest document in the prescribed forms as required in this booklet duly completed and signed should be submitted along with all relevant documents. The documents must be submitted in sealed cover. The sealed cover must be super-scribed as “Expression of interest Document for RELINING OF RAJASTHAN FEEDER AND SHRIND FEEDER“ and should be submitted to the Executive Engineer, Rajasthan Feeder Divn., Ferozepur, Irrigation Department , Punjab so as to reach latest by 16.10.2011 at 3.00 PM. The bidders who have downloaded the expression of interest document from the website will enclose a non- refundable Account payee Demand Draft amounting Rs. 1000/- (Rupees One Thousand Only) Others who have purchased the document will enclose the copy of the receipt of the payment made.
c) The documents received late on account of any reason what so ever shall not be
entertained. d) The bidders are advised to go through the expression of interest documents carefully and
furnish the required details duly supported by documentary evidence, which must be self-attested as well as attested by gazetted officer.
e) Expression of interest containing technical information regarding eligibility for qualification as enumerated in general instructions to the tenderers shall be provided in the prescribed forms 1 to 8. The particulars furnished in the forms should be supported by certificates signed by officers not below the rank of Executive Engineer. The certificates should be translated into English and attested if issued in some other Indian languages.
13
f) The following certificates, documents etc. are to be enclosed to the expression of interest
document.
I. Enlisted or registered with any State Government or Government of India or public sector units in unlimited class or equivalent.
II. The details of similar work(s) executed during the last ten financial years in Form-3 duly supported with work done certificates work wise.
III. Annual Reports along with audited balance sheets and other financial statements for the last three years.
IV. The Annual turnover, profit and net worth shall be certified by the applicant’s
statutory Auditor.
V. The information on litigation history in Form - 7.
VI. The details of experience of construction of cement concrete/RCC lined canal in a single project in last ten years duly supported with the certificate of the employer.
VII. The details of work of more than Rs.1200 crore in any civil construction contract duly supported with the certificate of the employer.
VIII. The proof of owning transit mixers, concrete pavers and other equipment alongwith the proof/agreement of hire.
IX. The Information in the prescribed formats
X. The applicants shall, in addition to the information sought from then in the EOI document may submit their proposals for alternative construction materials or construction methodology etc. giving their proposal in detail and demonstrate the advantages and economics of the proposal. They shall also submit the proof of having experience in the proposal
g) Proof of liquid assets in the shape of solvency certificate.
h) Processing of expression of interest documents:
I. All the expression of interest documents received in sealed covers shall be opened on 16.10.2011 at 4.30 PM in the office of Executive Engineer, Rajasthan Feeder Division, Ferozepur, Irrigation Department in his office.
II. The information given in the qualification document will be evaluated carefully as per
norms / criteria given in the expression of interest documents .The Chief Engineer, Irrigation Department is the competent authority to take final decision in the matter.
14
III. The expression of interest documents will be scrutinized in accordance with the
conditions stipulated in the expression of interest documents. In case of any discrepancy or non adherence of conditions, the Tender accepting authority shall communicate the same which will be binding both on the department and the tenderer.
i) Decision Making Authority:
I. The Chief Engineer, Irrigation Department , Punjab will be the final decision making authority in respect of these expression of interest and reserves the right to take a final decision in the matter and his decision will be final.
II. The applicants who satisfy the qualification criteria shall be intimated.
J) Attestation All documents, certificates, other related papers shall be signed by the bidder firm /
company or duly authorized person holding Power of Attorney. A certified copy of Power of Attorney shall be enclosed. The documents/certificates etc. can be got verified by the Department at its discretion.
k) However, technical and financial bids shall be invited subsequently and all qualified
applicants shall be informed. The qualified applicants can bid subject to their eligibility which shall be adjudged on the basis of the information supplied by them at the time of technical bids.
EMPLOYER’s RIGHTS The employer reserves the rights to take the following actions and shall not be liable for
any claims for damages or losses on the ground of breach, estopple, specific relief and laches or delay for taking the following actions:- a) Amend the scope and cost of the contract package to be bid under this project,
and/or b) Cancel the expression of interest/bids and reject all applications.
15
FORM – 1
GENERAL INFORMATION
1 Name of the Firm / Applicant
2 Address of Applicant
3 Telephone No. / Fax
4 Name of Contact Persons & Telephone Nos.
5 Place of Registration
6 Legal Status of Firm
7 Quality Assurance System Certified by
8 Total Value of Civil Engineering Construction work
executed and payments received in the last five years
16
FORM – 2
FINANCIAL CAPABILITY
NAME OF APPLICANT
:
Financial information in
Indian Rupees
Actual : Previous Financial Five years
2006-07 2007-08 2008-09 2009-10 2010-11
Total Assets
Current Assets
Total Liabilities
Net Worth
Working Capital
Current liabilities
Profits Before Taxes
List of Banks & their addresses :
Financial resources like a) Bank Guarantee Limits
b) Lines of Credit c) Solvency
17
FORM – 3-Technical Criteria
Name of the Applicant :
1. Contract No.
Name of Contract :
Country :
2. Name of Employer :
3. Employer Address :
4. Nature of works and special features relevant to the scope of package for which the applicant wishes to pre-qualify :
5. Value of Contract:
6. Date of award :
7. Date of Completion/Substantially Completion
:
8. Contract duration (years and months) : 1 Years and 5 Months
9. Specified requirements for eligibility :
10. Present Status:
18
FORM – 4(A) Details of Works on Hand
Sl.No Description
Description of work
Place & State
Name of the Employer
Contract No.& Date
Value of Contract
Stipulated Period of Completion
Value of Works remaining to be completed
Actual date of Completion
19
FORM – 4(B) Works for which bids Already Submitted
Sl.No Description
Description of work
Place & State
Name of the Employer
Contract No.& Date
Value of Contract
Stipulated Period of Completion
Value of Works remaining to be completed
Actual date of Completion
20
FORM – 5 List of Equipment’s /Machinery owned by the Applicant
Sl.No Make/ Model
Nos. Owned
Year of Procurement
Present Condition
Present Location
Is it free for deployment in new project
Remarks
1 2 3 4 5 6 7 8
21
FORM – 6 Qualification and Experience of Manpower
Sl.No Position
Name Qualification
Year of Experience
Year of experience in proposed position
1 2 3 4 5 6