You are on page 1of 6

sf,q treetwI

ffi'uMffi
Fqq, GrFr{r
(so uo w*Dr{or sq-mq)
iDTqfefrl :- qo{o zgg, t€t-z, siliiliw f{firfl offift, fufi'q1, qH'il - 2l2ool
WTfq- os62z2t62ls Email- cdsupjn35@gmait.com

NIT No. 1044I E- Tender | 72 Dated: 1210912019

SHORT TERM NOTICE FOR INVITATION OF E-TENDERS


On behalfof Chairman, U P JalNigam,C&DS,U P Jal Nigaminvitespercentage ratc:r-
tenderson atrvo-bidsystemfrom eligiblecontractors/firms.Biddersareadvisedto careluily6ore
theeligibility/qualification
requirements
prescribed
for thebid. Theyshouldsubmittheirbidsorrly

sl. Name of work Estimated Earnest Costof bid Period of Last date Time, dattc
No. & Location cost put to Moneyin document completio & time of & place orI
bid in Rs. Rs. Lacs. n Submission openingolf
Lacs of bid as TechnicalBti
(excluding specified in
GST,but the bid
including
documents
labourcess)
I Redevelopment Rs. 06 Up to 2410912019 r
of Tourist 2000.00+ Months 24/09/20l9till l 6 : 0 0I i r s
Community 240.00 (i/c rainy l4:00Hrs in Of'fL'^:r:ol
Centerand (r2%csr) season,if Pro.ii.:,-:!
SaheedSmdrak Rs.15.61 Rs.0.32 : Rs. any) Managci"lirri
at Village-Barar4 Lac Lacs 2240.00 35 C.&t).i,;.
Block-Bichpuri U . P .J a l N i g a
District-Agra Agra
(u.P.)
iftheyconsiderthemselveseligibleand'ocuments.

l. The Bid documentmay be downloadedfrom "https;lletender.up.nic.in" w.e.f l4l0gl20lg


2. After the Handing over of the project It is responsibilityof the contractorto maintain
it for
one year.
3. The Bid should be valid for 120 days from the last date of submissionof bids. Bid once
submitted,cannot be withdrawn.
4. If the date of opening of technicalbid happensto be a holiday, the bid shall be openecl
on
the next working day at the sametime for which no separate communication shall lrc
sent.
5. Biddershaving criminal recordwill not be allowed to participatein Bid process.
6. A personregisteredwith any StateBar Councilwill not be eligibleto participatein the Bicl.
7. Contractorswho inter alia fulfill the following requirementsshall be eligible to apply. Joint
Ventures are not allowed.
/ i) Firm should have successfullycompleted by single/multiple contract/orders,similar
day of the month previousto
. works (of a singleproject) during last Ten yearsendinglast
the one in which applicationsare invited satisffing eitherof following conditions:
a. Three similar works eachcostingnot lessthan (30%) or
b. two similar works eachcostingnot lessthan (40%) or
c. one similar work costingnot lessthan (60%) of cost of work put to bid,
and provided, at leastone completedwork of similar nature(eitherpart ot'a or
b or c) costingnot lessthan the amountequalto 30 Yoof the estimatedcost put
to tender should have been executedwith some Centrall State Government
Organisation/ Central Autonomous Body/ Centrall State Public Sector
undertakingArligam and remaining work experience should satisfy the
requirementsof a, b or c abovewith works successfullyexecutedfor reputed
private organisations.

Certificates issued by private organisations must be supported by Form


26AS/TDS certificate. The certfficate should clearly indicate scope of work,
date of compleiion, completedvalue, name of work, agreement/orderno., date
of stait etc. in Form VI-B to verify etigibitity whereverrequired, the Certi.ficute
ihoutd also be supportedby schedule/final bill (certrfied).
All the performancecertificates submitted should be clear and exhaustivc
enough to establish similarity with the work under Bid. AmbiBrrotr:i
PerformanceCertificateswill not be consideredfor evaluation'

d. Similar work shallmeanconstructionworks of "Building Works as described


in Instructions to Bidder."

years
ii) Should have averageannual financial turnover during last 3 (three) consecutive
in
ending 31.03.2018,equal to at least 30"h of the cost of work put to bid & turiover
put to
any one year during the last five yearsshouldbe at least 50th of the cost of work
bid. year in which no turnover is shorvnwill also be consideredfor working out the
average.
iii) Should not have incuned any loss in more than two years during last 5 (five) audited
bid,
balancesheetsof consecutiveyearsending31.03.2018.At the time of submissionof
contractorhas to upload Certificate from Statutory Auditor of the firm mentioning
il'
year wise financial turnover on construction work of last 5 years.Furtherdetails,
required,ffi&ybe askedfrom the contractorafter openingof technicalbids.
iv) Should have a solvency of 40%r of cost of work put to bid for which a solvencl'
certificateissuedby aNationalisedBank, SBI, IDBI, ICICI, AXIS and HDFC Bank onlv
shall be submiuedin Form-"II-B". The validity of the solvencycertificateshall be taken
as 365 (Three Hundred and Sixty Five) days from the date of issueby the Bank and it
shouldbe within the validity period on the last dateof bid submission.

I Forworks costing
morethan Rs.25.00Cr thesolvency ts
shallbe25%of costput to bid or Rs-10.00Cr whichever
more.
v) The value of executed works/ turnover shall be brought to current costing level by
enhancingthe actual values @ 7% per year calculatedfrom the date of completionto
last dateof submissionof tenders.A typical index is given below.

FinancialYear Escalation/ factor


Enhance
2018-2019 1.00
2017-2018 1.07
2016-2017 l.I4
2015-2016 r.2l
2014-20r5 1.28
8. This NIT and other information/corrigenda/addenda and Instruction for bidderspostedon
websiteshall form part of bid document.
g. The bidders have to submit an undertaking that "I/We will either obtain valid
electrical license at the time of execution of electrical work or associatecontractors
having valid electrical licenseof eligible class."
10.The quantitiesgiven in the Bill of Quantitiesare estimatedand provisional,and are given to
provide a commonbasisfor bidding. Theseare liable to changeupto any extentfor which no
claim shall be admittedwhatsoever.
ll. The bid document consistingof Technical (eligibility) bid & financial bids incluclirrg
specifications,the scheduleof quantitiesof varioustypes of items to be executedand the sct
of terms and conditionsof the contractto be complied with and other necessarydocuntent
in " .
are available on "https:I I e-tender.up.nic.
12.The technicalbid shall be openedfirst on due dateand time as mentionedabove.The tinrc
and date of opening of financial bid of contractors,qualifying the technical bid shall bc
communicatedto them on a later datethrough portal.
13.If the Bidder feels that technicalcredentialsof his own or other Bidders havebeenwrongly
evaluated/verified,he may raise objections within 2 (two) working days from the date of
uploading of result. Opening of financial bid will be scheduled accordingly. Ntr
requests/objections shall be entertainedbeyond above limit, else it may be treatedas an
obstructionin tenderprocessand shallbe dealtwith accordingly.
14.The departmentresenresthe right to reject any prospectiveapplicationor to cancelentire bid
processwithout assigningany reasonwhatsoever.
15.Tender Fee and Earnest Money Deposit@MD):
'No.011201813070178-2-018142 1.T.120171(22)datcrj
a. In compliance to G.O.
03.01.2018,the bidder has to mandatorily deposit (out of his own resources)
Tender Fees(non-refundable) & EarnestMoney Deposit(EMD) separately through
the mechanismof RTGSA{EFTas per following details:-
Name of Account Holder:- Director,C & D S,Unit-35,U.P.JalNigam,Agra

Details For TenderFees For EarnestMoneyDePosit

AccountNo.: 1441101104115 101l04rr4


1441

Nameof Bank: CanaraBank CanaraBank

AccountType: SB SB
r
Address of Branch: Minakshi Palace Lohamandi Minakshi Palace Lohamandi
Road, Bodl4Agra Road,Bodla,Agra

IFSC Code: CNRBOOOT44I CNRtsOOOI44


/

In
b. A part of Earnest Money is acceptablein the form of Bank Guaranteealso.
such casesa minimum of Rs. 20.00 Lacs will have to be depositedas mentionedin
sub-para(a) above and balancecan be in the form of Bank Guaranteeissuedby a
NAtiONAIiSEd BANK,SBI, IDBI, ICICI, AXIS ANdHDFC BANK.
c. The bidder shall deposit tender fees and earnest money separately in account
mentionedas aboveand quoteUTRNo., dateand amountof depositin the capability
statementavailable on portal. Further he shall upload digitally signed copies of
original receipts of bank showing clearly the above details and/or the Bank
any
Guarantee. It is made clear that Tender Fee and Earnest Money depositedin
non-
other form besidesas mentioned above sub-paros shall render the bid
responsive.
ensr.rtr-l
d. In caseEMD is submittedin the form of Bank Guaranteealso,biddershould
ofticf iill
that such Original Bank Guarantee is mandatorily deposited in the
of
undersigned on the next working day (during office hours) of opening
Technical Bid, eitherin personor by SpeedPost.The liability for timely submissiort
shall lie with the Bidder, the departmentshall not be responsiblefor delay on account
of anYreasonwhatsoever.
16.All the Bank Guaranteessubmittedtowards EMD/Performance Security/Additional
PerformanceSecurityshallbe issuedby a Bank locatedeither in the city of tender inviting
authority or at Lucknow.
signedcopies
17.The bidder will, in addition to other documents,upload scannedand digitally
deposit as
of originals of proof of cost of bid documenti.e. Tender Fees,EarnestMoney'l-C'
describedabove,SolvencyCertificateand StandardAffidavit in prescribedform
should bc
lg. All the documentsas specifiedin the technical bid/eligibility bid document
be liablc lirr
uploadedwithin the period of bid submission.The departmentwill not
incluclirrl:
incomplete/inaccurate/ non-submissionof bid for any reason whatsoever
docunrcnts
technicalreasons.It is made clear that separatesubmissionof originalsof any
(except Bank Guarantee) otherthan scanningand uploadingthem, are not requiredunless
called for after openingof financialbid.
19.The bid submissionshall becomeinvalid if:
(i) The bidder is found ineligible.
(ii) The bidder doesnot uploadall the documentsas stipulatedin the bid document.
copies
(iiD If any discrepancyis noticedbetweenuploadeddocumentsand originalslhard
submitted later.
(iv) If subsequentto due date of submissionof bid and/or after its submissionbidder
to
makes any further communication/representationwith the departmentwith regard
the bid (whethertechnicalof financial)than otherwisecalled for by the undersigned
as a clarification.
20. The Bidder shall haveto submit additionalsecurity/perforTnance securitywith acceptanccol
Bid in complianceto GO. No . 622123-12-2012-2 AudiV08 TG-2 dated 08.06.2012,if thc
financial bid is found to be below norrnsas specified-
a. For upto l0% below BOQ amount@ 0.50%for every l% below rates.
b. For >10% below BOQ amount@I% for every l% below rates.
2l.Intending Bidders are advised to inspect and examine the site and its surroundingsand
satisff themselvesbeforesubmittingtheir bids asto the natureof the groundand sub-soil(so
far as is practicable),the form and nature of the site, the meansof accessto the site, the
accommodationthey may require and in general shall themselvesobtain all necessary
information as to risks, contingenciesand other circumstancewhich may influenceor affect
their bid. A bidder shall be deemedto havefull knowledgeof the site, whetherhe inspectsit
or not, and no extra charge consequentto any misunderstandingor otherwise shall be
allowed. The bidder shall be responsiblefor arrangingand maintainingat his own cost all
materials, tools & plans, water, electricity access,faculties for workers and all othcrs
servicesrequired for executingthe work unlessotherwisespecifically provided for in thr:
contractdocuments.Submissionof a bid by a bidderimpliesthat he hasreadthis noticeantl
all other contract documentsand has made himself aware of the instructions,scopeanc'l
specifications of the work to be doneand local conditionsand otherfactorshavinga bearirrg
on the executionof the work.
22. Canvassingwhether directly or indirectly, in connectionwith bids is strictly prohibitedand
the bids submittedby the bidderswho resortto canvassingwill be liable for rejection&will
be debarredfrom future tender in C&DS, U P Jal Nigam.
23.The bidder shall not be permittedto bid for works under supervisorycontrol of Gencral
Managerand ProjectManagerconcernedwho is responsiblefor executionof work, in which
his nearrelative is posted.He shall also intimatethe namesof personswho are working with
him in any capacityor are subsequentlyemployedby him and who are near relativesto any
officer in the C&DS. Any breachof this conditionby the contractorwould renderhim liahl<:
to be removedfrom the approvedlist of contractorsof C&DS and make him liable for hlacl<
listing.
24. No Engineeror other GazettedOfficer employedin Engineeringor Administrativedutic- iir
an EngineeringDepartmentof the STATE GOVERNMENT/SIaIedepartmentUndertaking
is allowed to work as a contractor for a period of two years after his retirement frorrr
Governmentservice,without the prior permissionof the Governmentof U.P. in writirrg.
This contract is liable to be cancelledif either the contractoror any of his employeesis
found any time to be sucha personwho had not obtainedthe permissionof the Government
of U.P. as aforesaidbeforesubmissionof the bid or engagementin the contractor'sservice.
25.List of Documents (To BE UPLOADED ONLY ON E-TENDER WEBSITT.I
https://etender.up.nic.in)
:
I)ocumentsin orisinal to be scannedand u
Original receipt of Bank, Bank Guaranteefor Tender Fees and EarnestMoney

Generalinformationin Form-I
Declarationon Form - I A (EarnestMoney)
on Form- I B (Affidavitof Bid Validit
Declaration
Affi davit(Orieinal
Standard on Form- I-C
Certificate(Orieinal
Character on FormI-D
Sl.No. Documentsin original to be scannedand u
7 Financialinformationin Form- II-A
/
8 SolvencyCertificate(Original Copy) issuedby Bank on Form II-B
9 in Form-III
Detailsof similarworksexecuted
10 Information regardingavailablebid capacity in Form-IV
1l Detailsof technicalpersonnelwith bidder in Form-V
12 Format for perforrnancereport in Form-VI (A&B)
l3 Details of constructionplantsand equipmentswith the bidder in Form-VII
l4 Litieation history on Form- VIII
15 LetterSubmittineBid- Form-IX
l6 Certificateof resistrationfor GST.
t7 CapabilityStatement
(shouldbe carefullvand accuratelyfilled in and uploadedon portal)

(T.P.Sharma)
ProjectManager
unit-35,c&DS,
U P JalNigam,
Asra

Endt.No. and Dateasabove:-

action:
Copyto the following for informationandnecessary

1. Agra
DistrictMagistrateo
2. ClientDepartment-Tourism Department,Agra(U.P.)
3. Director,C&DS,U P JalNigam,Lucknow.
4. ChiefGeneralManager(ID, C&DS,U P JalNigam,Lucknow
5. GeneralManager(N-094{onitoring), C&DS,U P JalNigam,Lucknow
6. FinanceOfficer,C&DS,U P JalNigam,Lucknow.
7. PublicRelationsOfficer,U P JalNigam,Lucknowwith therequestto uploadtheNIT on thc
website.
8. ProjectManager(Technical), C&DS;U P JalNigam,Lucknow.
9. EDP Cell, C&DS, U P Jal Nigam, Lucknow with the requestto uploadthe NIT on
"www.cdsupjn.org". /
/
Project Manager

Signature Not Verified


Digitally signed by TEJ PRAKASH
SHARMA
Date: 2019.09.12 17:50:26 IST
Location: Uttar Pradesh

You might also like