0% found this document useful (0 votes)
18 views8 pages

Tendernotice_1 (4)

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
18 views8 pages

Tendernotice_1 (4)

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 8

E-mail id :cds.unit7@gmail.

com

dk;kZy;
ifj;kstuk izcU/kd] ;wfuV&7]
dULVªD'ku ,.M fMtkbu lfoZlst
mRrj izn's k ty fuxe ¼uxjh;½
¼m0 iz0 ljdkj dk miØe½
dk0irk%&,&65] Cykd&,] osnO;kliqjh] esjB&250005

fufonk lwpuk la0 3915 / E-Tender / 82 fnukad %& 19/11/2024

bZ&fufonk lwpuk
v/;{k] mRrj izns'k ty fuxe] dh vksj ls v/kksgLrk{kjh }kjk Construction of Sewage Treatment
Plant (S.T.P.) (600 KLD) in C.C.S. University Campus, Meerut (U.P.) ds fuekZ.k vuqekfur ykxr :0
228-66 yk[k ¼th0,l0Vh0 jfgr ,oa yscj lsl lfgr½ gsrq lh0,.M Mh0,l0 esa ;Fkksfpr Js.kh esa Hkou dk;Z gsrq
iathd`r Bsdsnkjksa ls fnukad 18-12-2024 ds vijkUg 15-00 cts rd bZ&fufonk,a vkefU=r dh tkrh gSaA mDr
dk;Z gsrq bZ&fufonk izi= fnukad 20-11-2024 ls fnukad 18-12-2024 ds e/; mRrj izns'k ljdkj dh E-
procurement osclkbV https://etender.up.nic.in ls MkmuyksM fd;s tk ldrs gS rFkk bZ&fufonk fnukad
18-12-2024 dks vijkUg 16-30 cts lh0,.M Mh0,l0 ;wfuV&07] m0iz0 ty fuxe] esjB esa fufonk [kksyh
tk;sxhA bZ&fufonk izi= dk ewY; :0 10000-00+GST¼18%½ vfrfjDr ns; gksxkA

fufonk ls lEcfU/kr foLr`r fooj.k foHkkx dh csolkbV www.cdsupjn.org ,oa izksD;ksjesUV iksVZy
https://etender.up.nic.in ij miyC/k gSA leLr 'kqf) i= ¼Corrigendum½ https://etender.up.nic.in ij
gh viyksM fd;s tk;sxs] budk i`Fkd ls dksbZ izdk'ku ugha fd;k tk;sxkA fufonknkrkvksa dks lykg nh tkrh gS
fd os mDr osclkbZV dk le;≤ ij voyksdu djrs jgsaA

ifj;kstuk izcU/kd
dk;kZy;
ifj;kstuk izcU/kd] ;wfuV&7]
dULVªD'ku ,.M fMtkbu lfoZlst
mRrj izns'k ty fuxe ¼uxjh;½
¼m0 iz0 ljdkj dk miØe½
dk0irk%&,&65] Cykd&,] osnO;kliqjh] esjB&250005

i=kad & 3915 / E-Tender / 82 fnukad %& 19 /11/2024

NOTICE FOR INVITATION OF E-TENDERS (NIT)


On behalf of Chairman, U P Jal Nigam, C&DS, U P Jal Nigam (Urban) invites percentage rate
e-tenders on a two-bid system from eligible and expirienced contractors/ firms . Bidders are advised to
carefully note the eligibility/ qualification requirements prescribed for the bid. They should submit their
bids only if they consider themselves eligible and are in possession of all the requisite documents.

Sl. Name of work Estimated cost Earnest Cost Period of Last date Time, date
No. & Location put to bid in Rs. Money in of bid completion & time of & place of
Lacs Rs. Lacs. docum Submission opening of
(excluding GST, ent of bid as Technical Bid
but including specified in
labour cess) the bid
documents

1 Construction of
Sewage Treatment

12 Months (i/c rainy season, if


At 16:30 Hrs
Plant (S.T.P.) (600
Rs. 10000.00 + 1800.00

on 18.12.2024

Up to 18.12.2024 till
KLD) in C.C.S. In the Office
= Rs. 11800.00
(GST 18%)

University Campus, of Project

15:00 Hrs
Meerut (U.P.) Rs 4.57 Manager,
any)
Rs. 228.66 Lacs
Lacs Unit-07,
C&DS, UP
Jal Nigam
(Urban),
Meerut.

1. The Bid document may be downloaded from "https://etender.up.nic.in" w.e.f 20.11.2024


2. The Bid should be valid for 120 days from the last date of submission of bids. Bid once
submitted, cannot be withdrawn.
3. If the date of opening of technical bid happens to be a holiday, the bid shall be opened on the
next working day at the same time for which no separate communication shall be sent.
4. Bidders having criminal record will not be allowed to participate in Bid process.
5. A person registered with any State Bar Council will not be eligible to participate in the Bid.
6. The bidders whose work has been rescinded in any other contract during last 5 years shall not
be eligible for participation in this tendering.
7. Contractors who inter alia fulfill the following requirements shall be eligible to apply.
i) Firm should also have successfully completed & commissioned as per following
minimum works during last seven years ending previous day of the last date of bid
submission :-

(A) 3 Nos. of 180 KLD capacity Sewage Treatment Plant (S.T.P.)


(B) 2 Nos. of 240 KLD capacity Sewage Treatment Plant (S.T.P.)
(C) 1 No. of 360 KLD capacity Sewage Treatment Plant (S.T.P.)

and provided, at least one completed work of similar nature { {either part of (A) or (B)
or (C)} capacity not less than equal to 30% of 600 KLD Capacity STP put to tender
should have been executed with some Central/State Government Organisation/Central
Autonomous Body/Central/State Public Sector undertaking/Nigam and remaining work
experience should satisfy the requirements of (i) or (ii) or (iii) above with works
successfully executed for reputed private organisations.
Certificates issued by private organisations must be supported by Form 26AS/TDS
certificate. The certificate should clearly indicate scope of work, date of completion,
completed value, name of work, agreement/order no., date of start etc. in Form VI-B to
verify eligibility wherever required, the Certificate should also be supported by schedule/
final bill (certified).

All the performance certificates submitted should be clear and exhaustive enough to
establish similarity with the work under Bid. Ambiguous Performance Certificates will not
be considered for evaluation.

a.Joint venture not allowed.

b. Similar work shall mean Construction of : “Sewerage Treatment Plant Works” as


described in bid document”

c. Particular Condition :- Nil


iii) Should have average annual financial turnover during the immediate last 3 (three) consecutive
financial years ending 31.03.2023 or latest on construction work should be at least 30% of the project
cost put to tender.
iv) Should not have incurred any loss in more than two years during last 5 (five) audited balance sheets
of consecutive financial years ending 31.03.2023 or latest. Further the Bidder must have a positive
net worth. At the time of submission of bid, contractor has to upload Certificate from
Statutory Auditor of the firm mentioning year wise financial turnover (With UDIN NO.) on
construction work of last 5 years. Further details, if required, may be asked from the contractor after
opening of technical bids.
v) Should have a solvency of minimum 40% of the estimated cost put to tender, in support of which a
certificate will be required to be submitted.
 Solvency Certificate issued by any Scheduled Commercial Bank shall be accepted,
which will be valid for a period of one year from the date of issue unless otherwise
mentioned.
Or
 Solvency Certificate issued by District Magistrate will also be accepted, which will
have a validity of one year from date of issue unless otherwise mentioned.
vi) The value of executed works/turnover shall be brought to current costing level by enhancing the actual
values @ 7% per year calculated from the date of completion to last date of submission of tenders. A
typical index is given below.
a. a. For executed work
Financial Year Escalation/ Enhance factor

2023-2024 1.00
2022-2023 1.07
2021-2022 1.14
2020-2021 1.21
2019-2020 1.28
2018-2019 1.35
b. For turnover
Financial Year Escalation/ Enhance factor

2023-2024 1.00
2022-2023 1.07
2021-2022 1.14
2020-2021 1.21
2019-2020 1.28
2018-2019 1.35

8. This NIT and other information/corrigenda/addenda and Instruction for bidders posted on website shall
form part of bid document.
9. 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 associate contractors having valid electrical license of eligible
class.”
10. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide a
common basis for bidding. These are liable to change upto any extent for which no claim shall be admitted
whatsoever.
11. The bid document consisting of Technical (eligibility) bid & financial bids including specifications, the
schedule of quantities of various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary document are available on "https://e-tender.up.nic.in".
12. The technical bid shall be opened first on due date and time as mentioned above. The time and date of
opening of financial bid of contractors, qualifying the technical bid shall be communicated to them on a
later date through portal.
13. If the Bidder feels that technical credentials of his own or other Bidders have been wrongly
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. No requests/objections shall be entertained
beyond above limit, else it may be treated as an obstruction in tender process and shall be dealt with
accordingly.
14. The department reserves the right to reject any prospective application or to cancel entire bid process
without assigning any reason whatsoever.
15. Tender Fee and Earnest Money Deposit (EMD):
a. In compliance to G.O. No.01/2018/3070/78-2-018/42 I.T./2017/(22) dated 03.01.2018, the
bidder has to mandatorily deposit (out of his own resources) Tender Fees (non-refundable)
& Earnest Money Deposit (EMD) separately through the mechanism of RTGS/NEFT as per
following details:-
Name of Account Holder:- Director, C&DS, UP Jal Nigam, Unit- 7 , Meerut
Details For Tender Fees For Earnest Money Deposit
Account No.: 0902001100000218 0902001100000227
Name of Bank: Punjab National Bank Punjab National Bank
Account Type: Saving Saving
Address of Branch: Multan Nagar Byepass Meerut Multan Nagar Byepass Meerut
IFSC Code: PUNB0662300 PUNB0662300

b. Earnest Money:-
 EMD will be 2% for works up to Rs. 5.00 Cr. and 1% or Rs. 10.00 Lac whichever is
higher for works above 5.00 Cr.
 EMD up to Rs. 20.00 Lac may be paid through RTGS by any scheduled commercial
Bank.
 Required EMD exceeds to Rs. 20.00 Lac may be in the form of RTGS/FDR/Bank
Guarantee issued by any scheduled commercial Bank..
 Validity of BG will be at least 45 days beyond the validity of tender.
c. The bidder shall deposit tender fees and earnest money separately in account mentioned as above
and quote UTR No., date and amount of deposit in the capability statement available on portal.
Further he shall upload digitally signed copies of original receipts of bank showing clearly the
above details and/or the Bank Guarantee/FDR. It is made clear that Tender Fee and Earnest
Money deposited in any other form besides as mentioned above sub-paras shall render the bid
non-responsive.
d. In case EMD is submitted in the form of Bank Guarantee also, bidder should ensure that such
Original Bank Guarantee/FDR is mandatorily deposited in the office of undersigned on the
next working day (during office hours) of opening of Technical Bid, either in person or by
Speed Post. The liability for timely submission shall lie with the Bidder, the department shall not
be responsible for delay on account of any reason whatsoever.
16. All the Bank Guarantees submitted towards EMD/Performance Security/Additional Performance
Security shall be issued by a Bank located either in the city of tender inviting authority or at Lucknow.
17. The bidder will, in addition to other documents, upload scanned and digitally signed copies of originals
of proof of cost of bid document i.e. Tender Fees, Earnest Money deposit as described above, Character
Certificate, Solvency Certificate and Standard Affidavit in prescribed Form 'I-C'.
18. All the documents as specified in the technical bid/eligibility bid document should be uploaded within
the period of bid submission. The department will not be liable for incomplete/inaccurate / non-
submission of bid for any reason whatsoever including technical reasons. It is made clear that separate
submission of originals of any documents (except Bank Guarantee) other than scanning and uploading
them, are not required unless called for after opening of financial bid.
19. The bid submission shall become invalid if:
(i) The bidder is found ineligible.
(ii) The bidder does not upload all the documents as stipulated in the bid document.
(iii) If any discrepancy is noticed between uploaded documents and originals/hard copies submitted
later.
(iv) If subsequent to due date of submission of bid and/or after its submission bidder makes any
further communication/ representation with the department with regard to the bid (whether
technical or financial) than otherwise called for by the undersigned as a clarification.
20. Performance guarantee/security Money 10% of the contract cost will have to be submitted at the time of
signing the contract in the form of FDR/Bank Guarantee from any scheduled commercial bank.
21. In order to safe guard against contractors leaving the works after quoting very low rates below the BOQ
amount, the Bidder shall have to submit additional security/performance security to be deposited by the
firm shall be at following rates:-
a. Upto 10% below the estimated cost of works - Nil
b. Above 10% and upto 15% below the estimated cost of works - @ 1.00% for each 1.00% quoted
below.
c. Beyond 15% below - @ 2.00% for each 1.00% quoted below.
22. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy themselves
before submitting their bids as to the nature of the ground and sub-soil (so far as is practicable), the form
and nature of the site, the means of access to the site, the accommodation they may require and in general
shall themselves obtain all necessary information as to risks, contingencies and other circumstance which
may influence or affect their bid. A bidder shall be deemed to have full knowledge of the site, whether
he inspects it or not, and no extra charge consequent to any misunderstanding or otherwise shall be
allowed. The bidder shall be responsible for arranging and maintaining at his own cost all materials, tools
& plans, water, electricity access, faculties for workers and all others services required for executing the
work unless otherwise specifically provided for in the contract documents. Submission of a bid by a
bidder implies that he has read this notice and all other contract documents and has made himself aware
of the instructions, scope and specifications of the work to be done and local conditions and other factors
having a bearing on the execution of the work.
23. The available bid capacity of the bidder at the expected time of bidding shall be more then the total
estimated cost of the work for which the tender is invited.
The available Bid Capacity shall be assessed using following formula :-
Assessed Available Bid Capacity
= 2 x A x N – B Where,
A= Maximum turnover during the last five financial year (corrected to the current level of value).
N= Stipulated period of execution of the work for which the tender is invited in years (For more than 0
to 6 months = 0.5 and for more than 6 to 12 months = 1.00).
B= value of existing commitments to be completed during the execution period of bid.
The turnover shall be corrected to the current level of value by multiplying with the updation factor given
below :-
S.N. Financial Year Updation
factor
1 2023-2024 1.00
2 2022-2023 1.07
3 2021-2022 1.14
4 2020-2021 1.21
5 2019-2020 1.28
6 2018-2019 1.35
24. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the bids
submitted by the bidders who resort to canvassing will be liable for rejection &will be debarred from
future tender in C&DS, U P Jal Nigam (Urban).
25. The bidder shall not be permitted to bid for works under supervisory control of General Manager and
Project Manager concerned who is responsible for execution of work, in which his near relative is posted.
He shall also intimate the names of persons who are working with him in any capacity or are subsequently
employed by him and who are near relatives to any officer in the C&DS. Any breach of this condition by
the contractor would render him liable to be removed from the approved list of contractors of C&DS and
make him liable for black listing.
26. No Engineer or other Gazetted Officer employed in Engineering or Administrative duties in an
Engineering Department of the STATE GOVERNMENT/State department Undertaking is allowed to
work as a contractor for a period of two years after his retirement from Government service, without the
prior permission of the Government of U.P. in writing. This contract is liable to be cancelled if either the
contractor or any of his employees is found any time to be such a person who had not obtained the
permission of the Government of U.P. as aforesaid before submission of the bid or engagement in the
contractor's service.
27. The Bidder has to submit an affidavit on Rs 100.00 stamp paper while Bidding, stating that he/she will
provide all necessary Manpower (Engineer/Supervisor), Machinery and Vehicle as per details
mentioned in Tender Document, failing which their bid may be considered as non-responsive.
28. List of Documents(TO BE UPLOADED ONLY ON E-TENDER WEBSITE https://etender.up.nic.in) :
Sl. No. Documents in original to be scanned and uploaded.
1 Original receipt of Bank of RTGS/NEFT, Bank Guarantee/FDR for Tender Fees and Earnest
Money Deposit.
2 General information in Form-I
3 Declaration on Form - I A (Earnest Money)
4 Declaration on Form - I B (Affidavit of Bid Validity)
5 Standard Affidavit (Original Copy) on Form- I-C
Sl. No. Documents in original to be scanned and uploaded.
6 Character Certificate (Original Copy) on Form I-D of all partners on applicable format of
issuing state.
7 Financial information in Form- II-A
8 Solvency Certificate (Original Copy) issued by Bank on Form II-B or issued by District
Magistrate.
9 Details of similar works executed in Form-III (if applicable)
10 Information regarding available bid capacity in Form-IV. (The affidavit is to be typed on
the stamp paper worth Rs. 100/- duly signed and notorized with date, affixing a revenue
stamp of Rs. 2/- only)
11 Details of technical personnel with bidder in Form-V
12 Format for performance report in Form-VI (A&B)
13 Details of construction plants and equipment with the bidder in Form-VII
14 Litigation history on Form- VIII (The affidavit is to be typed on stamp paper worth Rs.
10/- duly signed and notarized with date, affixing a revenue stamp of Rs. 2/- only)
15 Letter Submitting Bid- Form-IX
16 ITR of corresponding Balance sheet must be submitted.
17 Certificate of registration for GST, PAN etc. & EPFO, ESIC (as applicable)
18 Certificate of registration with C&DS, UP Jal Nigam (Urban) in appropriate class.
19 Capability Statement
(should be carefully and accurately filled in and uploaded on portal)
20 Preliminary Bar-Chart is mandatory.
21 The bidders whose work has been rescinded in any other contract during last 5 years shall
not be eligible for participation in this tendering (The affidavit is to be typed on stamp
paper worth Rs. 100/- duly signed and notarized with date, affixing a revenue stamp of
Rs. 2/- only)
22 Affidavit on non-judicial stamp paper of Rs. 100/- (Rupees One Hundred Only) alongwith the
bid document as stated in Clause No. 26 of NIT. (The affidavit is to be typed on stamp
paper worth Rs. 100/- duly signed and notarized with date, affixing a revenue stamp of
Rs. 2/- only)
23 The bidder have to submit an undertaking that “I/We will either obtain valid electrical license
at the time of execution of electrical work or associate contractors having valid electrical
license of eligible class.”
24 Affidavit on non-judicial stamp paper of Rs. 100/- (Rupees One Hundred Only) alongwith the
bid document as stated in Clause No. 27 of NIT. (The affidavit is to be typed on stamp
paper worth Rs. 100/- duly signed and notarized with date, affixing a revenue stamp of
Rs. 2/- only)
25 Aadhar No. and Certificate
(In case of bidding company being an Individual/Sole proprietorship firm.)

(Ranjeet Kumar)
Project Manager
Unit-07, C. & D.S.,
U P Jal Nigam (Urban),
Meerut.

Endt. No. and Date as above:-


1. Vice-Chancellor, C.C.S. University Meerut.
2. District Magistrate, Meerut.
3. Director, C&DS, U P Jal Nigam(Urban), Lucknow.
4. Chief General Manager (4), C&DS, U P Jal Nigam(Urban), Lucknow.
5. Executive Engineer, (EDP Cell), UP Jal Nigam(Urban), Lucknow with the request to upload the
NIT on jn.upsdc.gov.in.
6. General Manager (N-03/09)/Nodal/Monitoring), C&DS, U P Jal Nigam(Urban), Lucknow.
7. Finance Officer, C&DS, U P Jal Nigam(Urban), Lucknow.
8. Public Relations Officer, U P Jal Nigam(Urban), Lucknow with the request to upload the NIT on
the website.
9. Project Manager (Technical), C&DS, U P Jal Nigam(Urban), Lucknow.
10. EDP Cell, C&DS, U P Jal Nigam(Urban), Lucknow with the request to upload the NIT on
"www.cdsupjn.org".

Project Manager

Signature Not Verified


Digitally signed by RANJEET KUMAR
Date: 2024.11.20 19:51:10 IST
Location: Uttar Pradesh-UP

You might also like