OFFICE OF THE SUPERINTENDING ENGINEER
Construction Circle, U.P. Jal Nigam(Urban), Gorakhpur
Letter No.
7o| tar-15 21) Date: 6-12-2023
Short Term Re- E-Tender Notice
NOTICEFOR INVITATION OF RE-E-TENDERS (NIT)
On behalf of the Chaiman, U.P, Jal Nigam (Urban) undersigncd invites onlinee-lcnders on percentage
rate basis in Two bid system for the following works under Amrut 2.0 Programme form thc reputed contractors
having requisite work experience && financial capabilitics. The bidders should submit their bids only if they
consider themselves eligible and are in possession of all the requisite documents.
Name of work & Location Estimated cost of Earnest Cost of bid Period of Last date & Time, Date &
work put to bid Money document completion time of Place of
in lacs (Rs. In Submission opening of
(excluding Lacs) of bid technical bids
GST& including specified in
Labour Cess) the bid
Documents
Supply of all Imaterials. Rs. 1938.09 Lacs Rs. 19.38 Rs. 12 months Up to 12.01.2024
Lacs 20000,00 (i/c rainy 12,01. 2024 At 16.30Hrs
labours, T&P ctc. Required 18% GST=
for Construction, Erection. season& till l6.00 in Oftice of
Rs. 23600.00
Completion. Testing and i/c 3 Hrs Superintend
cominissioning of Water months ing
supply works such RCC Over trial run
Engineer
Head Tank, Pump House period) ConstruIction
Rising Main. distribution Circle.
systein. Staft quarter, U,P.Jal
Boundary wall, gate. Site Nigam
development, Renovation ot (Urban)
cxisting facilities. including Gorakhpur.
laying & jointing of rising
main. Consruclion o
rubewel! including PLC
SCADA automallon and
other appurlenant works of
water supply as specificd in
tender document ot
Babhnan Nagar
Panchayat
Re-organization water
supply scheme under
AMRUT 2.0 programme
on turnkey basis. The scopc
of works also includes trial
and run of 03 nonth and
defect liability period of 12
month for civil work and 24
month for E&M works afier
completion of successful trial
and run. All completed and
Commissioned IVorks of
above scheme shall be
handed over lo Babhnan
Nagar Panchyat atter three
month of succcssful tral &
run period
The Bid document may be downloaded from "hups://elcnder. up.nic.in" w.e.f
30.12.2023
1 Pre bid meeting dale, time & venue: - 04.01.2024 at |1.00 hrs. at
office of thc Superintending Engneer
Construction Circle. U.P.Jal Nigam (Urban)Gorakhpur.
The Bid should be valid for 120 days from the last date of submission of bids.
3. Ifhcdate of opening of technical bid happcns to be a holiday, the bid
shall be opencd on the next working
day at he same Lime for which no separate communication shall be sent.
4. Bidders having criminal record will not be allowed to
5
participate in Bid process.
Aperson registered with any State Bar Council will not be eligible to participate in the
Bid.
As per Government norms GST al Applicable rate will be paid extra.
7. Joint Venture: -
The Joint Venture is allowcd with maximum two member out of which lead
member has to be an Indian
fin/company. Foreign companies can be part of Joint Venture.
The lead Member of the JV/Consortium must have minimum S1% of the Stake
Holding. Member of Joint
venture. other than the lead member, should have at least 30% Stake Holding.
i. Lead member should have a Turnover of at least 51% of the total Turnover
required.
V Lead member should have a Solvencyof at least 51% of the total Solvency
required.
V. Technical Experience of required
Project Costing < 10Cr.- JV/ Consoriun1 shall have the required technical experience
b. Project Costing > 10 Cr. upto 25 Cr.- Lcad member of JV/ Consortiun1 should
collectively.
have at least 30o
technical expericncc of rcquircd technical expericnce.
C Project Costing> 25 Cr-Both members of JV/ Consortiumn should have at least 30o technical
Cxpericnce of requircd technical expericncc.
A member of JVConsortium shall not participate cither in
individual capacity or as a member of another
JVConsortium in the samc tender.
Tender om shall only be submiued in the nane of he JV/Consortium. Tender foes nay be
submitued by
lcad partner/JV.
A Single Perlormance Guarantec slrall be subilted by the JV/Consortium in the nane of the
JV/Consorium.
1X. All the membcr of the JVConsortium of Bidders shall bc liable jointly and severally for thc exccution of
thc projcct.
8. Eligibility:
(a) Experience
Conractors who nteralia fulfill he following rcquircnnents shall bc eligible to apply.
Frnishould have successlully completcd and commissioned sinnilar works
last Ten ycars as on date of publicauon of NIT, satislyung nnentioned below durng
following: -
Three completed, tested andcommissioncd works cachcosting not less thanthe amount equal to30%
of estimated cost put to tender (i.e Rs.581.43 Lacs).
OR
Twocompletcd. iested and commissioncd works cach costing not lcss than thc amount cqual to
40" ofcsimalcd cost put to lcnder (.e Rs.775.24 Lacs).
OR
One completcd, testcd and commissioned work of aggregate cost not less than the amount cqual
to 60°o of estimated cost put to tender (i.e. Rs.l62.8S Lacs).
Similar 'ork shall mean-Completed, tested and conmmissioned works of Piped Water Supply Scheme and
its associated infrastructure works like construction of R.C.C. Overhead. tank, distribution system, T.W/
Surface Water Intake works etc.
Note :
1 In Caseof Turn KeyProjccis Cxpcrience of works/componcnts put to tender namcly OHT, TW.
Distribution Networks for water supply projcct will also be considered accordingly.
The cxpericnce in foreigncountries of a subsidiary or parent company will also be considercd lor
qualitication. In case the company is not registered in India, the experience has to be certified by
therespective Fmbassy ottice/Apostille (in case of members of Hague Apostille Convention).
111. The works like SCADA/Automation/IT. Solutions and construction of electric sub-station can
be out sourced/sub-contracted to other firms after approval of Engineer-in charge, but the main
contractor will be responsible for the quality of work and its timcly compleion.
(b)Turn Over :
Av erage annual financial iurnover during the immediate last hree consccutive financial years on
construction works should be at lcast 30% of the projcct cost put lo tender.
(c) The firm should have positive Networth in the immicdiate last Financial Year and the same should be
certitied by statutory Auditor. Further, Net worth of all the partner in a JV should individually be
positive..
(d) The valuc of expcrience on construction works Value of experience shall be brought to current costing
level by enhancing thc actual values of works at simple rate (@7%per ycar calculated fromn the date of
completion to the date of publication of NIT. A typical index is given below.
Financial Ycar Escalation/ Enhance factor
Y'earl 1.00
Ycar 2 1.07
Ycar 3 1.14
Year 4 I.21
Year 3 1.28
(e) Solvency :
Solvency Certificate of minimum 40"% of the tender valuc will be requircd to be submited.
o Solvency Cerulicate issucd by any Scheduled Commerckal Bank shall be aceepted, whnch wll be
valid for aperiod of onc ycar fron the date of issuc unless otherwise mentioncd.
c Solveney Certificate issued by District Magistrate will also be accepted, which will have a validity
of one year lrom dale of issuc unless otherwise nientioned.
9. This NIT and other information/corrigcnda/addenda and Instruction for bidders posted on wcbsite shall
form part of bid document
10. The quantities iven in he Billof Quantities are estimated and provisional, and are given lo provide a
common basis for bidding. These are liable to change up to any extent for which no clanexcept as
provided under contract shall be admitted.
11. The bid document consisting of Technical (cligibility) bid &financial bids including specilicalions. the
bills of quantities of various typcs of items to be executed and the set of terms and condiions of the
contract to be complied with and other necessary document are available on "hups.//e-tender. up.nic.in"
12. The tcchnical bidshall bc opened first on due date and time as menioned above. Thc lime and date oi
opening of financial bidof contractors, qualifying the technical bid shall be communicatedto them on a
later date through portal.
13. If the Bidder feels that technical credentials of his own or other Bidders have been wrongly
evaluatedvenfied. he may raise objections within 2 (two) working days from the date of uploading of
result. No requests/objecions shall be entcrlained beyond above limit, clse it may be treated as an
obstruction un tender process and shall be dealt with aCcordingly.
14.U.P Jal Nigam (Urban) reserves the right to reject any prospective application or to cancel entire bid
process without assigning any teason whatsoever.
15.E-tender document fee is non-refundable. It shall be deposiled in the account of Executive
Engineer,Construction Division, Uttar Pradesh, Jal Nigam(Urban), Basti only by RTGS NEFT in
PUNJAB NATIONAL BANK SAUGHAT BASTI A/e No. 3143010100042708, IFSCCode
PUNBO314300.
I6. Earnest Money:
a. EMD will be 20% fo works up to Rs 5.00 Cr. and 1% or Rs 10.00 Lac whichever is higher for
works above 5.00Cr.
b. EMD shall be paid through RTGS/Bank Guarantec/FDR 0ssued by any scheduled commercial
Bank.
c. Validity of BG will be at least 65 days beyond the validity of Tender.
d. In casc of JV Eamest money may be submitted by lcad partncr/JV.
C. The RTGScomponent of carnest moncy shall be deposited in the account of Executive Engineer,
Construction Division, Uttar Pradesh, Jal Nigam(Urban), Basti only by RTGSNEFT in
PUNJAB NATIONAL BANK SAUGHAT BASTI A/e No. 3143010100042 708. IFSC Code
PUNBO3 14300.
f. The bidder shall deposit tender fces and carncst moncy separately in account mentioncd as above
Further he shall upload digitally signed copies of original receipts of bank showing clcarly he
above details andor the Bank Guarantee.
In case EMD is submitted in the forn of Bank Guarantee, bidder should cnsure thal such Original
Bank Guarantee is mandatorily deposited in the office of undersigned on the day of
scheduled date (during office hours) of opening of Techuical Bid, cither in person or by Specd
Post. Thc liability for timely submission shall lic with the Bidder, U.P. Jal Nigam (Urban) shall
not be responsible for delay on accountof any rcason whatsocver.
submitted in the form of
h. Subjcct to limit as dcscribed in forcgoing para, FMD may also be
CDR/FDR issued by a schcduled commercial bank and duly pledgcd in lhe lavvur of Executive
otherwISe
Engineer, Construction Division, Uttar Pradesh, Jal Nigam(Urban), Basti,unless
mentioncd Jt is made clear that Tender Fee and Earnest Money deposited in any other lorm
besides as mentioned above sub-paras shall render the bid non-responsive.
17. Allthe Bank Guarantees subnmitted towards FMD Perfonanee Security/ Additional Performance Security
should be ventiable and encashable fiom a branch sitnated in a cty where the office of Divisional Oficer
is located.
18. Allhe documents as speciticd n the technical bideligibiluy bid document should be uploadcd withm the
period of bid submission PJal Nigan (Urban) will not be lable for incomplete/inaccurate non
submission of bid for any reason whatsoever including tcchntcal reasons. It is made clear that scparalc
submision ofongmals of any documents (except Bank Guarantee) other than scanning and upload1ng
them, are not required. unless called for. after opening of financial bid.
19. The bidsubmisston shallbecome invalid if
(0) The bidder is found ineligible
(1) The bidder does not upload all the documents as stipulated in the bid document.
(111) If any discrepancy is noticed berween uploaded documents and originals/hard copies submitted
later.
(IV) If subsequent to due date of submission ofbid and or afler its submission bidder makes any further
communicalion representation with regard to the bid (whether technical or financial) than
otherwise called for by the undersigned as aclarification.
(v) Ifa bidder does notquote any percentage above below/par on the total amount of the tender or any
section sub head in percentage rate tender. Further the tender will not be considered as lowest bid.
(V) Conditional tenders or Tenders without e-tender document fee & earnest money or invalid earnest
money shall be summarily rejcctcd.
20. Performance Guarantee /Security Money:
Performance Guarantee @10o of thecontract cost will have to be submitted at the time of signing
the contract in the fonn of FDR Bank Guarantee fom any scheduled commercial Bank Guarantee trom
any schcduled commercial Bank Altemativ cly on request of the contractor/firm, 5% of the performance
Guarantee will be accepted at the timeof signing of contract and rest 5% may be deducted from the initial
runnng bill in a single deduclion or at therale of minimum 10% of the gross bill amount of running bill.
Ilowever, in any case wholc amount of balance performancc guarantece shallbe deducted within oncycar.
Works for which the cost of the tendcr reeeived is morethen 10% below the estimated cost of works,
in such situation, the performance security for first 10% below shall be 10% thereafter additional
performancc security a0.50% for cach 1% further below than 10% shallbe deposited by the firm
in order of safeguard against contactor leaving theworks.
21. Intending Bidders are adv ised to inspcct and examine the site and its surroundings and satisfy hemselves
before submitting thcir bids as to thc nature of thc ground and sub-soil (so far as is practicable), the tform
and nalure of the sile. the means of access to thc site, the accommodalion hey may require and in general
shallthcmsclves obtain all nccessary information as to risks, contingcncics and other circunnstancewhich
maynfluence or affect ther bid. Abidder shall be deemcd to have lull knowledge of the site, whether he
inspccts it or not. and no cxtra charge consequent to any misunderstanding or otherwise shall be allowed.
The bidder shallberesponsible for arranging and naintaning at lis own cost all materials,tools & plans,
water, clcctricity access, faculties for workers and all others services required for cxccuting the work
unless otherw ise specifically provided for in the contract documents. Submission ol a bl by a bidder
implies that he has rcad th1s notice and all other contract documents and has made himsclf aware ot the
instrucuons, scope andspecificatiens of the work to be done and local conditions and otlier lactors huving
a bearing on thc cxccution of thc work.
Note-Bidder willbave to quote their rate inclusive of labour cess but without GST which shall be
paid after submission of approproiate document/proof on actualbasis.
22. C'anvassing whether direetly or indrectly, in connection with bids Is strictly prohibited and the bids
submitted by the bdders who resort lo canvassing will be liable for rejection &will he debarred trom
future tender n U P. Jal Nigam(Urban).
23 The available b1d Capacity of the bidder at the expected tune of bidding shall be more than the total
estmatcd cost of he work for which the tender is inviled.
Theavailable Bid Capacity shall be ass essedusing following formula:
Assessed Available Bid Capacity=2N AxN -B Where
A- Maxinmum turnover during the last five financial year (corrected lo the current levcl of value )
N= Stipulated period of execution of the work for which the tender is invited in years
B= value of existung commitments to be completed during the cxccution period of bid
The turnover shall be corrected to the current level of value by multiplying with the updation factor given
elsewhere with NIT/bid Document.
Note:-The minimum Bid capacity of each JV member nmust be in the ratio of thcir stake holding in
JV and sum of bid capacity of JV must be nnore or equal to required Bid capacity
24.The bidder shall not be permited to bid for worksunder supervisory control of Superintending Engineer
andExecutive Engineer concemedwho 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 U.P. Jal Nigam (Urban).
Any breach of this condition by the contractor would render him, if empanelled with U.P. Jal
Nigam(Urban), liable to be removed from the approved list of contractors of U. P. Jal Nigam (Urban) and
make him Iable for black listing.
25. No Engincer or other Gazelted Oficer cmploycd in Engincering or Administrative duties in an
Engincering U.P. Jal Nigam (Urban)of thc STATE GOVERNMENT/State U.P. Jal Nigam
(Urban)Undertaking is allowed to work as a contractor for a period of two ycars 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 cither the contractor or any of his employccs 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 n the conlractor's service.
(R.S. Singh)
Superintending Engineer
Endt. No Dated: -
Copy to the following for information and necessary action : -
|- P.S. to Managing Dircctor, U.P. Jal Nigam(Urban), Lucknow.
2- Secretary (Management) U.P. Jal Nigam(Urban), Lucknow.
3- Public Relation Officer. U.P. Jal Nigam(Urban), 6- Rana Pratap Marg, Lucknowalong with ó copics for
wih
immediate wide publicily through press (two renowncd news paper) and departnmenal websitePapers
request to send he intimation regarding date of lirst insertion of the tender notice in the News
along with copy of the news paper at the cariest. tender
4- Fxccutive Fnginccr. FDPCcll U.P. Jal Nigam(Urban), 6- Rana Pratap Marg, Lucknow with above
Websile.
notice along with C.D. (Sofi Copy) for the upload1ng he same on UP Jal Nigam (Urban)
5- Disrict Magistrate. Basti
6- Chicf Enginccr (Nagar), UP. Jal Nigam(Urban), 6, Rna Pratap Marg, Lucknow.
7- Chief Engineer (Gorakhpur zone), UP. Jal Nigam(Urban), Gorakhpur
8- Chief Engineer (FM), UP. Jal Nigam Urban), Lucknow
9- Superintending Engineer, Construction Circle (E M) U.P. Jal Nigam( Urban) Lucknow
10- All Executive Engincer/ Projcct Manager. U.P. Jal Nigam(Urban), Gorakhpur Zone.
I1- ExecutiveEnginecr, Construction Division U.P. Jal Nigamt(Urban),Basli.
12- Noice Board.
Superintending Engincer
OFFICE OF THE SUPERINTENDING ENGINEER
XVIlth Circle, U.P. Jal Nigam(Urban), Gorakhpur
Letter No. 70 2| Date: 26-12-2o)3
Short Term Re-E-TENDER NOTICE
(Short description of the Re-E-Tender Notice for Publication in News Paper)
On behalf of the Chairnan, U.P. Jal Nigam( Urban) on line E-bids for execution of
*BabhnanNagar Panchyat Re-organization Water Supply Scheme Under AMRUT 2.0
Programme." are invited in two bidsystem on percentage rate basisfrom eligible, reputed and
expericnccd bidder.
E-bid documents will be available for download from 30.12.2023 by 12.00 Hrs. Pre-bid
meeting will be held on dated 04.01.2024 at 11.00 AM in undersigned office. E-bids can be
submitted till 12.01.2024 up to 16.00 Hrs. and technical bid shall be opened on 12.01.2024 at
16.30Hrs. in the office of Superintending Engineer Construction Circle, U,P.Jal Nigam (Urban)
Gorakhpur in presence of contractor or their authorized representative, E-tender Cost is Rs.
20000.00+ GST ( I8% for tender. Details are available on U.P. Govte-procurement portal
http:etender.up.nic.in &U.P.J.N website www.jn.upsde.gov.in.
Superintending Engineer