Tendernotice 1
Tendernotice 1
Tendernotice 1
Jheku~ funs’kd]
tu lEidZ funs’kky;]
lfpoky;] jktLFkku]t;iqjA
egksn;]
mijksDr fo"k;kUrxZr fuosnu gS fd bl i= ds lkFk fufonk lwpuk la[;k
17@2021&22 dh 6 izfr;k lekpkj i=ksa esa izdk’ku ,oa fufonk dks vkWuykbZu izdk’ku gsrq
layXu dj fHktokbZ tk jgh gSA d`Ik;k fu;ekuqlkj lekpkj i=ksa es de ls de ,d LFkku ij
,d ckj fu;ekuqlkj izdk’ku djokus dk Je djkosA
layXu%& mijksDrkuqlkj
¼v’kksd dqekj xqIrk+½
vfr0 eq[; vfHk;Urk ¼ifj0½
tu LOkk0 vfHk0 foHkkx {ks= pw:
6. Date & time of opening 11/08/2021 at 11:00 Hrs Office of the Additional Chief Engineer,
of pre- qualification bid. (Project), PHED, Churu (Rajasthan)
7. Date of opening of price Will be intimated to all pre- Office of the Additional Chief Engineer,
bid qualified bidders (Project), PHED, Churu (Rajasthan)
Note: The dates of downloading of tender document & online submissions shall remain fixed
(as detailed above) and for all other activities, in case of holiday on the date
mentioned above, the activities assigned on that date shall be carried out on the next
working day.
5. QUALIFICATION CRITERIA:
Submission
Qualification Criteria Compliance Requirements Require-
ments
Joint Venture (Not allowed)
Single At least
No. Factor Requirement All parties Each
Entity one
combined Member
member
(1) (2) (3) (4) (5) (6) (7) (8)
1.0 Financial Criteria
1.1 Average Average Annual Must Meet N/A N/A N/A Certificate of
Annual Turnover during the CA with
Turnover the last 3 year shall requiremen audited
not be less than t i.e. Rs. balance
(Estimated cost of 3491.91 sheets
work/ Execution Lakh
period in months) x
12 = (3491.91 /12)
x 12 = Rs. 3491.91
Lakh
Note: An additional weightage @ 10% per year shall be given to turnovers of previous years to bring the
same to current price level to account for price escalation over the years.
1.2 Net Worth Net worth of the Must meet N/A N/A N/A Certificate of
bidder should be requiremen CA with
positive as on the t audited
last date of balance
previous financial sheets
year.
1.3 Credit Credit limit (fund Must meet N/A N/A N/A Letter from
Limit based and non- requiremen Bank(s)
fund based) t i.e.
unutilized and Rs.523.78
available with the Lakh
bidder shall not be
less than 15% of
estimated cost =
3491.91 x 0.15 =
Rs.523.78 Lakh
1.4 Bidding Bidding Capacity of Must meet N/A N/A N/A Calculation of
Capacity the bidder, requiremen bidding
calculated as below t capacity as
on the date of NIT, Affidavit on
shall not be less Stamp Paper
than Estimated
cost of the work,
i.e. Rs.3491.91
Lakh.
Bidding Capacity =
3 x A x N-B
Where:
A= Maximum
annual turnover of
the bidder in last
three Financial
Year
N= Stipulated
period of execution
of contract in
years.
B= Liability of
present works in
hand during the
period of execution
of contract to be
awarded.
General notes:
1. The average annual turnover and net worth shall be as per certificate from CA based on audited
balance sheets of immediately preceding last 3 financial years. In case, bids are to be received
earlier than the time prescribed for submission of audited balance sheets under Company’s Act for
immediate last FY, the period of 3 years shall be shifted to previous FYs.
2. The certificate of credit limit issued by bank shall be of period within 3 months from date of
opening of pre-qualification bid.
3. All the Bidders shall submit a notarized affidavit on Rs 500/- non judicial stamp paper for financial
stability along with Certificate from the Bidder’s Chartered Accountant.
4. The certificate from CA shall have Unique Document Identification Number (UDIN) mentioned on it.
5. An additional weightage @10% per year shall be given to turnover of previous years to bring the
same to current price level to account for price escalation over the years.
For bids to be received in 2021-22 (required for 3 previous years):-
Year Annual Turn Over Effective Annual to at 2019-20 price level
2017-18 A 1.21 X A
2018-19 B 1.1 X B
2019-20 C 1.0 X C
Note:- The three financial Year shall be considered as the years immediately preceding the year
during which bids are received; for instance, for bids received in FY 2021-22, the 3 preceding year
shall be 2017-18 to 2019-20.
6. An additional weightage @10% per year shall be given to the cost (capital and O&M) of executed
projects / schemes / works during previous years to bring the same to current price level to account
for price escalation over the years, as illustrated below:
For bids to be received in 2021-22 (required for 7 previous years):-
Year Cost of Effective Cost of executed project
Project at 2020-21 price level
2014-15 A 1.77 X A
2015-16 B 1.61 X B
2016-17 C 1.46 X C
2017-18 D 1.33 X D
2018-19 E 1.21 X E
2019-20 F 1.10 X F
2020-21 G 1.00 X G
Note:- The seven preceding Financial Years shall be considered as the years immediately preceding
the years during which bids are received; for instance, for bids received in FY 2021-22, the 7
preceding years shall be 2014-15 to 2020-21
2.0 Experience Criteria
The bidder should have experience of following works related to water supply schemes/ projects during last 7
years up to the date of submission of bids:
2.1 Project For this project, Must meet N/A N/A N/A Certificate
Execution estimated to cost requiremen from client,
(Contract Rs.3491.91 Lakh, t copy of work
of similar Execution and order
nature) successful
[Key commissioning of
componen one similar work
ts having at least 1
1. Pipeline components out of
2. OHSR 2 Key components
i.e. Pipeline, and
OHSR costing not
less than the
amount equal to
15% of estimated
cost i.e. 0.15 x
3491.91 = Rs.
523.78 Lakh
Note: An additional weightage @ 10% per year shall be given to the cost (capital and O&M) of executed
projects/ schemes/ works during previous years to bring the same to current price level to account for
price escalation over the years.
2.2 Construction Experience of Key Components
Laying, jointing, Must meet N/A N/A N/A Certificate
testing and requiremen from client,
commissioning of t copy of work
pipeline of: order
(i) Minimum
following required
nominal dia.
pipeline to be laid
under the tender
for 1/3rd of its
length:
Max. Require
nominal d
Dia. of experie
pipeline nce
to be
laid
225 mm 150 mm
Dia. in Dia. in
length length
of 663 of 221
metre metre
and
(ii) Total
length of all
pipelines to be laid
under the tender =
532720 metre.
Minimum length of
pipeline of all
diameter (min.
nominal dia.
75mm) equal to
1/3rd of total length
of pipeline =
177573 metre but
max. length limited
to 100 km.
General notes:
1. Criteria of experience of 'Project Execution' as per 2.1 similar works for the experience of project
execution means, a scheme/ project having 1. Pipeline & 2. OHSR.
2. For experience of specific size pipeline criterion no. 2.2 (i) shall be in a single contract, but the
experience of total length of pipeline criterion no. 2.2 (ii) can be in two contracts. The requirement of
the components specific size and total length can be met from the same or 2 different contracts.
3. For considering experience of a bidder, out of its experience as JV, its own works in the JV shall have
to be submitted with relevant evidence/certificates.
4. Experience certificate issued by an officer not below the rank of Executive Engineer or equivalent for
the work awarded by State Governments/ Central Governments or their undertakings and
autonomous bodies shall only be considered for the purpose of experience of work.
The works which have been completed and commissioned during the last 7 years up to the date of
submission of bid, though may have commenced earlier, shall be considered for experience purpose. If
single NIT for a work has been invited and work order has been given in two split orders, both the split
orders shall be considered jointly for experience purposes.
(a) Experience of petroleum and gas pipeline shall also be considered, but sewer pipe line shall not be
considered for above criteria.
6- Tenders submitted online will be opened on the scheduled date at specified time
mentioned at Serial No. 4 (f) in the Table above by tender opening committee in
the office of Additional Chief Engineer (Project), PHED, Churu (Rajasthan)
7- Before electronically submitting the tenders, it should be ensured that all the
tender papers including conditions of contract are properly uploaded and digitally
signed by the tenderer.
8- The work is to be completely finished to the satisfaction of Engineer-in-charge
within 12 months from the 10th day after the date of written/e-mailed order to
commence the work.
9- All Bidders has to submit “Form of Bid Securing Declaration on Rs.50/- plus 30%
surcharge, Stamp paper as per F.D. Circular Dated 23-12-2020”., but the amount
to the extent of full bid security hall be liable to be forfeited in the event of
circumstances explained at S. No. 14 above. One stamp purchased by the bidder
for declaration of Bid security, shall be used for one NIT only and the details
related to the NIT shall be clearly mentioned in declaration.
10- “Provided that during the period of commencing from the date of
commencement of the RTPP (Second amendment) rules 2020 upto date
31.12.2021, in case the procurement of works, the successful bidder at the time
of signing of the contract agreement, may submit opting for deduction of
performance security from his each running & final bills @3% of the amount of
the bill”. Performance Security @ 3% or as per latest amendment in RTPP Rules of
the gross amount of the running bill shall be deducted from each running bill of
individual work order and shall be refunded as per rules on successful completion
of the contract as per terms and conditions. A contractor may, however, elect to
furnish bank guarantee or any acceptable form of security for an amount equal to
the full amount of Performance Security @ 3% or as per latest amendment in
RTPP Rules of work order before or at the time of executing agreement. In that
case earnest money may be refunded only after furnishing of bank guarantee as
above. During execution of work or after completion of the work also a contractor
may replace the security deposit by furnishing bank guarantee for an equal
amount. However, during execution of the work if cost of work exceeds as shown
at the time of furnishing bank guarantee, balance security deposit shall be
deducted from the Running Account Bills. All compensation or other sums of
money payable by the contractor to the Government under the terms of his
contract may be deducted from or paid by the sale of a sufficient part of his
Performance Security, or from interest arising there from, or from any sums,
which may be due or may become due to the Contractor by the Government on
any account whatsoever, and in the event of his Performance Security being
reduced by reason of any such deduction or sale as aforesaid, the contractor shall
within ten days thereafter, make good in cash or bank guarantee or
Nationalized/Scheduled bank as aforesaid, any sum of sums which may have been
deducted from or raised by sale or his Performance Security or any part thereof.
11- All compensation or other sums of money payable by the contractor to the
Government under the terms of his contract may be deducted from or paid by
the sale of a sufficient part of his Security Deposit, or from interest arising there
from, or from any sums, which may be due or may become due to the Contractor
by the Government on any account whatsoever, and in the event of his Security
Deposit being reduced by reason of any such deduction or sale as aforesaid, the
contractor shall within ten days thereafter, make good in cash or bank guarantee
or Nationalized/Scheduled bank as aforesaid, any sum of sums which may have
been deducted from or raised by sale or his Security Deposit or any part thereof.
12- The tenderer shall upload copy of registration of GST from the concerned
department authorities, without which the tenders may not be entertained.
13- The tender for works shall remain open for acceptance for the period of 90 days
from the date of opening of pre-qualification/ technical bid or up to such period
as detailed out in tender document.
14- If any tenderer withdraws his tender prior to expiry of validity period as
mentioned at clause 18.3 of ITT or mutually extended period or makes
modifications in the rates, terms and conditions of the tender within the said
validity period, which are not acceptable to the department, or fails to commence
the work in the specified period/ fails to execute the agreement, the department
shall without prejudice to any other right or remedy be at liberty to forfeit the
amount of earnest money given in any form absolutely. If any contractor, who
having submitted a tender does not execute the agreement or start the work or
does not complete the work and the work has to be put to re-tendering, he shall
stand debarred from participating in such re-tendering in addition to forfeiture of
earnest money/ security deposit and other action under agreement. If there is
strong justification of believing that the tenderer or his authorized has been
guilty of mal-practices such as submission of forged documents, influencing
individually or politically, his offer will be liable to rejection and in such case his
earnest money shall be forfeited.
15- All tenders, in which any of the prescribed conditions are not fulfilled or which
have been vitiated by errors in calculations, totaling or discrepancies in figures or
words or other discrepancies, will be liable to rejection.
16- Earnest money/ Bid Security is @ 0.5% of Bid cost for contractors enlisted in Class
"AA" or above in PHED, Rajasthan as per rules and @ 1.0 % of Bid cost for eligible
contractors participating outside their enlistment zone. In place of Bid Security, a
Bid Security Declaration shall be submitted by the bidder as per format issued by
Finance Department, GoR dated 23.12.2020.
17- No conditional tenders shall be accepted and such tenders will be rejected
summarily forthwith.
18- The acceptance of the tender will rest with the competent authority who does
not bind itself to accept the lowest tender, and reserves to itself the authority to
reject any or all the tenders received without assigning any reason.
19- No refund of tender fee is claimable for tenders not accepted or forms not
submitted.
20- All other conditions shall be prevailing as detailed out in the departmental tender
document (in the respective sections/ volumes).
21- The bidders who are interested in bidding can download tender documents from
http://eproc.rajasthan.gov.in.
22- Bidders who wish to participate in this tender will have to register on
http://eproc.rajasthan.gov.in.To participate in online tenders, bidders will have
to procure digital signature certificates (Type – II or III) as per IT act- 2000 using
which they can sign their electronic bids. Bidders can procure the same from any
CCA approved certifying agency, i.e. TCS, Safe crypt, Code etc. or they may
contact E-procurement cell Dept. of IT & C GoR for further assistance. Bidders
who already have a valid digital certificate need not procure a new Digital
Certificate. Contact No. 0141-4022688 (Help desk 10 AM to 6 PM on all working
days) email.: eproc@rajasthan.gov.in Address : E- Procurement Cell, RISL, Yojana
Bhawan, Tilak Marg, C- Scheme, Jaipur
23- Bidder shall submit their offer online in Electronic formats both for Technical &
Financial proposals, however, DD for tender fees, processing fees and EMD
should be submitted manually in the office of tendering Authority (Additional
Chief Engineer, Project Region, PHED, Churu) before prescribed date and time
and scanned copy of DDs should also be uploaded along with the online bid.
24- Before electronically submitting the tenders, it should be ensured that all the
tender papers including conditions of contract are digitally signed by the
tenderer.
25- Bidder shall ensure that scanned copy of all the certificates required and
mentioned in Vol-I of tender document are attached with tender.
26- The Department will not be responsible for any delay on account of late
electronic submission of tender
27- All pages and schedules of online submitted tender document shall be essentially
filled in (where ever required) and should be digitally signed by the tenderer.
‘‘SAVE WATER -- SAVE LIFE’’