U. P. Project Corporation Ltd.
(ISO 9001:2015 Certified Company)
Gomti Barrage, Left Bank, Gomti Nagar, Lucknow—226010
CIN U15209UP1976SGC004285
Phone No. 0522~2308045, 2308946, 2308947, 2308978, 2308911, 2308242 (Fax)
‘e-mail:
[email protected], Website:www.upprojects. org.
OFFICE OF THE PROJECT MANAGER, U. P. PROJECTS CORPORATION
LTD., UNIT-10, UDAYOG KUNJ ROAD NEAR HALUWAKHADA.
(RAJWAHA) NAURATYA KHEDA (NAHAR KOTHD, DADA NAGAR,
KANPUR
Name of Work:-Air Conditioning Work and Boundary Wall
Work of Oxygen Plant at Kannauj Medical College, District-
Kannauj (U.P.)
THIS BID DOCUMENT CONSISTS OF:
VOLUME A-TECHNICAL BID/ELIGIBILITY BID (IN ENVELOPE 1)
soxeorexonor 16.06.2025
VOLUME B- FINANCIAL BID
(IN ENVELOPE 2)
DATE, TIMES PLACE OF OPENING TO BE INTIMATED ONLY TO THOSE BIDDERS WHO. THE TECHNICAL BID,
(FOR CIVIL WORKS ONLY)
In Envelope 1Volume-A
Technical BID
(Eligibility bid)
Name of work: Air Conditioning Work and Boundary Wall Work of
Oxygen Plant-at Kannauj Medical College, District-
Kannauj (U.P.)
Note:-The intending bidder must read the terms and conditions carefully. He
should submit his bid only if he considers himself eligible and he is in possession
of all the requisite documents.INDEX
Description Page No.
Volume-A : Technical BidlEligiblity Bid(In Envelope 1) 12
INDEX 35
Press Notice 6
Invitation for Bid TH
SECTION A-l -BRIEF PARTICULARS OF THE WORK 12.
‘Section A-II— Information & Instructions for Bidders 13-47
‘Section A-I= Letter of Transmital 6
Fon A= Certificate of Financial Tumover from Chariered Accountant 9
Form B— Form of Bankers’ Certficate from a Nalionalised Bank 20
Form C= Details ofall works of similar Nature completed during the last seven years ending a
previous day of last date of submission of tender
Form D— Projects under execution or awarded 2
Form E— Performance report of works referred to in Forms "C" & ‘D" 2B
Form F — Orgarisation Structure 24
Form G— Detaiss of technical & administrative personnel io be employed for the work 5
Form H — Details of construction plant and equioment (ikely to be.used in.carrying out the | 26-27
work) available with the contractor
Form I= Affidavit 2B
‘Annexure 1 Letter of Acceptance by project manager/General manager 2
‘Annexure 2 Issue of notice to proceed with the work 0
‘Annexure 3 Standard form of Agreement H32
Volume-B : Financial Bid ilc terms & conditions(In Envelope 2) B
‘SECTION Bl a
Invitation for €-bid 3557
Percentage rate tender &contract for woik 38.39
Form of bid 0
‘Acceptance a
Proforma _of Schedules 42
‘Schedule-A-6 General Rules & Directions B
‘General conditions of Contract (GCC) AT
Clauses of Contract ®
Performance Guarantee : Clause 1 @
Mobilization Advance & Secured Advance Clause 2 @
Recovery of Security Deposit: Clause 20) @
Tiquidated Damages (LD) for Delay - Clause 3 @
Time and Extension for Delay: Clause 4 Ea
Measurements of Work Done : Clause 5 a
When Contract can be Determined: Clause 6 , Clause 7 3153
Contractor Fable to pay Compensation even if action not taken under Clause 6: Clause 8 8
Payment on Intermediate Cerificate to be regarded as Advances: Clause 9 8
Payment of Final Bil: Clause 10 a
Release of Security deposit afer labour clearance: Clause 11 aVARIATIONS : Clause 12
ESCALATION : Clause 124
Materials to be provided by the Contractor : Clause 13 A
Condition relating to use of asphaltic materials : Clause 13 B
Dismantled Material Govt. Properties : Clause 14
Work to be executed in Accordance with specfications, Drawings, Orders elc.; Clause 15
‘Action where no specifications are speciied . Clause 16
‘Work Commencement : Clause 17
Lump sum Provisions in Tender : Clause 18
‘Completion Certificate and Completion Plans : Clause 19 A
‘Completion Plans to be submitted by the Contractor : Clause 198
Contractor to keep Site Clean : Clause 19 C
‘Ration in case Work not done as per Specifications : Clause 20
Contractor Liable for Damages, defects during maintenance period ; Clause 21
Cartying out part work at risk & costof Contractor : Clause 22
‘SUSPENSION OF WORK : Clause 23
Work not tobe sublet : Action in case ofinsolvency Clause 24
‘With-holding and lien in respect of sums due from contractor : Clause 25
8] 8] 3) 8) 8) & 8} 8) 9) A). 9) A) A] 8] & Bl SB
Lien in respect of claims in other Contracts : Clause 26
gz
Foreclosure of contract due to Abandonmentor Reduction in scope of Work : Clause 27
QI
‘Compansation during warlika sitvations ; Clause 28
Termination of Contract on death of contractor : Clause 29
Termination of Contvactfor other reasons: Clause 30
Return of materal & recovery for excess material Consumed/issued. Clause 31
Tev/Taxes payable by Contractor: Clause 32
If relative working in UPPCL then the contractor not allowed to tender.: Clause 33
No Gazetted Engineer to work as Contractor within one year of retirement : Clause 34
Contractors to Supply Tools & Plants etc: Clause 35
Contractor to indemnify Govt. against Patent Rights: Clause 36
Uniltered water supply : Clause 37
Departmental water supply, if available: Clause 38
‘Changes in firm's Constitution to be intimated :Clause 39
Recovery of Compensation paid o workmen : Clause 40
Ensuring Payment and Amenities to Workers if Contractor fails : Clause 41
B] B| BB Bl Rl A} Vi zi BB) BB eaLabour Laws tobe complied by the Contractor : Clause 42, 43 6
‘Minimum Wages Act to be complied with : Clause 44 6
insurance : Clause 45, 46 ©
Settierrent of Disputes & Arbitraion : Clause 478 48 @
integrity Pact @
Integrity Agreement 60.72
General reauiremert of Tender 73-14
‘SECTION B-2 5
Material and Quality Assurance 76
‘Additional Conditions For Cement & Reinforcement /Structural Steel 779)
‘General Terms & Conditions 80.87
Particular Specification & Special Condition Of Work 88-90
Form of Performance Security (Guarantee) a
Bank Guarantee For Mobilisation Advance 92.93
Indenture For Secured Advances 94-96
Application for Extension of Time Parti, I 97-99
Certificate of Handing Over of Building 100
Mile Stones of the Contract 101
‘Additional Spectfication for Internal Electrical works 402-104
List Of Preferred Makes For Civi Works 105-108
List of preferred Makes for Intemal Electical installation 108-111
‘Additional conditions for Fire Fighting System 112
‘SECTION B-3 113
Bill of Quantity 114
Drawings 115
100 Rs. Affidavit 116
Afidavit on Rs. One Hundred(Rs. 100) Stamp supporting statement on “Form D” 17& U.P. Projects Corporation Ltd.
(180 5001:2015 Certiied Company)
hada (Rajvatha) Nauraiya Khedn (Nahar Koti), Dada Nagar,
Kanpur
‘Tender Notice No. 08/PM-10/UPPCL/2025-26 © Dated:06.06.2025
Very Short Term e-Tender Notice
U.P, Projects Corporation Limited (A. U.P, Government undertaking) invites percentage rate
Cendets (two envelope system) from eligible contactors/fims registered with U.P. Projects Corporation Lid
(category specified in column 9) for following work. Bidders are advised to note the
criteria.
a Naar fWok 1" ayes "Taig Fara | Tender] Timo? Aare [RST
No sataed |Meocy |Pecrsne | Complain | eran | eee
tio | fits | Fee Receiving
ning Lacs) Officer
or
yg.
oly
ars}
la onining Wat end Diy ruse | soamoe [F232
1 [heute Soper sry | ave | oxy | Se :
eal Ce District Kannay (U4 ost cyoem (5 ES
ese Caep Saka P) : Wh
Gaz
aatd
| eee”
the tender documents san be downloade from the website www.htti/etender.up.si.in during the
Period 09-06-2025 to 16-06-2028. The tender should be submitted up to 3:00 PM. on 16-06-2025. The
{echnical Did shall be opened on same day at 04.00 P.M, Project Manager, Uni-10, U.P. Projects corporation
Ltd. Kanpur.
Prospective bidders are advised to regilarly check through U.P. Projects Corporation Ltd. web site
smaupprojects.org and e-tendering web site www http/etenderup.nic.in for all other terms and conditions,
qualifying criteria, corrigendum / amendments etc, if any, and separate advertisement will not be made for the
same. For any clarifications / queries the prospective bidders may contact office of the person given in col. No, 7
& 8. Undersigned reserves the right to reject any oral the tenders without assigning any resson,
UD. Prujects Corporation Limited,
Uniet0, KANPUR,INVITATION FOR BID
®& U.P. Projects Corporation Ltd.
‘Online e-bids ae invite for 2 bids system from eligible contractors. Bidders are advised to note the minimum qualifation
ae Rota Tae Taa | Teel [aan Casa
= mans oremie| Cerin || esr” | apace
Sau |e sche | Coomente
io |"
#7 fie
eat ae ea bal
, facets | soa | are [edie | cues £8498 2 BF roe
peace m EEE
aa tr
Hpfeu |
Contractors who Fulfil the following requirements shall be elgible to apply. Joint ventures arent secepte
‘Should have satisfactorily eompletd the followings works in last 7 (seven) yeas ending previous dy of as date of submission
of bid forthe purpose cost of werk shall mean gross value of the completed work inclxive all Taxes and als includingcost of
‘ateral supplied bythe Governmenvlient but exeluding those supplied free of eos. This shouldbe ceritied by an officer not
below the rank of Executive EngineerProject Manager, or equivalent. Experience cerca: should have oontact infomation
(Contact no, & email ID) of issuing authority. Bidders are required to submit TDS Certificates in Form 16-4 or 26AS, in ese
‘he similar Works are executed fo a reputed private body, ("OWL be listed companies at sate of India, ualisted companies
‘with average annual turmover(of last three year) © 1000cr) wich shall foam bass for establishing the completion cost of
similar work executed by the bide. Such ype of Works for private body sll be verified by techical eam of UPPCL havieg
‘member noi less han PM/Unit in-charpe. The work corsidered shouldbe dove by asreement.
{Thre Similar completed works costing not less than the anount equal to 40% ofthe estimated cost
ii) Two Similar completed works costing not ess than the amcunt equal 9 50% of the estimated cos.
i) One Similar completed works costing not less than the amount equal to 80% ofthe estimated cest. The work should be
with some cental /tate Government department conta astonomous body/cental public sector endcraking/state publ
sector undertakinglcty development autonomeusmanicipal cororstion of city. formed under Aci by centl/stte
government and published in entral/state gazete and reputed prvate enties shall oni be considered
(Gv) Bidder must have Empolyees compensation liability Policy.
(¥) Late Copy of GSTR+I or GSTR-3B.
‘worl shall mean “Civil WerkSome poe
3
4
“The definition of similar work shouldbe decided considering the following guide Lines:
i For tilding works, the number of storey fr the purptse of definition of similar work may bs taken as under=
“AN. of storey tobe constructed inthe propesed Builds [No.of strey tobe mentioned inthe dfinkion similar
[wore
[Up ie foursiorey buildings Ne binding
[Co Five tn storey bun Minimum one balding ofFive sores
[Comploting balance sonstction work of one balding Ge
structural work) minimum upto ive storeys
D_[Eleven to toe storey buldings — | Minimum ane building of Fight sores
[Completing balance constuction work of one building (Ve
structural work) minimums up to eahe storeys
[Mor than fifteen stove buildings [Minimum one building ofTen storeys
(Completing balance constuction work of oe balding (Te
structural work) minimum upto ten stores
[Fors perpose, cack bascmcnt, il Constructed in the building sallbe considered as store
Tin ease the work involves Clo two of more basements, then it isto be sipulsted in the definition of sinilar work hat he
agency should have executed one similar work with miniuum one basement under one Agreement
"Work of Basement specialized EAM services ae if executed unde & separate contact may alsy be considered Tor the
[purpose of asessing the technical competence only without adding its monetary value fer determining the eigibiliy
Ti [For sny vil work ober tan building work, iF theres a ignificant componentin the wor other than normal building
work then this component should be conskered as main component ofthe work forthe purpose of definition of similar
work. The amount ofsuch component can be mentioned in the definition of similar work
{@)_ If hero area numberof buildings in a similar work, than minimum one builing should satis the defiition of similar
work
(i) Mamey and mac red as rey forthe purpose
(Qu Hact basement, silt constructed in the bullding shal be considered as story.
vom shall nt be com
(Gv) Should have average annual financial tur over during the lst S years ending 31 March of Previous financial year
should atleast 30% f the estimated cost,
(9) Should not have incurred any losin more han 2 years during the las S years ending Ist March of previous Financial
Year
(90) Should havea solvency of 4% of estimated cos from bank or 10% sclvency of estimate cost form Distct Magisrate,
‘The value ofenceuted works shall be brought to curent costing level by enhancing the atu vlc of Wonk at rate given
below calculated from the dite of completion to last date of submission of tenders.
Financial Year Esealation/Enhancerent factor
2004-25 1.00
203.24 107
22-23 Ls
201-2 121
2000-21 138
2019-26 135
dois rae
‘The bidding capecity of the contractor shoul be equal to or more than the esimated cos of the work put to tender. The bidding
‘capacity shall be worked ou by the following formula:
‘Ming Capacity = UARNx2.SI-B) Where:
‘A Maximum tumover in construction works executed in ary one year during the last five years taking into ascoure the
‘competed as wel as works in progress The value of completed works shall be brought Curent costing level as aieady
specified
[N-=Number of years prescribed for completion of work for which bids has been invite.
‘B= Value of existing commitments and ongoing works to be completed during the pele of eompetion oF werk for which bigs
ave been invited
‘The intending bidder must read the terms and conditions carfilly. He should submit his bid ony ithe considers himself
sligibleandhe icin possesion of ll the requisite documents
Timely work completion, quality and behaviour of the bidder shalle considered a the time of technical evahation of bid=
mee
'$ Information and Intrustions to bidders posted on website shll form pat of bid document
{6 The bid document consisting of Technical (igblitybid& Finarcial bid plans, specifications the schedule of quantities of
various types of items to be executed and the set of terms and conditions ofthe contract to be complied with ané other
recessry documents can be seen fiom our website www.upprojeets.org.
17 The tendered quantities are applicable for any increase or decrease. The tener inviting authority can inerease or decrease ary
quantities t» any extent or even delete particular tem ss pe requirements‘contions andthe conractor shall not the paid ny
things extra on the account, Nothing shall be paid of account of omissioldeletion of items or decrease inthe quanti. The
suthority stall not entertain any lam whatsoever from the contractor on this accoant.
8 Certiscate of Financial Turn Over: At the ime of submission of bid, cortractr has to submié Cerificate from CA
‘mentioning Financial Turnover on construction work of last 7 years period s specified in the bid document and further details
‘required may te asked from the contactor after opening of tehacal bids
‘9 The Technical bi shall be epenad frst on due date and time as mentioned above. The time and date of opening of Finansal bid
of eortractrs qualifying the technical bd shall be communicated to them at later dat
10 The department reseres the right to reject any prospestive application without assigning ary reaion and to restrict the it of
qualified conracors to any numer deemed suitable by it iftoo many bids are received satisfying the lad down ereria
11 Tender processing fee shal be submited through RTGS in SB Account of Project Manager, U.P. Projects Comportion Ld
Unit-10, Kanpur in A‘e Ne, €780000104003239, IPSC Code: PUNBO230200 in Punjab National BankUP.Nirala Nagar
Kanpur-208002
12 Eamest Meney inthe form of Fixed Deposit Receipt of a SBUNationalized/Pank in favor of Project M
Corporation Lid Unit-10, Udayog Kun) Road Near Hi ) Nauraiya Kheda (Na
Nagar, Kanpur must be submitted with Technical bid.
ger, UP. Projects
ur Kothi), Dada
13 The intending bers shall give in writing on Rs 10,00 Nen Judicial Stamp paper thatthe “Rates are valid for 90 days”
14 The bidder shall upload scanned copy of
(2) Theentire documenta stipulated in he bid document must be legible. legible document may not be considered during
techaical bid evaluation.
(b) UTR of tender processing fee and EMD required for the werk.
15 The technical (cligibity) bids submited shll beopened at 04.00 P.M. on 16.06.2025
16 The bidder shall submit personaly ll the original documents and Eamst Money in form of FDR in eriginal to Project
Manager, UP. Projecs Compoation Ltd. Unit-0, Kanpur after opening of technical & financial bid, Failing of which ation
shall be taken as per €.0. No, 3070/78-2-2018-4311/2017(22) Dued 03-01-2018
17 The bid submited shall become invalid if
(i). Thebiddeis found ineigble.
(ii) Thebidder door not upload al the documents a stipulatedin the bid document
Gi) The bidder doesnot upload valid EMD along with technical bid eligibility bd)
iv) The bidder doesnot upload UTR of Tender Provessing Fee along with echnical bd igibility bi).
(8). Thebidder does not upload scanned copy of Ceifiewe of work experence as desired in NIT
18 Intending Bidders are advied to inspect and examine the site and its surroundings and satisfy themselves befowe submitting
‘heir bids 36 to the nature of the ground and sub-sil (so far asi practicable) the form and nature of the site, she means of
acces t the sit, the accommodation they may requie an in general shall themselves obtain all necessary information as 0
take, contingencies and other circumstaness which may influence or aff their bid. A bidder shall be deemed to have fll
knowledge of he site whether he inspects itor not and no extra charge consequert on may rusunéerstanding or oterwise shal
te allowed, The bidders shall be responsible for arranging and maintaining at his own cost all mera, tools & plants, wat
lecticity acces, faites for workers and all other services required for executing the work unless otherwise specifically
provided for in the contract documents. Submission of a bid by & bwidr impli that he has toad hs netoe and all other
fontrict documents and has mace himself aware ofthe scope and specifications ofthe work to be done and of conditions aad
tate at which stores, tools and pant, ee. willbe issued to him by the Governmen’ and local conditions and ater factors having
1 bearing onthe exeeition of the work.
19 Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the ids submited by the
contractors who resort to canvassing willbe lable for rejestion & will be debarred frm Faure tender in U.P. Projests
Coeporation Lid
20 Affidavit Submited by Contractor on Non Judicial Stamp Paper cf Rs, 100 must be on or afer dats of Tender publshed21 The contractor shall not be permitted to bid for works in the UPPCL ZONEUNIT responsible for avard and exceuion of
contracts, in which his ner relative is posted. He shal als intimate the names of perions who are werking with him in any
‘xpaciy or are subsequently employed by Him and who are near relatives fo any ofier/ employee inthe office of Project
‘anager'General Manager U.P. Projects Corporation Lid Lucknow Any breach of his eandition bythe contractor would ender
‘hm liable tobe removed ftom the approved lst of contractors of this Crporaton.
22 No Enginee: or other Gazetted Officer employed in Engineeting or Adminisative duties in an Engineering Depariment of the
STATE GOVERNMENT) State Government Undertaking is allowed to work asa contractor fora period of two years afer his
retirement fiom Government service, without the prioe permission ofthe Government of U.Pin writing. This conte i able
tw be cancelled ifeither the contractor or any of his employees is found any time to be such a person who had not abtined the
permission ofthe Goverment of U.P. aforesaid before submission ofthe id or engagemen in he contactors sevice.
23 The contractor whose bd is accepted, willbe required to furnish ational perforrance Guarantee as pe tender condition of
the bidamount +GST the addtional performance Guarante for unbalanced bis as per GO no, 622/28-12-201? audivORTC Dx
(08/06/2012 within the period specified in Schedule F dtl are given below
Se. Deals “Raditonal Performance Guaratee
T_ [lpr 109% below Tender Val 0.55 for each 1 bebw tender value
2 [For more than 10% below tender value B9Gr1%6 foreach 1% ater 10% below tender value
‘This performance Security shall be inthe form of Financial Bank Guarantee Fixed Deposit Receipts o Guarantes Bonds of
‘SBU/Nationlized Bank Commercial Bank in Accordance withthe pressribed form, In ease the eontracior fails t deposit the
‘id adttioal performance Guarantee within the period as indicated in Schedule F" including the extended period if ary the
fexmest Money deposited by the contractor shall be frfited autematically without any noice tothe contractor, The earnest
‘money deposited alongwith bid shall be retumed after receiving th aforesaid performance guarantee & additonal performance
‘guarantee as per ease
24 The contracor whose lender is accepted wil alo be required to furnish by way of Security Deposit including Performance
Gaarantce fr the fulfilment of his contrac, an ammount equal o 100%+GST ofthe tendered value of the work, Fixed Deposit
‘Receipt of a SBUNationaized/Bank will also be accepted for this purpose. Security Deposit willbe worked cut separately for
«each component corespondiag tothe estimated cost ofthe respective component of works.
25 The contractor whose bid i accepted will also be required to furnish either copy of applicable licenses! registrations or proof of
pplying for obtaining labour licenses, registration with EFFO,ESIC and BOCW wore Doar including Provident Fund
(Cade No, i spplicable
26 The Quantities and rates mentioned in BOQ may vary and quantities and rats of technical sanction shall be final & adopted in
27 Employee's compensation I
ty Policy for concer projects essential at the time of Agreement.
28 The contractor requiredto submit an affidavit on Rs, One Hundred (Rs.100) Stamp supporting statement on Form’DY
29 List of Documents 1 be uploaded w'
ecanical i
T_ ]Fixed Deposit Receipt 7 Firancial Rank Guarantee ofa Nationalised Rank | Private Rank Where ie Approval or those
hank Like Axis Bank, Kotak Mahindra Bank, HDFC Bank, ICICI Bunk, IDB! Bank, Federal Bank, Indusiand Bank,
[Bandhan Bunk ard IDFC Bank ot. aginst EMD.
[The Power of attorey authorising the Tender or 0 siga the ebidConint
ewer of vasa
[Employee's compensation labiliy Pol
[Certificate of Financial Turnover fom Charred Accountan (Form "A.
z
x
4
5
‘6 [Masiyat Praman Patra/Bank Solvency Cerificate (Form ‘B’)
7 _|Centates of Works Experience (Form ‘C,-D" “E? & Copy of agreement along with form 2648)
‘8 [Characercerticate issued by District Magistrate
9_|certifcat of registration for GST and PAN card copy
UL
WZ
13
15
Latest Copy of GSTR1 and GSTR-3D nos elder han dheee @) Month
[Organsation Stncture (Form F
Deualsof Technical & Adminisunive Personnel Supported by EPE
Details of Construction Equipment (Form *I).
Mldavt for “No back wo back exsoution of work” (Form “F).
is of RTGS against Tender processing fe.
30 Important: The bidder have to upload the documents in respect of SI No.12.3.455
thebidder.
Sip(Fom%
14, & 15 selPsertified by
Avy PRIYA)
PROJECT MANAGER
U.P. Projects Corporation Limited,
Unit-10, KANPUR
10W YIVided PRU tao
aRatorn waeue, Prater gorg—10, wrayy (#1 HER)
var Co ia eerie
at
attar aber Gore ard), ma aie @ryR—208022
‘ON : v15208UP1976SGC004
ATS:— $59/ AAA. / Pa —10/
ENDU)
e-Tender Notice No. 08/PM-10/UPPCL/2025-26 Dated 06-06-2025
Due to unavoidable reasons the following changes have been made for
‘opening of e-bid of above tender.
SL Schedule as per Tender |" Revised Schedule as per
|e, Deerinon ae oe
-4$————_____+___Ratice_
2 (09-06-2025 09:00 Hr. Up
| @ | Online Submission Date 99-06-2025 09 15008
) | Ontine Opening 16-06-2025 at 16:00 Hr
i
Unit-10, Kanpur
aSECTION A-I
BRIEF PARTICULARS OF THE WORK
1. Salient details ofthe work for which bids are invited are as under:
SL Name of work Estimated Cost Period of
No. completion
1 ] Air Conditioning Work and Boundary
Wall Work of Oxygen Plant at TOTAL COST 6 Months
Kannauj Medical College, District- Rs. 39.64 (ie rainy
Kannauj (U.P.) +GS.T season)
2. The Work is to be done at Air Conc
Plant at Kannauj Medical College, Distriet-Kannauj (U.P.)
3. General features
12
ning Work and Boundary Wall Work of OxygenSECTION A-II
INFORMATION & INSTRUCTIONS TO BIDDERS
1.0 General:
41ALetter of ransmittal and forms for deciding eligibility are given in Section A-IIL
1.2A\l information caled for in the enclosed forms should be furnished against the relevant columns in the forms. If for
‘any reason, information is fumished on a separate sheet, this fact should be mentioned against the relevant column
Even if no information is to be provided in a column, a “nil or ‘no such case” entry should be made in that column. If any
paricularsiquery is not applicable in case of the bidder, it should be stated as “not applicable”. The. bidders are
cautioned that not giving complete information called for in the application forms or not giving it in clear terms or making
any change in the prescribed forms or deliberately suppressing the information may result in the bid beng summarily
disqualified. Bids received late will not be entertzined.
1.3The bidder should sign each page of the applicationldocuments. No page (s) af the tender shall be removed, the
entire set must be submitted.
41.4 Overwriing should be avoided. Correction, if any, should be made by neatly crossing out, intalling, dating and
rewriting. Pages of the eligibility criteria document are numbered. Additional sheets, any added by the contractor,
‘should also be numbered by him. They should be submitted as a package with signed leter of transmit.
4.5References, information and certificates from the respective clients cerliying suitability, technical knowledge or
ccapabilty of the bidder should be signed by an officer not below the rank of Executive Engineer/Project Manager or
equivalent.
4.6The bidder may furnish any relevant addtional information which he thinks is necessary to establish his capabilities to
successfully complete the envisaged work. He is, however, advised not to furnish superfuous information. No
information shall be entertained after submission of eligibility criteria document unless it is called for by the Employer.
41.7The credentiels submited in respect of pre-qualiication ofthe tenderitender for specialised work by the first lowest
bidder after opening of the financial bid shall be verified before award of work. Any information furnished by the bidder
found to be incorrect either immediately or at'@later date, would render him liable to be debarred from tendering/taking
Lp of work in U.P. Projects Corporation Lid such bidder happens to be enlisted contracor of any class in U.P. Projects
‘Corporation Ltd., his name shall also be removed from the approved list of contractors.
4.8incomplete, inelevant conditional tenders are fable to be rejected without assigning any reason. Tenders not
‘submited on proper prescribed ftom shall not be considered and are lable to be rejected.
41.9The tenderer should write full address and telephone no. on the Tender Form. Any letter sent by Regd. Post on that
address will be treated as delivered.
‘4-10Al entries by the tenderers should be written lege.
4:11No refund of the cost of bid documentie-Tender processing fee Is claimable for tenders not accepted or for tenders
‘not submitted.
2.0 Definitions:
2.1 Inthis document the fllowing words and expressions have the meaning hereby assigned io them.
2.2 Employer:UPPCL means U.P. Projects Corporation Lid.
23 Bidder: Means the individual, proprietary firm, firm in partnership, limited company private or public or
‘corporation.
24 — “Year” means “Financial Year’ unless stated otherwise.
2.5 “Work” means the work contracted to be executed under a single contract agreement.
3.0 Method of application:
133.1. Ifthe bidder is an individual, the application shall be signed by him above his full ype written name and current
address.
3.2 Ifthe bidder is a proprietary firm, the application shall be signed by the proprietor above his full typewritten name
‘and the full name of his frm with its current address.
3.3 Ifthe bidder isa frm in partnership, the application stall be signed by all the partners ofthe fim above the full
typewriten names and currert addresses, or, alternatively, by a partner holding power of attomey for the firm. In the
latter case a certified copy of the rower of attomey should accompany the appication. In both cases a certified copy of
the partnership deed and current address ofall the partners ofthe firm should accompany the application.
3.4 Ifthe bidder isa imited company or a corporation, the application shall be signed by a duly authorised person
holding power of attorney for signing the apolication accompanied by a copy of the power of attomey. The bidder should
also furnish a copy of the Memorandum of Articles of Association duly attesied by a Public Nolary.
4.0 Final decision making authority.
The employer reserves the right to accept or reject any bid and to annul the process and reject all bids at any time,
without assigning any reason or incurring ary liability tothe bidders.
5.0 Particulars provisional
‘The particulars of the work given in Section A-! are provisional. They are liable to change and be considered only as
advance information to assist he bidder.
6.0 — Sitevisit
The bidder is advised to visi the site of work, at his own. cost, and examine it and its surroundings to collect all
information that he considers necessary for proper assessment ofthe prospective assignment,
7.0 criteria for eligibility
7.1 The Bidder should have satisfactorily completed works during the last Seven years ending previous day of last
date of submission of tenders. For this purpose cost of work shall mean gross value of the completed work including
cost of material suppied by the Government/Client but excluding those supplied free of cost. This should be certified by
an officer not below the rank of Executive Engineer/Project Manager or equivalent.
i) Three similar works each costing not less than 40%ortwo similar works each costing not less than 50%orone
similar work costing not less than 80% of the tendered cost.
‘AND
ji) One work of any nature (ether part of () above or a separate one) costing not less than 40% of tendered cost
with some Central/State-Government Department/Central Autonomous Body/State Autonomous Body/ Central Public
‘Sector Undertaking! State Public Sector Undertaking/City Development Authorty/ Municipal Corporation of City formed
under any Act by Central. State Government and published in CentralState Gazette and reputed private entities
shall only be considered.
‘Similar work shall mean works of “Construction of (name & main details of work)
(Note: The detail of work shall be given as per case & should be self explanatory)
The value of executed works shall be brought fo current costing level by enhancing the actual value of work at arate
given below calculated from the date of completion to last date of submission of tenders.
Financial Year Escalation/Enhance factor
2023-2024 1.00
2022-2023, 1.07
2021-2022 1.14
2020-2021 121
2019-2020 1.28
2018-2019 1.35
2017-2018 1.42
7.2 Atthe time of submission of tender, the tenderer shall have to furnish an affidavit as under.
“UMle underlake and confrm that eligible similar work(s) has nave not been got executed through another contractor on
‘back to back basis. Further that, if such a violation comes to the notice of Department, then Uwe shall be debarred for
14tendering in UPPCL contracts in future forever. Also, if such a viclation comes to the notice of Department before date
start of work, the Engineer-in Charge shall be free to forfeit the entire amount of Eamest Money DeposiPeriormance
Security.”
7.3 _ The bidder should have had average ennual financial tum over (gross) of minimum 30% of tendered cost in
CCiviElectrical construction work during the last available three-year consecutive balance sheets duly audited by
Chartered Accountant. Year in which no tumover is shown would also be considered for working out the average.
7.4 The bidder should not have incurred any loss in more than two years during available last five consecutive
balance sheets, duly cerified and audited by the Chartered Accountant.
7.5. The bidding capacity of the contractor shouid be equal to or more than the esimaled cost of the Work put to
tender. The bidding capacity shall be worked out by the fallowng formula:
Bidding Capacity = {(AKN%2.5]B)
‘A= Maximum turnover in construction works executed in any one year during the last seven years taking into account
the completed as wel as works in progress. The value of completed works shall be brought to current costing level
as already specified.
N= Number of years prescribed for completion of work for which bids has been invited.
B = Value of existing commitments and ongoing works to be completed during the period of completion of work for which
bids have been invited.
7.6 The bidder should have a solvency of 40% of tendered cost certified by his Bankers (Nationalized Bank only).
7.7. _The bidder should own constructions equipment 28 fer lst required for the proper and timely execution of the
work. Else, he should cerify that he would be able fo manage the equipment by hing etc, and submit the list of rms
from whom he proposes to hire.
7.8 The bidder should have sufficient number of Technical and Administrative employees for the proper execution of
the contract. The bidder should submit alist of these employees stating clearly how these would be involved in this work.
7.9 The bidder's performance for each work completed in the last Seven years and in hand should be certified by an
officer rot below the rank of Executive EngineerProject Manager or equivalent.
8.0 Evaluation criteria
8.1 The detailed submitted by the bidders will be evaluated in the following manner
8.1.1 The criteria prescribed in para 7.1 to 7.5 above in respect of experience of similar class of works completed,
bidding capacity and financial turn over eto. wil first be scrutinized and the bidders eligibility for the work be
determined.
‘The department, however, reserves the right to restrict the list of such qualifed contractors to any number
deemed suitable by it.
8.2. Even though any bidder may satisfy the above requirements, he would be lable to disqualification ithe has:
(@) _ Made misleading or false representation or deliberately suppressed the information in the forms, statements and
‘enclosures required inthe eligitiity criteria document,
(b) Record of poor performance such as abandoning work, not properly completing the contract, or financial failures
| weaknesses etc.
9.0 Financial information
Bidder should furish the folowing fnancial information:
Annual financial statement for the last seven year in Form “A” and solvency certificate in Form “B”
10.0 Experience in works highlighting experience in similar works
10.1 Bidder should furnish the following:
15(@)
(b)
102
103
110
120
130
149
150
154
(a)
(0)
15.2
153"
154"
155,
158
157
List ofall works of similar nature successfully completed during the last seven years in Form “C".
List ofthe projects under execution or awarded in Form “D’.
Partculars of completed works and performance of the bidder duly authenticatedicertied by an officer not below
the rank of Executive Engineer/Project Manager or equivalent should be furnished separately for each work
‘completed or in progress in Form “E". Information of completed works must be jusified from 26AS form
information(in case Tax department) available in internet.
Information in Form'C’ and Form ‘D’ should be complete and no werk should be lft out
Organisation information
Bidder is required to submit the information in respect of his organization in Forms “F" & “G"
Construction plant and equipment
Bidder should fumish the list of constuction plant and equipment including steel shuttering, centring and
scaffolding to be used in carrying out the work in Form “H". Details of any other plant & equipment required for
the work not included in Fom “F" and available with the applicent may also be indicated,
Letter of transmittal
‘The bidder should submit the letter of transmittal attached with the document,
Opening of Price bid
After evaluation of Pre-Qualification Documents, a list of shortlisted agencies will be prepared. Thereafter the
financial bids of only the qualified and technically acceptable bidders shall be opened at the notifed time, date
and place in the presence of the qualified bidders or their representatives. The bid shall remain valid for 90 days
from opening of technical bids.
‘Award criteria
‘The employer reserves the right, without being liable for any damages or obligation to inform the bidder. to:
‘Amend the scope and value of contract to the bidder.
Reject any oral the applications witout assigning any reason
‘Any effort on the part of the bidder or his agent to exercise infuence or to pressurize the employer would result
in reeection of his bid. Canvassing of any kindis proitited.
In special circumstances ifany infomation etc. has to be obtained from the tenderer ater the startof the online
tender process, then it can be sought from the e-mail id. of the tenderer through the office email id gmzone
[email protected]. Which must be'made avaiable witin stipulated time? In case the information is not made
avaiable wittin-the stipuaied time stipulated time. No consideration wil be given to the tenderer as
unresponsive.
The veriicaton ofthe all documents will have to be made avafable in original by presenting personally after the
acceptance ofthe tender as the tender 2s the final tender and in case of any of the above certificate being found
wrong Legal proceeding will be started against the tendere. Departmentaction will be taken to Debarlcancel his
registration and put him in black list.
The scanned copy of all the original records uploaded shoud be clear and legible as the record are to be
checked by downloading/printing. In case of non-readable print of downloaded record, the technical bid of the
tenderer willbe reected.
Under the G.O No.383/36-02-2010 Labour section-2 dated 26-20-2010 under the building and
construction worker's employment and service concition exchange rules 2003 the contractor is required to
register the above work to be done inthe labour department.
Bidder must be registered in Directorate Electrical Safety Lucknow U.P.
1616.
7.
The applicant should provide accurate information on any Iitigation or arbitration resulting from contracts
‘completed or under execution by him over the last five years. A consistent history of awards against the
applicant or any partner ofa joint venture may result in failure cf the applicant.
Foreign Experience
In case the work experience is for the work executed cutside India, the bidders have to submit the
‘completion/experience certficate issued by the owner duly signed & stamped, and affidavit for the correctness of
the completionexperience certificates. The contractor shall also get the completon/experience, certificates
attested by the Indian Embassy/Consulate/High Commission in the respective country.
In the event of submission of completionlexperience certificate by the Bidder in a language cther than English,
the English translation of the same shall be duiy authenticated by Chamber of Commerce of the respective
‘country and attested by the Indian Embassy/consulatelHigh Commission in the respective country.
For the purpose of evaluation of bidders, the conversion rate of such a currency into INR shall be the daily
representative exchange rate published by the IMF as on 7 (Seven) days prior to the Last Date of Submission
‘of tender including extension (s) given ifany.
17SECTION A-Ill
LETTER OF TRANSMITTAL.
To
‘THE GENERAL MANAGERIPROJECT MANAGER
U.PP.C. L. LUCKNOW
Subject: Air Conditioning Work and Boundary Wall Work of Oxygen Plant at Kannauj
Medical College, District-Kannauj (U.P.)
Sir,
Having examined the details given in press notice and bid document for the above work, we hereby submit the relevant
information.
1. Ihe hereby certify that all the statement made and information supplied in the enclosed forms A to H and
‘accompanying statement are true and correct.
2 (we have furnished all information and details necessary for eligibility and have no further pertinent information
to supply.
3. we submit the requisite certified solvency certficate and authorise the General Manager, Projects
Manager, LUPPCLto approach the Bank issuing the solvency certificate to confi the correctness
thereof. Uwe also authoriseProjeciManager, LUPPCL, to approach individuals,
‘employers, fims and corporation to verify our competence and general reputation.
4, we submit the following certifeates in support of our suitability, technical knowledge and capabilty for having
successfully completed the following works:
Name of work.
Certificate from
Endosures:
‘Seal of bidder
Date of submission: ‘Signature(s) of Bidder(s).
18FORM‘A’
CERTIFICATE OF FINANCIAL TURNOVER FROM CHARTERED ACCOUNTANT
|. Financial Analysis ~ Details to be furnished duly supported by figures in balance sheel/ profit & loss account for
the last five years duly certified by the Chartered Accountant, as submitted by the applicant to the Income Tax
Department (Copies to be attached).
Years
2016-17 2017-18 2018-19, 2018-20 2020-21 Bate 2022-25
(Gross Annual turnover on construction works,
(i) ProfiyLoss.
2. Solvency Cerificate from Bankers of the bidder in the prescribed Form “2”.
‘Signature of Chartered Accountant with Seal Signature of Bidder(s).
19FORM OF BANKERS’ CERTIFICATE FROM A NATIONALISED BANK
This is to certify that tothe best of | our knowledge © and information that
...vaving marginally noted ‘address,
..@ customer of our bank arelis respectable and
can be treated. =a, good «for any engagement tpt a limt- of
). This certificate is issued without any guarantee or responsibilty on the bank or any of the officers.
(Signature)
For the Bank
NOTE:
(1)Banker's certicates should be on letter head ofthe Bank, sealed in cover addressed to tendering authority.
(2)In case of partnership firm, certificate should include names ofall partners as recorded wih the Bark.
(3)Solvency certificate should not be more than 6 months old.
20FORM ‘C’
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE
LAST SEVEN YEARS ENDING PREVIOUS DAY OF LAST DATE OF SUBMISSION OF TENDERS:
Sy] Nana oF Gunerof | Cost] Datwol | Sipubted Actualdsle] Uigatow | Nano | Remake
[No] workproject | sponsosing | workin | commence] date of of atiraion | and adéress
‘andlocation | organization | coresof] ments | competion | completon| cases | elephone
rupees | per pending | numberof
contract Iinprogess | office to
wih details" | whan
reference
be made
9
10
* Indicate gross amount claimed and amount awarded by the Arbitrator
‘Signature of Bidder(s)
2FORM‘D’
PROJECTS UNDER EXECUTION OR AWARDED
Sy] Naneoh Owner of | Costof] Date of ] Stipulated | Upiodae | Siow Name] Remar]
No] workproject | sponsoring | workin] commenc| date of | percentage | progressit | andadcress)
andiocation | organization | crores | ementas| completion | progressof | any and | elephone
of per ‘work reasons | numberof
rupess | contract thereat | ofcerto
‘whom
reference
may be
made
1 2 3 4 5 6 7 8 9) 10
knowledge and belief.
Certified that the above list of works is complete and no work has been left out and that the information given is correct to my
‘Signature of Bidder(s)
22FORME’
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”
1. Name of work/project& location
2. Scope of Work:
()Mention-Type of structure (ROC framed/Load bearing/ Stee structure.) Nos. of loos, type of roofing etc.,f any
andother special features.
3. Agreement no.
4. Estimated cost
5. Tendered cost
6. Actual Complation Cost:
7. Date of start
8 Date of completion
() Stipulated date of completion
(i) Actual date of completion
9, Amount of compensation levied for delayed completion, if any
(lflevy of compensation nat yet decided, it may be mentioned accordingly)
10. Amount of reduced rate items, if any
41. Performance Report
(1) Quaity of work Very Good!Good/FairPoor
(2) Financial soundness \Very Good/Good/Fair!Poor
(3) Technical Proficiency Very Good!Good/FairPoor
(4) Resourcefulness Very Good!Good/FairPoor
(5) General Behaviour \Very Good/Good/Fair/Poor
Dated: Executive EngineeriProject Manageror Equivalent
(Seal)
23(a)
(b)
2)
(@)
10.
1.
12,
FORM “F”
ORGANISATION STRUCTURE
‘Name & address of the bidder
Telephone noJ/Fax no,
Legal status of the bidder (attach copies of orginal document defining the legal status)
‘An Individual
‘A proprietary frm
‘A firm in partnership
‘limited company or Corporation
Particulars of registration with various Government Bodies (attach attested photocopy)
Organisation/Place of registration Registration No.
Names and tiles of Directors& Officers with designation tobe concerned with this work.
Designation of individuals authorised to act forthe organization
\Was the bidder ever required to suspend Construction fora period of more than six months continuously after he
‘commenced the construction? Iso, give the name ofthe project and reasons of suspension of work.
Has the bidder, or any constituent parner in case of partnership fim, ever ebandoned the awarded work before
its completion? If so, give rame ofthe project and reasons for abandonment
Has the bidder, or any’ constiuent partner in case of partnership fim, ever been debarrediblack listed for
tendering in any organization at any time? If so, give details
Has the bidder, or any constituent partner in case of partnership firm, ever been convicted by the court of law? If
30, give details.
In which field of Civil Engineering construction the bidder has specialization and interest?
‘Any other information considered necessary but rot included above.
‘Signature of Bidder(s)
24FORM ‘G’
DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE EMPLOYED FOR THE WORK
‘SNo.
Designation] Total] Number ] Name | Qualficatons | Professional) How | Remarks
Number | available experience | these
for this ‘and detas | would
work of work be
caries out | invoved
inthis
work
7
25
Signature of Bidder(s)TO BE USED IN CARRYING OUT THE WORK) AVAILABLE WITH THE CONTRACTOR,
FORM ‘H’
DETAILS OF CONSTRUCTION PLANT AND EQUIPMENT (LIKELY
S.No
Name of
equipment
g 2
Capacity or
‘ype
Condition
‘Ownership status
Presently
owned
Leased
Tobe
‘Current.
location
Remarks
1 2
a
Jo} purchased
Earth moving equipment
“Excavators (varous sizes)
Equipment for hoisting
‘ifting
‘Tower
2Builder's host
Equipment fr concrete
work
‘Concrete batching pant
2.Concete pump
3.Concete tansitmixer
4.Conctete mixer diesel)
S.Concete mixer electrical)
6.Neede vitrator (electrical)
‘7.Neede vibrator (pet)
8. Table vibrator (lect!
petrol)
Equipment for building
work
1. Block making machine
2. Bar bending machine
3. Bar outing machine
4, Wood thickness planer
5. Dring machine
6. Circular saw machine
7. Welding generators
8, Welding transformer
9. Cube testing machines
10.MS. Pipes
11. Steel shuttering
12. Stool scaffolding
18, Grinding/palishing
machines
Equipmentfor
26‘wansportation
4. Tippers
2.Tucks
Dewatering Equipments
‘Pump Diesel
2.Pump Eletic
Power Equipments
1. Diesel Generators
‘Any other plantiequioment
27
Signature of Bidder(s)FORM ‘I’
AFFIDAVIT
IMe undertake and confirm that eligible similar works(s) has/have not been got executed through ancther contractor on
bback to back basis. Further that, if such a violation comes to the notice of department, then VWe shall be debarred for
biding in UPPCL in future forever. Also if such a viclation comes to the notice of department before the date of start of
work, the Engineer-In-Charge shall be free to forfeit the entire amount of eames! money deposit/performance Security
NOTE 1: Affidavit to be furnished on a Non Judicial stamp paper worth Rs. 100)- and should be Notarised.
NOTE 2: “A work is said to have been executed on “back to back “ basis when the entire work or substantial
ppatt of the work forming the basis for evaluation of the eligibility of the bidder is got executed by the bidder
through another contractor either by direct nomination orby call of tender’.
‘Signed by Contractor / Authorised Orficer ofthe firm with Stamp
28Annexure-t
OFFICE OF THE GENERAL/ PROJECT MANAGER
Date.
LETTER OF ACCEPTANCE
To,
This is to nolfy you that on behalf of the U
UPP.CL has accepted your bid dated.
price of Ri (Rs. . only).
You are hereby rue to furnish Performance securty,\in the form detailed in cl. of ITB for an
amount of Rs. Gyre 10 tas of re ret of eta
ceoplance wad up io 15 ys aka th dav of exile Des Latlty Pood, UP 10 neve) NG
sign the contrac, failing which action as stated incl + of ITB willbe taken.
Yours Faithfully
CL. the projéct Manager.
for Execution of...
_ Projet ManagefGenrel Manager
No. &Dated as above
Copy to G.M/PM..
General Manager! Project Manager
pet
29Annexure-2
OFFICE OF THE GENERAL MANAGER! PROJECT MANAGER
..ZONE/Unit
Date.
Issue of notice to Proceeds with the work
Dear sir,
Pursuant to your furnishing the requiste performance security as stipulated in ITB clause and signing of
contract for the construction of. Dist. you
are hereby instructed to proceed with the execution of thé-said work in accordance with the contra
documents.
Yours Faithfuly
General Manager/Project Manager
ZonelUnit,
30Annexure-3
Standard Form of Agreement
Notes on Standard Form of Agreement
The Agreement should incorporate any corrections or modifications to the Bid resulting
from correction of errors
Standard FORM- Agreement
This agreement, made the day of
‘Manager/Project Manager Unit, U.P.P.CLL.
(Hereinafter called ‘the Employer) of the one part, and
[Name and address of contractor] (Herein after called ‘the contradtor’of the other part)
Whereas the Employer is desirous that the contractor executes the work of...
District _.(hereinafter called ‘the works") and the Employer has accepted the Bid of the contractor
for the execution and completion of such’ Works and remedying of any defects there in at a cost of
Rupees. Rs. ry}
NOW THIS AGREEMENT WITNESSETH as follows:
4- In this Agreement, words and exoressions shall have the same meanings are respectively assigned to
them in the conditions of contract hereinafter referred to, and they shell be deemed to form and read and
construed as part ofthis Agreement,
2- In consideration of the payments to be made by the Employer to the contractor as hereinafter
mentioned, the contractor hereby covenants with the Employer to execute and complete the works and
remedy any defects therein in conformity in all aspects with the provisions ofthe contract.
3 The Employer hereby covenants to pay the contract in consideration of execution and completion of the
works and-remedying the defects where in the contract price or such other sum as may become payable under
the provisions of the contract atthe times and the manner prescribed by the contract.
4. The following documents shall be deemed to form and read and construed as part of this agreement,
viz:
| Letter of Acceptance; by UPPCL.
I.Negotiation letter for work.
IILNotice to proceed with the works;
WV.contract Data;
\V.Special conditions of contract and general conditions of contract;
VSpecifcations
VILDrawings:
VIILBill of Quantities;
1X.Any other document isted in the contract data as forming part of the contract.
a1In witness whereof the parties there to have caused this Agreement to be executed the day and year first
before writen.
The common Seal of
GENERAL MANAGER/PROJECT MANAGER
‘ZONEJUNIT..
District
Wes hereunto affixed in the presence of
Signed, Sealed,
In the presence of: Assistant Project Manager/Projects Manager
Binding signature of Employer authorized representative
Authorised representative of UPPCL.
(Signature with Seal)
District... .
Binding Signature of contractor
(With Address & Seal)
32(In Envelope 2)
VOLUME-B
FINANCIAL BID
(SECTION B-I + SECTION B-2 + SECTION B-3)SECTION B-IINVITATION FOR BID.
®& U.P. Projects Corporation Ltd.
‘Onlite e-bids are invited fo 2 bids system from eligible contractors. Bidders are advise to note the minimum qulifation
ia Soa pera Ea “acd att a a Ea]
ne ew Conplcen |Zonctst| tener | Rater
ite eis | Contacte
‘ay | use) ‘oneer
‘sr
gyal aye
22 pele
£S2 2
lr conning ah an seein moc | gimme BELE RETR
» fraceesesawstmt cay | ou | om [ening | ome 429 $91 D4 rane
t eetah edie or glad
ie bule
| fi 3
b
Contos who flit following reuirencts shal be ible ply oin ets at ol sep
‘Should have satisfactorily completed the followings works in last 7 (seven) years ening previous dy oflast date of submission
‘fbi for this purpose cot of wrk shall mean goss value ofthe completed work incluive all Tazes ard als including cost of
‘ateral supplied bythe Governmentlient but excluding those supplied free of cost. This shouldbe ceitied by an officer not
telow the rank of Executive EngineerProject Manager, or equivalent. Experience cerca: should have contact infomation
(Contact no, & email ID) of isuing authority. Bidders are required to submit TDS Certificates in Form 16-4 or 26AS, in ease
the similar works are executed for a reputed private body, (shouldbe listed companies at state of India, uaisted companies,
‘wth average annual turmover(of last three year) © 1000cr) wich shall fom bass for eablshing the completion cost of
similar work executed by the bide. Such ype of works for private body shall be verified by technical eam of UPPCL havies
‘member noi less han PM/Unit in-charpe. The work corsidered shouldbe dove by agreement.
1) Three Similar completed works costing not less than the anount equal to 40% ofthe estimated cost
ii) TwoSimilar completed warks costing notes than the amount equal 9 50% of the estimated cos,
1) One Smita completed works costing not ss han the amount equ to 80% ofthe estimated cst. The work shoul be
with ome ental tate Covent dearmen: ental aanonous beset pbc sector nde Sate pub
f secterunderaking’ty development autonomous'minicipal corporation of ciy fomed under Act by sent state
sovernmen and polished cenral tte zee ndrepued pate ets shal only be onieed.
(Bidar mst hae Enpolees compensation ability Policy.
(0) Latet Copy of STR" or GSTRB.
‘orks san “Chi Works™
35Some poe
3
4
“The definition of similar work shouldbe decided considering the following guide Lines:
i For tilding works, the number of storey fr the purptse of definition of similar work may bs taken as under=
“AN. of storey tobe constructed inthe propesed Builds [No.of strey tobe mentioned inthe dfinkion similar
[wore
[Up ie foursiorey buildings Ne binding
[Co Five tn storey bun Minimum one balding ofFive sores
[Comploting balance sonstction work of one balding Ge
structural work) minimum upto ive storeys
D_[Eleven to toe storey buldings — | Minimum ane building of Fight sores
[Completing balance constuction work of one building (Ve
structural work) minimums up to eahe storeys
[Mor than fifteen stove buildings [Minimum one building ofTen storeys
(Completing balance constuction work of oe balding (Te
structural work) minimum upto ten stores
[Fors perpose, cack bascmcnt, il Constructed in the building sallbe considered as store
Tin ease the work involves Clo two of more basements, then it isto be sipulsted in the definition of sinilar work hat he
agency should have executed one similar work with miniuum one basement under one Agreement
"Work of Basement specialized EAM services ae if executed unde & separate contact may alsy be considered Tor the
[purpose of asessing the technical competence only without adding its monetary value fer determining the eigibiliy
Ti [For sny vil work ober tan building work, iF theres a ignificant componentin the wor other than normal building
work then this component should be conskered as main component ofthe work forthe purpose of definition of similar
work. The amount ofsuch component can be mentioned in the definition of similar work
{@)_ If hero area numberof buildings in a similar work, than minimum one builing should satis the defiition of similar
work
(i) Mamey and mac red as rey forthe purpose
(Qu Hact basement, silt constructed in the bullding shal be considered as story.
vom shall nt be com
(Gv) Should have average annual financial tur over during the lst S years ending 31 March of Previous financial year
should atleast 30% f the estimated cost,
(9) Should not have incurred any losin more han 2 years during the las S years ending Ist March of previous Financial
Year
(90) Should havea solvency of 4% of estimated cos from bank or 10% sclvency of estimate cost form Distct Magisrate,
‘The value ofenceuted works shall be brought to curent costing level by enhancing the atu vlc of Wonk at rate given
below calculated from the dite of completion to last date of submission of tenders.
Financial Year Esealation/Enhancerent factor
2004-25 1.00
203.24 107
22-23 Ls
201-2 121
2000-21 138
2019-26 135
dois rae
‘The bidding capecity of the contractor shoul be equal to or more than the esimated cos of the work put to tender. The bidding
‘capacity shall be worked ou by the following formula:
‘Ming Capacity = UARNx2.SI-B) Where:
‘A Maximum tumover in construction works executed in ary one year during the last five years taking into ascoure the
‘competed as wel as works in progress The value of completed works shall be brought Curent costing level as aieady
specified
[N-=Number of years prescribed for completion of work for which bids has been invite.
‘B= Value of existing commitments and ongoing works to be completed during the pele of eompetion oF werk for which bigs
ave been invited
‘The intending bidder must read the terms and conditions carfilly. He should submit his bid ony ithe considers himself
sligibleandhe icin possesion of ll the requisite documents
Timely work completion, quality and behaviour of the bidder shalle considered a the time of technical evahation of bid
36=
mee
'$ Information and Intrustions to bidders posted on website shll form pat of bid document
{6 The bid document consisting of Technical (igblitybid& Finarcial bid plans, specifications the schedule of quantities of
various types of items to be executed and the set of terms and conditions ofthe contract to be complied with ané other
recessry documents can be seen fiom our website www.upprojeets.org.
17 The tendered quantities are applicable for any increase or decrease. The tener inviting authority can inerease or decrease ary
quantities t» any extent or even delete particular tem ss pe requirements‘contions andthe conractor shall not the paid ny
things extra on the account, Nothing shall be paid of account of omissioldeletion of items or decrease inthe quanti. The
suthority stall not entertain any lam whatsoever from the contractor on this accoant.
8 Certiscate of Financial Turn Over: At the ime of submission of bid, cortractr has to submié Cerificate from CA
‘mentioning Financial Turnover on construction work of last 7 years period s specified in the bid document and further details
‘required may te asked from the contactor after opening of tehacal bids
‘9 The Technical bi shall be epenad frst on due date and time as mentioned above. The time and date of opening of Finansal bid
of eortractrs qualifying the technical bd shall be communicated to them at later dat
10 The department reseres the right to reject any prospestive application without assigning ary reaion and to restrict the it of
qualified conracors to any numer deemed suitable by it iftoo many bids are received satisfying the lad down ereria
11 Tender processing fee shal be submited through RTGS in SB Account of Project Manager, U.P. Projects Comportion Ld
Unit-10, Kanpur in A‘e Ne, €780000104003239, IPSC Code: PUNBO230200 in Punjab National BankUP.Nirala Nagar
Kanpur-208002
12 Eamest Meney inthe form of Fixed Deposit Receipt of a SBUNationalized/Pank in favor of Project M
Corporation Lid Unit-10, Udayog Kun) Road Near Hi ) Nauraiya Kheda (Na
Nagar, Kanpur must be submitted with Technical bid.
ger, UP. Projects
ur Kothi), Dada
13 The intending bers shall give in writing on Rs 10,00 Nen Judicial Stamp paper thatthe “Rates are valid for 90 days”
14 The bidder shall upload scanned copy of
(2) Theentire documenta stipulated in he bid document must be legible. legible document may not be considered during
techaical bid evaluation.
(b) UTR of tender processing fee and EMD required for the werk.
15 The technical (cligibity) bids submited shll beopened at 04.00 P.M. on 16.06.2025
16 The bidder shall submit personaly ll the original documents and Eamst Money in form of FDR in eriginal to Project
Manager, UP. Projecs Compoation Ltd. Unit-0, Kanpur after opening of technical & financial bid, Failing of which ation
shall be taken as per €.0. No, 3070/78-2-2018-4311/2017(22) Dued 03-01-2018
17 The bid submited shall become invalid if
(i). Thebiddeis found ineigble.
(ii) Thebidder door not upload al the documents a stipulatedin the bid document
Gi) The bidder doesnot upload valid EMD along with technical bid eligibility bd)
iv) The bidder doesnot upload UTR of Tender Provessing Fee along with echnical bd igibility bi).
(8). Thebidder does not upload scanned copy of Ceifiewe of work experence as desired in NIT
18 Intending Bidders are advied to inspect and examine the site and its surroundings and satisfy themselves befowe submitting
‘heir bids 36 to the nature of the ground and sub-sil (so far asi practicable) the form and nature of the site, she means of
acces t the sit, the accommodation they may requie an in general shall themselves obtain all necessary information as 0
take, contingencies and other circumstaness which may influence or aff their bid. A bidder shall be deemed to have fll
knowledge of he site whether he inspects itor not and no extra charge consequert on may rusunéerstanding or oterwise shal
te allowed, The bidders shall be responsible for arranging and maintaining at his own cost all mera, tools & plants, wat
lecticity acces, faites for workers and all other services required for executing the work unless otherwise specifically
provided for in the contract documents. Submission of a bid by & bwidr impli that he has toad hs netoe and all other
fontrict documents and has mace himself aware ofthe scope and specifications ofthe work to be done and of conditions aad
tate at which stores, tools and pant, ee. willbe issued to him by the Governmen’ and local conditions and ater factors having
1 bearing onthe exeeition of the work.
19 Canvassing whether directly or indirectly, in connection with bidders is strictly prohibited and the ids submited by the
contractors who resort to canvassing willbe lable for rejestion & will be debarred frm Faure tender in U.P. Projests
Coeporation Lid
20 Affidavit Submited by Contractor on Non Judicial Stamp Paper cf Rs, 100 must be on or afer dats of Tender publshed
3721 The contractor shall not be permitted to bid for works in the UPPCL ZONEUNIT responsible for avard and exceuion of
contracts, in which his ner relative is posted. He shal als intimate the names of perions who are werking with him in any
‘xpaciy or are subsequently employed by Him and who are near relatives fo any ofier/ employee inthe office of Project
‘anager'General Manager U.P. Projects Corporation Lid Lucknow Any breach of his eandition bythe contractor would ender
‘hm liable tobe removed ftom the approved lst of contractors of this Crporaton.
22 No Enginee: or other Gazetted Officer employed in Engineeting or Adminisative duties in an Engineering Depariment of the
STATE GOVERNMENT) State Government Undertaking is allowed to work asa contractor fora period of two years afer his
retirement fiom Government service, without the prioe permission ofthe Government of U.Pin writing. This conte i able
tw be cancelled ifeither the contractor or any of his employees is found any time to be such a person who had not abtined the
permission ofthe Goverment of U.P. aforesaid before submission ofthe id or engagemen in he contactors sevice.
23 The contractor whose bd is accepted, willbe required to furnish ational perforrance Guarantee as pe tender condition of
the bidamount +GST the addtional performance Guarante for unbalanced bis as per GO no, 622/28-12-201? audivORTC Dx
(08/06/2012 within the period specified in Schedule F dtl are given below
Se. Deals “Raditonal Performance Guaratee
T_ [lpr 109% below Tender Val 0.55 for each 1 bebw tender value
2 [For more than 10% below tender value B9Gr1%6 foreach 1% ater 10% below tender value
‘This performance Security shall be inthe form of Financial Bank Guarantee Fixed Deposit Receipts o Guarantes Bonds of
‘SBU/Nationlized Bank Commercial Bank in Accordance withthe pressribed form, In ease the eontracior fails t deposit the
‘id adttioal performance Guarantee within the period as indicated in Schedule F" including the extended period if ary the
fexmest Money deposited by the contractor shall be frfited autematically without any noice tothe contractor, The earnest
‘money deposited alongwith bid shall be retumed after receiving th aforesaid performance guarantee & additonal performance
‘guarantee as per ease
24 The contracor whose lender is accepted wil alo be required to furnish by way of Security Deposit including Performance
Gaarantce fr the fulfilment of his contrac, an ammount equal o 100%+GST ofthe tendered value of the work, Fixed Deposit
‘Receipt of a SBUNationaized/Bank will also be accepted for this purpose. Security Deposit willbe worked cut separately for
«each component corespondiag tothe estimated cost ofthe respective component of works.
25 The contractor whose bid i accepted will also be required to furnish either copy of applicable licenses! registrations or proof of
pplying for obtaining labour licenses, registration with EFFO,ESIC and BOCW wore Doar including Provident Fund
(Cade No, i spplicable
26 The Quantities and rates mentioned in BOQ may vary and quantities and rats of technical sanction shall be final & adopted in
27 Employee's compensation I
ty Policy for concer projects essential at the time of Agreement.
28 The contractor requiredto submit an affidavit on Rs, One Hundred (Rs.100) Stamp supporting statement on Form’DY
29 List of Documents 1 be uploaded w'
ecanical i
T_ ]Fixed Deposit Receipt 7 Firancial Rank Guarantee ofa Nationalised Rank | Private Rank Where ie Approval or those
hank Like Axis Bank, Kotak Mahindra Bank, HDFC Bank, ICICI Bunk, IDB! Bank, Federal Bank, Indusiand Bank,
[Bandhan Bunk ard IDFC Bank ot. aginst EMD.
[The Power of attorey authorising the Tender or 0 siga the ebidConint
ewer of vasa
[Employee's compensation labiliy Pol
[Certificate of Financial Turnover fom Charred Accountan (Form "A.
z
x
4
5
‘6 [Masiyat Praman Patra/Bank Solvency Cerificate (Form ‘B’)
7 _|Centates of Works Experience (Form ‘C,-D" “E? & Copy of agreement along with form 2648)
‘8 [Characercerticate issued by District Magistrate
9_|certifcat of registration for GST and PAN card copy
UL
WZ
13
15
Latest Copy of GSTR1 and GSTR-3D nos elder han dheee @) Month
[Organsation Stncture (Form F
Deualsof Technical & Adminisunive Personnel Supported by EPE
Details of Construction Equipment (Form *I).
Mldavt for “No back wo back exsoution of work” (Form “F).
is of RTGS against Tender processing fe.
30 Important: The bidder have to upload the documents in respect of SI No.12.3.455
thebidder.
Sip(Fom%
14, & 15 selPsertified by
Avy PRIYA)
PROJECT MANAGER
U.P. Projects Corporation Limited,
Unit-10, KANPUR
38