Sie sind auf Seite 1von 51

1|P a g e

Request for Proposal


For
Selection of Consultant 2019
For

Preparation of DPR for Sewerage Projects under J&K


UEED

J&K UEED
Housing & Urban Development Department
Government of J&K State
2|P a g e

GOVERNMENT OF JAMMU & KASHMIR


OFFICE OF THE CHIEF ENGINEER J&K U. E. E. DEPARTMENT
SRINAGAR.
*******
Date of issue: 25-05-2019
Dead line for submission 11-06-2019
Bid identification No: e-NIT No: CE/UEED/01 of 2019-20

1. For and on behalf of Governor of Jammu & Kashmir State, Chief Engineer J&K UEED Srinagar invites the
Expression of Interest (EoI) from empanelled consultants for water supply & sanitation, sewerage &
Drainage systems with Ministry of Urban Development (MoUD) GoI issued vide their No: Q-
11011/1/2013-PHE Dated: 7th August 2013 for the following work:
TABLE
S.No Name of work Bid Security (Rs) Cost of Bid documents (Rs) Period of
completion
1 Invitation for Expression of Interest
for providing consultant services
for preparation of Detailed Project As pre time
5.00 lac 10000/-
Reports of sewerage scheme for left schedule
out areas of Jammu & Kashmir
Divisions

Tender received authority : Chief Engineer, UEED, Suleiman Shopping


Complex Dalgate, Kashmir (J&K) 190001
Srinagar
Email: cejkueed8@gmail.com
Tele fax: 0194-2500444

1 Officer inviting Bids Chief Engineer J&K UEED

2 Cost of RFP Document Rs. 10000/-

3 Date and time submission of bids online 25-05-2019 to 11-06-2019 upto 4:00PM

4 Last date to receive queries 30-05-2019

5 Reply to quarries 02-06-2019

6 Date & Time for submission of hard copy within three days from the date of opening of financial bid 4:00PM
bids by successful bidder

7 Date, Time and Place of Opening of 12-06-2019 at office of the


Financial Bid Chief Engineer, UEED, Suleiman Shopping Complex Dalgate,
Kashmir (J&K)
190001 Srinagar
1. The bidding documents consisting of instructions to the consultant, bid data sheet
(BDS) qualification criteria and documents to be furnished with the bid, general and
special conditions of the contract, contract data and set of terms and conditions of
the contract and other relevant forms shall be available on the website
www.jktenders.gov.in
3|P a g e

2. The cost of bid documents shall be remitted in the shape of Demand Draft issued any
nationalized bank / e-challan in favour of Chief Engineer J&K UEED Srinagar
payable at Srinagar.
3. The bid security shall be in the form of CDR / FDR/ Bank Guarantee pledged in the
name of Chief Engineer J&K UEED Srinagar payable at Srinagar.
4. The bidding documents contain all other details.
5. The bid inviting authority reserves the right to cancel any or all EoI at any time
without assigning any reason thereof.
6. All other terms and conditions shall be as per the bid document.

No: CE/UEED/PS/ Chief Engineer,


Dated: J&K U.E.E. Department,
Srinagar
Copy to the:-
1. Principal Secretary to Govt. Housing & Urban Development Department Civil
Secretariat Srinagar for kind information.
2. Divisional Commissioner Kashmir for kind information.
3. Divisional Commissioner Jammu for kind information.
4. Vice chairman LWWDA for kind information.
5. Sh. Narinder Khajuria, Additional Secretary to Government Housing & Urban
Development Department Civil Secretariat Srinagar for kind information
6. Director (P&S) Housing & Urban Development Department Civil Secretariat Srinagar
for information.
7. Superintending Engineer UEED Circe 2nd Srinagar for information.
8. Superintending Engineer S&D Circe Jammu for information.
9. Joint Director Information Srinagar with the request that the Gist of the EoI may
kindly be got published thought two leading National / State Dailies before the last
date of submission of bids for the information of the concerned.
10. Executive Engineer S&D Division 1st Srinagar for information.
11. Executive Engineer S&D Division 1st West Jammu for information
12. File concerned.
4|P a g e

1. DISCLAIMER

This EoI is not an agreement and is neither an offer or invitation by the


Authority to the prospective Applicants or any other person. The purpose of this EoI is
to provide interested parties with information that may be useful to them in the
formulation of their application for qualification pursuant to this EoI.

Information provided in this EoI to the Eligible Bidders(s) is on a wide range of


matters, some of which may depend upon interpretation of law. The information given
is not intended to be an exhaustive account of statutory requirements and should not
be regarded as a complete or authoritative statement of law. The Authority accepts no
responsibility for the accuracy or otherwise for any interpretation or opinion on law
expressed herein.

The Authority, its employees and advisors, make no representation or warranty


and shall have no liability to any person, including an Applicant or Bidder, under any
law, statute, rules or regulations or tort, principles of restitution or unjust enrichment
or otherwise for any loss, damages, cost or expense which may arise from or be
incurred or suffered on account of anything contained in this EoI or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability of the EoI
and any assessment, assumption, statement or information contained therein or
deemed to form part of this EoI. UEED/H&UDD/LWDA may, in its absolute is creation
but without being under any obligation to do so, update, amend or supplement the
information, assessment or assumptions contained in this EoI.
The Applicant shall bear all its cost associated with or relating to the preparation
and submission of its Application including but not limited to preparation, copying,
postage, delivery fees, expenses associated with any demonstrations or presentations
which may be required by the Authority or any other costs incurred in connection with
or relating to its Application. All such costs and expenses will remain with the
Applicant and the Authority shall not be liable in any manner what so ever for the
same or for any other costs or other expenses incurred by an Applicant in preparation
or submission of the Application, regardless of the conduct or outcome of the Selection
Process.
5|P a g e

JAMMU & KASHMIR URBAN ENVIRONMENTAL ENGINEERING


DEPARETMENT (J&K UEED)

Request for Proposal


For
Selection of Consultant
For

Preparation of DPR for Sewerage Schemes of left


out areas of Jammu & Kashmir Divisions

Tender No: CE/UEED/ 01 of 2019-20


Date of Issue: 25-05-2019
6|P a g e

Bidders Data Sheet


1 Officer inviting Bids Chief Engineer J&K UEED

2 Cost of RFP Document Rs. 10000/-

3 Date and time submission of 25-05-2019 to 11-06-2019 upto 4:00PM


bids online
4 Last date to receive queries 30-05-2019 upto 4:30 PM

5 Reply to quarries 02-06-2019

6 Date & Time for submission of within three days from the date of opening of financial
hard copy bids by successful bid 4:00PM
bidder

7 Date, Time and Place of Opening 12-06-2019 at office of the


of Financial Bid Chief Engineer, UEED, Suleiman Shopping Complex
Dalgate, Kashmir (J&K)
190001 Srinagar
Name of the Assignment Providing constancy for preparation of detailed Project
Reports for sewerage schemes of Jammu & Kashmir
Divisions
Kashmir Division:
i) Left out areas of Srinagar City Zone – III
ii) Major towns of Kashmir Division
Jammu Division:
i) Left out areas of Jammu City
ii) Major towns of Jammu Division
7|P a g e

Disclaimer: EoI

This EoI is not an agreement and is neither an offer or invitation by the Authority to the
prospective Applicants or any other person. The purpose of this EoI is to provide
interested parties with information that may be useful to them in the formulation of their
application for qualification pursuant to this EoI. Information provided in this EoI to the
Eligible Bidders(s) is on a wide range of matters, some of which may depend upon
interpretation of law. The information given is not intended to be an exhaustive account
of statutory requirements and should not be regarded as a complete or authoritative
statement of law. The Authority accepts no responsibility for the accuracy or otherwise
for any interpretation or opinion on law expressed herein. The Authority, its employees
and advisors, make no representation or warranty and shall have no liability to any
person, including an Applicant or Bidder, under any law, statute, rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for any loss, damages,
cost or expense which may arise from or be incurred or suffered on account of anything
contained in this EoI or otherwise, including the accuracy, adequacy, correctness,
completeness or reliability of the EoI and any assessment, assumption, statement or
information contained therein or deemed to form part of this EoI. UEED/H&UDD may,
in its absolute is creation but without being under any obligation to do so, update, amend
or supplement the information, assessment or assumptions contained in this EoI. The
Applicant shall bear all its cost associated with or relating to the preparation and
submission of its Application including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by the Authority or any other costs incurred in connection with or relating to
its Application. All such costs and expenses will remain with the Applicant and the
Authority shall not be liable in any manner what so ever for the same or for any other
costs or other expenses incurred by an Applicant in preparation for submission of the
Application, regardless of the conduct or outcome of the Selection Process.
8|P a g e

1.2. INTRODUCTION

The vision of urban sanitation India is: - All India Cities and towns become totally
sanitized healthy, liable and sustain good public health environmental out comes for all their
citizens with the special focus on hygienic and affordable sanitation facilities for the urban
poor.
The Government is giving is high priority to the city development plans towards
improvements of sewerage and sanitation system primarily under sewerage it was specified
that 100% coverage is made not only for Srinagar and Jammu cities but also for the major
towns of both the divisions of the state. The project areas consist of:
Kashmir Division:
i) Left out areas of Srinagar City Zone – III, including Peripheral areas of Dal Lake
ii) Major towns of Kashmir Division
Jammu Division:
i) Left out areas of Jammu City
ii) Major towns of Jammu Division

Details of the project are annexed with the bid document


9|P a g e

1.3. Project Description

The project aims to survey, investigation, design, cost estimation for treatment of
waste water generated in the project areas (as described above). The compete scope of
the project is mentioned in the bid document. Proper sewerage system is the element
of physical infrastructures that determines status of any settlements and as such
requires proper planning, development and management. As there is adequate facility
for collection of sewage for its treatment, most of the sewage find its way directly in
to the drains which ultimately fall in the rivers or other water bodies. In order to
check the pollution of the rivers and water bodies there is a dire need for construction
of a proper sewerage system in the cities of Jammu & Srinagar and also in the major
towns of Jammu and Kashmir Divisions

1.4. Scope of the project

The scope of work likely to be performed by qualified consulting firm (the Consultant) will be but is
not limited to, the following tasks:

• Preparation of detailed project report (including cost estimate and drawings) strictly as per
the guidelines of CPHEEO and NRCP.
• All investigation, topographical survey, geotechnical survey, hydro geological survey,
collection of required data from the site from the concerned authorities, sample collection
and sample testing, test reports etc. of existing sites
• Adoption of innovative approaches and adaption of proven and appropriate technologies.
Preparation of Detailed Project Report (DPR)

The consultant shall prepare a DPR highlighting the following

a) Detailed layout of STPs, networking etc- on drawings.


b) Report of topographical survey and record of levels/ level charts
c) Detailed report on Geo-technical and hydro-geological investigations, its finding and
results
d) Resources recovery plans- revenue generations viz -a viz expenditure for operation
and maintenance of the project.
e) layout of different units and services; plans, elevations, sections ect
f) Technical parameters covering the followings:
g) Detailed specification of electro-mechanical equipment, machineries structures and
finishes.
h) Bills of quantity duly priced. All estimates shall be prepared on the basis of J&K State
schedule of rates 2012 norms wherever applicable & on the basis of market rates
10 | P a g e

analysis where J&K PWD rates/ J&K State Schedule of rates etc. are not applicable.
These estimate shall be comprehensive and should include all items of DPR. Detailed
analysis of the items not included in J&K PWD rates/ Schedule of rates shall have to
be submitted.
i) Electro-mechanical Drawings, Design calculations for all the components.
j) Detailed technical specification for all the non-scheduled items proposed in the
schemes.
k) Detailed landscaping, arboriculture drawing of the site including getting their approval.
l) Any other drawings, information, details required for completion of DPR, for execution
of works but not mentioned above.
m) Getting approvals of DPR’s (technical vetting) from the concerned authority (to be
decided by UEED)

1.5. Project Financing

1.6 Time and Payment schedule

Payment schedule shall be decided with the successful bidder later on.
11 | P a g e

1.5. Brief description of Bidding Process

1.5.1 J&KUEED shall be entitled to disqualify a Consultant in accordance with the aforesaid conditions at any
stage of the Bidding Process. Consultants must satisfy themselves that they are qualified to bid, and should
give an undertaking to this effect in the form at Annex II of Appendix-I.

1.5.2 In this process, there will not be a separate pre-qualification phase and the interested parties are required to
submit only one Bid for one Project Package. The Bid is to be submitted in two covers, viz.:

Cover 1: Other Submissions & Technical Proposals

Cover 2: Financial Proposal

The evaluation of the Bids would be carried out in two stages. The first stage would involve a test for
responsiveness based on Other Submissions i.e. EMD, cost of tender documents & Technical
Qualification (Cover 1). Those bids found to be responsive would

All Consultants are required to submit the Bid in accordance with the guidelines set forth in this EoI. In
1.5.3 order to
promote consistency among Bids and minimize potential misunderstandings regarding how Consultants’
Bids will
be interpreted by J&KUEED the format in which Consultants will specify the fundamental aspects of their
Bids has been broadly outlined in this EoI
The Bids, submitted by the Consultant, shall be valid for a period of not less than 180 days from the date
1.5.4 specified in Clause 1.4 for submission of bids (the “Bid Due Date”).

1.5.5 The Bidding Documents include the Project Information and Draft Agreement for the Project which is
enclosed. The aforesaid documents and any addenda issued subsequent to this EoI Document will be deemed
to form part of the Bidding Documents.

1.5.6 All bids must be accompanied Technical Bid by Earnest Money Deposit (EMD) of Rs 5 lac
(amount in numeral and words) in the form of CDR/FD/BG only from any Scheduled Bank drawn in
favour of " Chief Engineer J&K UEED" payable at Srinagar in a separate envelope clearly labelled
“Earnest Money “EMD” in Bold refundable no later than 180 (One Hundred and Eighty) days from the
Bid Due Date, except in the case of the Selected Consultant. Tender without EMD shall be summarily
rejected.

The Consultants are required to examine the Project in greater detail, and to carry out, at their cost, such
1.5.7 studies
as may be required for submitting their respective Bids for award of the work including implementation of
the Project.
12 | P a g e

Generally, the Successful Consultant shall be the Selected Consultant. The remaining Consultants shall be
1.5.9 kept in reserve
and may, in accordance with the process specified in Clauses 3.6.8 & 3.6.9 of this EoI, be invited to match
the Bid submitted by the Successful Consultant in case such Successful Consultant withdraws or is not
selected for any reason. In the event that none of the other Consultants match the Bid of the Successful
Consultant, J&KUEED may, in its discretion, invite fresh Bids from the remaining Consultants or annul the
Bidding Process, as the case may be.

1.5.10 Further any other details of the process to be followed at the Bid Stage and the terms thereof are spelt out in
this EoI

1.5.11 Any queries or request for additional information concerning this EoI shall be submitted in writing or by fax
and e-mail in the format given in Appendix to the officer designated in Clause 2.13.2 below. The envelopes/
communications shall clearly bear the following identification/ title:
13 | P a g e

1.6 Schedule of Bidding Process

J&KUEED shall Endeavour to adhere to the following schedule:

1 Officer inviting Bids Chief Engineer J&K UEED

2 Cost of RFP Document Rs. 10000/-

3 Date and time submission 25-05-2019 to 11-06-2019 upto 4:00PM


of bids online
4 Last date to receive queries 30-05-2019 upto 4:30 PM

5 Reply to quarries 02-06-2019

6 Date & Time for within three days from the date of opening of
submission of hard copy financial bid 4:00PM
bids by successful bidder

7 Date, Time and Place of 12-06-2019 at office of the


Opening of Financial Bid Chief Engineer, UEED, Suleiman Shopping
Complex Dalgate, Kashmir (J&K)
190001 Srinagar
14 | P a g e

2. INSTRUCTIONS TO BIDDERS
A. General

2.1. Scope of the Bid

The Consultant may be a single entity or a group of entities (the “Consortium”), coming together to
implement the Project. No Consultant, however, shall submit more than one Bid for one Contract Package.
A Consultant bidding individually or as a member of a Consortium shall not be entitled to submit another
bid either individually or as a member of any Consortium, as the case may be. The term Consultant used
herein would apply to both a single entity and a Consortium ( max 2 members)

Consultant can be a firm / partnership / Pvt Ltd / Ltd. entities

Any condition or criteria or any other stipulation contained in the Bid shall render the Bid liable to
rejection as a non-responsive Bid.

The Bid and all communications in relation to or concerning the Bidding Documents and the Bid shall
be in English language.

The Consultant should submit a Power of Attorney as per the format at Appendix-II, authorizing the
signatory of the Bid to commit the Consultant.

In case the Consultant is a Consortium, the Members thereof should furnish a Power of Attorney in favour
of the Lead Member in the format at Appendix-III*. The Lead Member should submit a Power of
Attorney as per the format at Appendix-II, authorizing the signatory of the Bid. Other Members of
the Consortium need not submit Power of Attorney as per the format at Appendix-II, authorizing the
signatory of the Bid.

The documents including this EoI and all attached documents, provided by J&KUEED are and
shall remain or become, the property of the J&KUEED and are transmitted to the Consultants solely
for the purpose of preparation and the submission of a Bid in accordance herewith. Consultants are to treat
all information as strictly confidential and shall not use it for any purpose other than for preparation
and submission of their Bid. The provisions of this Clause 2.1.8 shall also apply mutatis mutandis to
Bids and all other documents submitted by the Consultants, and J&KUEED will not return to the
Consultants any Bid, document or any information provided along therewith.

This EoI is not transferable.

Eligibility of Consultants

For determining the eligibility of empaneled Consultants, the following shall apply:

A Consultant shall not have a conflict of interest (the “Conflict of Interest”) that affects the Bidding Process.
Any Consultant found to have a Conflict of Interest shall be disqualified. In the event of disqualification,
J&KUEED shall be entitled to forfeit and appropriate the EMD/Performance Security as mutually agreed
genuine pre-estimated loss and damage likely to be suffered and incurred by the Authority J&KUEED and not
by way of penalty for, inter alia, the time, cost and effort of the Authority/ J&KUEED including consideration
of such Consultant’s Bid (the “Damages”), without prejudice to any other right or remedy that may be
available to the Authority J&KUEED under the Bidding Documents and/or the Agreement or otherwise.
15 | P a g e

b) A Consultant shall be liable for disqualification and forfeiture of EMD if any legal, financial or technical
adviser of the Authority J&KUEED in relation to the Project is engaged by the Consultant, its Member or
any Associate thereof, as the case may be, in any manner for matters related to or incidental to the Project.
For the avoidance of doubt, this disqualification shall not apply where such adviser was engaged by the
Consultant, its Member or Associate in the past but its assignment expired or was terminated 2 months prior
to the date of issue of this EoI.
2.2.2.1 Number of members in a consortium shall not exceed 2 (two)

a) subject to the provisions of sub-clause (a) above, the Bid should contain the information required
for each member of the consortium;

b) Members of the Consortium shall nominate one member as the lead member (the “Lead
Member”), who shall have at least 51% (amount in %). The nomination(s) shall be supported by
a Power of Attorney, as per the format prescribed in this EoI, signed by all the other members of
the Consortium;

c) An individual Consultant cannot at the same time be member of a Consortium applying for
selection. Further, a member of a particular Consultant Consortium cannot be member of any
other Consultant Consortium applying for selection;

d) Members of the Consortium shall enter into a binding Joint Bidding Agreement, substantially in
the form specified in this EoI (the “Jt. Bidding Agreement”), for the purpose of submitting the
Bid. The Jt. Bidding Agreement, to be submitted along with the Bid, shall, inter alia.

e. include a statement to the effect that all members of the Consortium shall be liable jointly and
severally for all obligations of the Consultant in relation to the Project until the Close of the
Project is achieved in accordance with the Agreement; and
16 | P a g e

2.2.2. Any entity which has been barred/blacklisted by the Central/ State Government, or any entity
controlled by it, from participating in any project, and the bar subsists as on the date of Bid (even if the
litigation is pending on the same dispute (barred / blacklisted) under the jurisdiction / arbitration/ laws),
would not be eligible to submit a Bid, either individually or as member of a Consortium.

2.2.3. A Consultant including any Consortium Member or Associate should have neither been
barred/blacklisted by the Central/State Government, or any entity controlled by it, from participating in
any project, nor the bar subsists as on the date of Bid (even if the litigation is pending on the same
dispute (barred / blacklisted) under the jurisdiction / arbitration/ laws) for breach by such Consultant,
Consortium Member or Associate.

2.2.4. The following conditions shall be adhered to while submitting a Bid:

a) Consultants should attach clearly marked and referenced continuation sheets in the event that the
space provided in the prescribed forms in the Annexes is insufficient. Alternatively, Consultants may
format the prescribed forms making due provision for incorporation of the requested information;

b) in responding to the selection submissions, Consultants should demonstrate their capabilities in


accordance with Clause 3; and

2.3. Change in composition of the Consortium

2.3.1. Change in the composition of a Consortium will not be permitted during the Bid Process.

2.4. Number of Bids and costs thereof

2.4.1. Consultant can apply for one package only. A Consultant applying individually or as a member of a
Consortium shall not be entitled to submit another bid either individually or as a member of any
Consortium, as the case may be for the same Project Package.

2.4.2. The Consultant shall be responsible for all of the costs associated with the preparation of their Bids and
their participation in the Bid Process. J&KUEED will not be responsible or in any way liable for such
costs, regardless of the conduct or outcome of the Bidding Process.

2.5. Site visit and verification of information Consultant are encouraged to submit their respective bids
after visiting the Project site and Project Area and ascertaining for themselves the site conditions,
location, surroundings, climate, availability of power, water and other utilities for construction, access
to site, handling and storage of materials, weather data, applicable laws and regulations, and any other
matter considered relevant by them.
17 | P a g e

2.6. Acknowledgement by Consultant

2.6.1. It shall be deemed that by submitting the Bid, the Consultant has:

a) made a complete and careful examination of the EoI including any corrigendum or addenda
issued by J&KUEED.

b) received all relevant information requested from J&KUEED

c) accepted the risk of inadequacy, error or mistake in the information provided in the EoI or
furnished by or on behalf of J&KUEED relating to any of the matters referred to in Clause 2.5
above; and

d) Agreed to be bound by the undertakings provided by it under and in terms hereof.

2.6.2. J&KUEED shall not be liable for any omission, mistake or error in respect of any of the above or on
account of any matter or thing arising out of or concerning or relating to the EoI or the Bidding
Process, including any error or mistake therein or in any information or data given by J&KUEED.

2.7. Right to accept or reject any or all Bids

2.7.1. Notwithstanding anything contained in this EoI, J&KUEED reserves the right to accept or reject any
Bid and to annul the Bidding Process and reject all Bids, at any time without any liability or any
obligation for such acceptance, rejection or annulment, and without assigning any reasons there for. In
the event that J&KUEED rejects or annuls all the Bids, it may, in its discretion, invite all eligible
Consultants to submit fresh Bids hereunder.

2.7.2. J&KUEED reserves the right to reject any Bid if:

a) at any time, a material misrepresentation is made or uncovered, or

b) the Consultant does not provide, within the time specified by J&KUEED the supplemental
information sought by J&KUEED for evaluation of the Bid.

c) If the Consultant is a Consortium, then the entire Consortium may be disqualified/rejected. If


such disqualification/rejection occur after the Bids have been opened and the Successful
Consultant gets disqualified/ rejected, then J&KUEED reserves the right to:

(i) invite the remaining Consultants to match the Successful Consultant/ submit their Bids in
accordance with the EoI; or

(ii) take any such measure as may be deemed fit in the sole discretion of J&KUEED including
annulment of the Bidding Process.

2.7.3. J&KUEED reserves the right to verify all statements, information and documents submitted by
the Consultant in response to the EoI. Any such verification or lack of such verification by
J&KUEED shall not relieve the Consultant of its obligations or liabilities hereunder nor will it
affect any rights of the J&KUEED there under.
18 | P a g e

B DOCUMENTS

2.8. Contents of the EoI

The EoI consists of three separate documents as listed below and would include any Addenda issued
in accordance with Clause 2.10.

Volume-1 Request for Proposal

Volume-2 Draft Agreement and Schedules

Volume-3 Project Information Memorandum

2.9. Clarifications

2.9.1. Consultants requiring any clarification on the EoI may notify J&KUEED in writing or by fax and e-
mail in accordance with Clause 1.3.11. They should send in their queries before the date specified in
the schedule of Bidding Process contained in Clause 1.4. J&KUEED shall endeavor to respond to the
queries within the period specified therein,

2.9.2. J&KUEED shall endeavor to respond to the questions raised or clarifications sought by the
Consultants. However, J&KUEED reserves the right not to respond to any question or provide any
clarification, in its sole discretion, and nothing in this Clause 2.9.2 shall be taken or read as compelling
or requiring J&KUEED to respond to any question or to provide any clarification.

2.9.3. J&KUEED may also on its own motion, if deemed necessary, issue interpretations and clarifications to
all Consultants. All clarifications and interpretations issued by J&KUEED shall be deemed to be part
of the EoI. Verbal clarifications and information given by J&KUEED including its employees or
representatives shall not in any way or manner be binding on J&KUEED.

2.10. Amendment of EoI

2.10.1. At any time prior to the deadline for submission of Bid, J&KUEED may, for any reason, whether at its
own initiative or in response to clarifications requested by the Consultant, modify the EoI by the
issuance of Addenda.

2.10.2. Any Addendum thus issued will be uploaded for the information of the bidder and shall part of EoI.

2.10.3. In order to afford the Consultants a reasonable time for taking an Addendum into account, or for any
other reason, J&KUEED may, in its sole discretion, extend the Bid Due Date.

C. PREPARATION AND SUBMISSION OF BID

2.11. Language

The Bid and all related correspondence and documents in relation to the Bidding Process shall be in English
language. Supporting documents and printed literature furnished by the Consultant with the Bid may be in
any other language provided that they are accompanied by translations of all the pertinent passages in the
English language, duly authenticated and certified by the Consultant. Supporting materials, which are
19 | P a g e

not translated into English, may not be considered. For the purpose of interpretation and evaluation of
the Bid, the English language translation shall prevail.

2.12. Format and signing of Bid

2.12.1. The Consultant shall provide all the information sought under this EoI. J&KUEED will evaluate only
those Bids that are received in the required formats and complete in all respects. Incomplete and /or
conditional Bids shall be liable to rejection.

2.12.2. The Consultant shall prepare 1 (one) set of Technical Proposal (cover 1 contains – EMD & Tender Fee
and copies of documents required to be submitted along therewith pursuant to this EoI.

2.13. Sealing and Marking of Bids

2.13.1. The Consultant shall submit the Bid in the format as specified in this EoI together with the relevant
documents in three separate envelopes duly marked as:

“Cover 1 – EMD, tender fee & Technical Proposal”;

“Cover - 2- Financial Proposal”


20 | P a g e

2.14. Bid Due Date

2.14.1. Bids should be submitted before the prescribed Bid Due Date, on line provided in Clause 2.13.2 in the
manner and form as detailed in this EoI.

2.14.2. J&KUEED may, in its sole discretion, extend the Bid Due Date by issuing an Addendum in accordance
with Clause 2.10 uniformly for all Consultants.

2.15. Late Bids

Bids received by J&KUEED after the specified time on the Bid Due Date shall not be eligible for
consideration and shall be summarily rejected.

2.16. Modifications/ substitution/ withdrawal of Bids

2.16.1. The Consultant may modify, substitute or withdraw its Bid only before last date of submission that too
online. No Bid shall be modified, substituted or withdrawn by the Consultant after the Bid Due Date /
time is over..

2.17. Proprietary data

All documents and other information supplied by J&KUEED or submitted by a Consultant to


J&KUEED shall remain or become the property of J&KUEED Consultants are to treat all information
as strictly confidential and shall not use it for any purpose other than for preparation and submission of
their Bid. J&KUEED will not return any Bid or any information provided along therewith.

2.18. Correspondence with the Consultant

Save and except as provided in this EoI, J&KUEED shall not entertain any correspondence with any
Consultant in relation to the acceptance or rejection of any Bid.

3. BID CONTENTS, ELIGIBILITY CRITERIA AND EVALUATION


3.1. Contents of the Bid The Bid should be submitted online in two covers in in a manner as specified in
Clause 2.13:

3.1.1.

3.1.2 Cover 1 EMD, tender fee & Technical Proposal and other submission
21 | P a g e

(i) Letter comprising the Application for Qualification for Bid (Appendix I) along with Annexes

(ii) Power of Attorney for signing the Bid as per the format at Appendix-II;

(iii) In case of Consortium, the Power of Attorney for Lead Member of Consortium as per the format at
Appendix-III;

(iv) Jt. Bidding Agreement, in case of a Consortium, substantially in the format at Appendix-IV;

(v) Anti- Collusion Certificate as per the format at Appendix V

(vi) GST registration

(vii) PAN CARD


Technical Capacity of the Consultant in the prescribed format (Appendix-VI) with certificates from
(viii) client

(ix) Financial Capacity of the Consultant in the prescribed format (Appendix-VII); and

(x) Pan Card & GST

3.1.3 Cover 2: “Financial Proposals” The Financial Proposal shall consist of rate quoted by the Consultant in
the predefined format (Annexure - ) herein referred to as “Tipping Fee”.

3.2. Eligibility Criteria

To be eligible for opening of Bid, a Consultant shall fulfill the eligibility as per point 3.6.5 i:

The Consultants are required to submit the proof of Experience in the form of Completion Certificate
from clients/ contracts, client certificate or completion certificates for the above. The Proof furnished
by the Consultant should clearly state the scope of work undertaken by the Consultant/ its Consortium
member and the associated details.

A. Financial Capacity: The Consultant (either individually or as a Consortium) shall have an average annual
minimum Turnover (the “Financial Capacity”) of Rs. 1 Crore in last 3 FY. CA certificate to be enclosed
as proof.

3.3. Technical Evaluation of Proposal

3.3.1. The Consultant (either individually or along with the members of the Consortium) may quote
experience in respect of a particular Eligible Project under more than one category, if it has played
multiple roles in the cited project.
The technical evaluation shall be done on pass/fail basis. Only those Consultants, who meet the
3.3.2. Technical Capacity and Financial Capacity requirement, would be eligible for opening of Financial
Proposal.

In case of a Consortium, the combined Technical Capacity / Financial capacities will be considered

3.6. Opening and Evaluation of Bids

3.6.1. J&KUEED shall open the Bids at on the Bid Due Date, or any other convenient date at the place
specified in Clause 2.13.2 and in the presence of the Consultants who choose to attend.
22 | P a g e

3.6.2. Bids for which a notice of withdrawal has been submitted in accordance with Clause 2.16 shall not be
opened.

3.6.3. The Bids received would be subject to a prima-facie check for responsiveness followed by a step- wise
evaluation procedure.

3.6.4.

3.6.5.
23 | P a g e

Cover 2 Financial Proposal

The Consultant will have to offer the rate in terms of Percentage.

3.6.6. In the event that the Successful Consultant withdraws or is not selected for any reason in the first
instance (the “first round”), J&KUEED may invite the second lowest Consultant to revalidate or
3
extend its respective EMD, as necessary, and match the Bid of the aforesaid Successful Consultant
(the “second round ”).

3.6.7. In the event that the second lowest Consultant do not offer to match the Successful Consultant in the
second round as specified in Clause 3.6.6, J&KUEED may, in its discretion, invite Bid (the “third
round”) from the third lowest Consultant, or annul the Bidding Process, as the case may be.

3.7. Other Conditions:

3.7.1. Consultants are advised that selection of Consultants will be entirely at the discretion of J&KUEED
Consultants will be deemed to have understood and agreed that no explanation or justification on any
aspect of the Bidding Process or selection will be given.

3.7.2. Any information contained in the Bid shall not in any way be construed as binding on J&KUEED its
agents, successors or assigns, but shall be binding against the Consultant if the Project is subsequently
awarded to it on the basis of such information.

3.7.3. J&KUEED reserves the right not to proceed with the Bidding Process at any time without notice or
liability and to reject any or all Bid(s) without assigning any reasons.

3.7.4. If any information furnished by the Consultant is found to be incomplete, or contained in formats other
than those specified herein, J&KUEED may, in its sole discretion, exclude the relevant project from
the evaluation/ score of the Consultant.

3.8. Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the selection
shall not be disclosed to any person who is not officially concerned with the process or is not a retained
professional advisor advising J&KUEED `in relation to, or matters arising out of, or concerning the
Bidding Process. J&KUEED will treat all information, submitted as part of Bid, in confidence and will
require all those who have access to such material to treat the same in confidence. J&KUEED may not
divulge any such information unless it is directed to do so by any statutory entity that has the power
under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity
and/ or J&KUEED or as may be required by law or in connection with any legal process.

3.9. Clarifications

3.9.1. To facilitate evaluation of Bids, J&KUEED may, at its sole discretion, seek clarifications from any
Consultant regarding its Bid. Such clarification(s) shall be provided within the time specified by
J&KUEED for this purpose. Any request for clarification(s) and all clarification(s) in response thereto
shall be in writing.
24 | P a g e

3.9.2. If the Consultant does not provide clarifications sought under Clause 3.9.1 above within the prescribed
time, its Bid shall be liable to be rejected. In case the Bid is not rejected, J&KUEED may proceed to
evaluate the Bid by construing the particulars requiring clarification to the best of its understanding,
and the Consultant shall be barred from subsequently questioning such interpretation of J&KUEED.

4. Period of Agreement
Initially period of Agreement will be 3 year. If J&KUEED is satisfied with the working of the
Consultant, it would be renewed for further next year up to maximum 2 years.

5. FRAUD AND CORRUPT PRACTICES

5.1 The Consultants and their respective officers, employees, agents and advisers shall observe the highest
standards of ethics during the Bidding Process. Notwithstanding anything to the contrary contained herein,
UEED may reject any Bid without being liable in any manner whatsoever to the Consultant if it
determines:
That the Consultant has, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding Process.

6.1.

Reply to quarries
.

6.2
The Consultant should send in their queries in the following format:

Sl. EoI Document Existing Clarification Suggested Rationale


6.3 No.the course
During Page No.
of Pre-Bid Provision
conference, required
the Consultants change
will be free to seek clarifications and make suggestions f
25 | P a g e

7. PENALTY CLAUSE
If the work of successful Consultant is not found satisfactory then the J&KUEED
7.1 can deduct a minimum
of 10% of the bill value provided by the selected agency or as much as found
justified
8. ARBITRATION
All the disputes regarding the non-performance of the duties of the selected Consultant will be settled
in J&K and the decision of the arbitrator regarding the disputes will be final and acceptable to both the
parties.

9. MISCELLANEOUS

9.1. The Bidding Process shall be governed by, and construed in accordance with, the laws of J&K and the
Courts at J&K shall have exclusive jurisdiction over all disputes arising under, pursuant to and/ or in
connection with the Bidding Process.
26 | P a g e

VOLUME-I B
FORMS/FORMAT OF PROPOSAL SUBMISSION
27 | P a g e

Cover -1
28 | P a g e

APPENDIX I

Letter Comprising the Application for Qualification of Bid


(Refer Clause
2.13.2)

Dated:

To,
J&KUEED,
_______

Sub: Application for Qualification of Bid for Selection of Consultant for Preparation of DPR
for sewerage projects under J&KUEED
Dear Sir,
4
1. With reference to your EoI document dated ……….. , I/we, having examined the EoI document and
understood its contents, hereby submit my/our Application for Qualification for the aforesaid project.
The Application is unconditional and unqualified.
2. I/ We certify that all information provided in the Bid is true and correct; nothing has been omitted
which renders such information misleading; and all documents accompanying such Bid are notarized
true copies of their respective originals.
3. This statement is made for the express purpose of qualifying as a Consultant for the aforesaid Project.
4. I/We shall make available to the J&KUEED any additional information it may find necessary or
require to supplement or authenticate the Qualification statement.
5. I/We acknowledge the right of the J&KUEED to reject our Bid without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge
the same on any account whatsoever.
6. I/We certify that in the last three years, we/any of the Consortium Members or our/their Associates
have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral
or judicial authority or a judicial pronouncement or arbitration award, nor been expelled from any
project or contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
7. I/ We declare that:
a. I/ We have examined and have no reservations to the EoI document, including any Addendum
issued by the Authority;
29 | P a g e

b. I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in Clause 4.1 of the EoI document, in respect of any tender or request for proposal issued
by or any agreement entered into with the Authority or any other public sector enterprise or any
government, Central or State; and

4
All blank spaces shall be suitably filled up by the Applicant to reflect the particulars relating to such Applicant

c. I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions of Section

4 of the EoI document, no person acting for us or on our behalf has engaged or will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

8. I/We understand that you may cancel the Bidding Process at any time and that you are neither bound
to accept any Bid that you may receive nor to invite the Consultants to Bid for the Project, without
incurring any liability to the Consultants, in accordance with Clause 2.17 of the EoI document.
9. I/We believe that we/ our Consortium/ proposed Consortium satisfy(s) the Net Worth criteria and
meet(s) all the requirements as specified in the EoI document and are/ is qualified to submit a Bid.

10. I/We declare that we/ any Member of the Consortium, or our/ its Associates are not a Member of a/
any other Consortium applying for Qualification of Bid.

11. I/We further certify that in regard to matters relating to security and integrity of the country, we/any
Member of the Consortium or any of our/their Associates have not been charge-sheeted by any
agency of the Government or convicted by a Court of Law.

12. I/We undertake that in case due to any change in facts or circumstances during the Bidding Process,
we are attracted by the provisions of disqualification in terms of the provisions of this EoI; we shall
intimate the Authority of the same immediately.
13. The Statement of Legal Capacity as per format provided at Annex-II in Appendix-I of the EoI
document, and duly signed, is enclosed. The power of attorney for signing of application and the
power of attorney for Lead Member of consortium, as per format provided at Appendix II and III
respectively of the EoI, are also enclosed.

14. I/We understand that the selected Consultant shall either be an existing Company incorporated under
the Indian Companies Act, 1956, or shall incorporate as such prior to execution of the Agreement.

15. In the event of my/our being declared as the Selected Consultant, I/we agree to enter into an
Agreement in accordance with the draft that has been provided to me/us prior to the Bid Due Date.
We agree not to seek any changes in the aforesaid draft and agree to abide by the same.
16. I/We have studied all the Bidding Documents carefully and also surveyed the Site. We understand that

except to the extent as expressly set-forth in the Agreement, we shall have no claim, right or title
arising out of any documents or information provided to us by Authority or in respect of any matter
arising out of or relating to the Bidding Process including the award of Project.
17. I/We offer an EMD of Rs. ________ (Rupees ____________ only) to J&KUEED in accordance with
the EoI Document.
30 | P a g e

18. The EMD in the form of FDR is attached.

19. I/We agree and understand that the Bid is subject to the provisions of the Bidding Documents. In no
case, I/We shall have any claim or right of whatsoever nature if the Project is not awarded to me/us
our Bid is not opened or rejected.
20. I/We shall keep this offer valid for -------------------- (no in days) days from the Bid Due Date specified
in the EoI.

21. I/ We agree and undertake to abide by all the terms and conditions of the EoI document.

Application for Qualification of Bid for Selection of Consultant for Preparation of DPR for
sewerage projects under J&KUEED

22. I/ We certify that in terms of the EoI, my/our Turn Over is Rs. (Rs. in words).

23. {We agree and undertake to be jointly and severally liable for all the obligations of the Consultant
6
under the Agreement till occurrence of Financial Close in accordance with the Agreement.}
In witness thereof, I/ we submit this application under and in accordance with the terms of the EoI
document.

Yours faithfully,

Date: (Signature, name and designation of the Authorized


Signatory)

Place: Name and seal of the Consultant/ Lead Member


31 | P a g e

ANNEX-I
Details of Consultant
1. Name and incorporation

(a) Name:

(b) Country of incorporation:

(c) Address of the corporate headquarters and its branch office(s), if any, in India:

(d) Date of incorporation and/ or commencement of business:

2. Brief description of the Company including details of its main lines of business and proposed role and
responsibilities in this Project:
3. Details of individual(s) who will serve as the point of contact/ communication for the Authority:

(a) Name:

(b) Designation:

(c) Company:

(d) Address:

(e) Telephone Number:

(f) E-Mail Address:

(g) Fax Number:

4. Particulars of the Authorized Signatory of the Consultant:

(a) Name:

(b) Designation:

(c) Address:

(d) Phone Number:

(e) Fax Number:

5. In case of a Consortium:

(a) The information above (1-4) should be provided for all the Members of the Consortium.

(b) A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.2.2.1 should be attached to the Bid.

(c) Information regarding the role of each Member should be provided as per table below:
32 | P a g e

Name of Member Role {Refer Clause Percentage of equity in the


2.2.2} Consortium {Refer Clauses 2.2.2}

(d) The following information shall also be provided for each Member of the Consortium:

Name of Consultant/ member of Consortium:

Criteria Yes No

1. Has the Consultant/ constituent of the Consortium been barred by the


Central/ State Government, or any entity controlled by it, from
participating in any project (?

2. If the answer to 1 is yes, does the bar subsist as on the date of Bid?
33 | P a g e

ANNEX-II
(Appendix I)
Statement of Legal Capacity

(To be forwarded on the letterhead of the Consultant/ Lead Member of Consortium)

Ref. Date:

To,

J&K UEED ,

_______.

Dear Sir,

We hereby confirm that we/ our members in the Consortium (constitution of which has been described in the
application) satisfy the terms and conditions laid out in the EoI document.
We have agreed that …………………… (Insert member’s name) will act as the Lead Member of our consortium.*

We have agreed that ………………….. (Insert individual’s name) will act as our representative/ will act as the
representative of the consortium on its behalf* and has been duly authorized to submit the EoI. Further, the
authorized signatory is vested with requisite powers to furnish such letter and authenticate the same.
Thanking you,

Yours faithfully,

(Signature, name and designation of the authorized signatory)

For and on behalf of……………………………..


*Please strike out whichever is not applicable.
34 | P a g e

APPENDIX II
Power of Attorney for signing of Bid
Know all men by these presents, we…………………………………………….. (Name of the firm and address
of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize Mr/ Ms (name),
…………………… son/daughter/wife of ……………………………… and presently residing at
…………………., who is presently employed with us/ the Lead Member of our Consortium and holding the
position of
……………………………. , as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in
our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to
submission of our application for qualification and submission of our bid for the <insert name of project> (the “Project”)
proposed or being developed by the J&KUEED (the “Authority”) including but not limited to signing and submission of all
applications, bids and other documents and writings, participate in Pre-Applications and other conferences and providing
information/ responses to the Authority representing us in all matters before the Authority, signing and execution of all
contracts including the Agreement and undertakings consequent to acceptance of our bid, and generally dealing with the
Authority in all matters in connection with or relating to or arising out of our bid for the said Project and/ or upon award
thereof to us and/or till the entering into of the Agreement.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done or caused to
be done by our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and that all
acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred shall and shall always be
deemed to have been done by us.

IN WITNESS WHEREOF WE, …………………………., THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS
POWER OF ATTORNEY ON THIS ……… DAY OF …………. 20…....
For.................................................
Signature, name, designation and address)
Witnesses:

1.
(Notarized)

2.

Accepted

…………………………… (Signature)

(Name, Title and Address of the Attorney)


Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid down
by the applicable law and the charter documents of the executant(s) and when it is so required, the same
should be under common seal affixed in accordance with the required procedure.
• Wherever required, the Consultant should submit for verification the extract of the charter documents
and documents such as a board or shareholders’ resolution/ power of attorney in favour of the person
executing this Power of Attorney for the delegation of power hereunder on behalf of the Consultant.
35 | P a g e

APPENDIX III

Power of Attorney for Lead Member of Consortium

Whereas the J&K UEED (“the Authority”) has invited applications from interested parties for
[<________insert name of the project>] (the “Project”).

Whereas, and …………………….. (Collectively the “Consortium”) being Members of the Consortium are
interested in bidding for the Project in accordance with the terms and conditions of the Request for Proposal
document (EoI), Request for Proposal (EoI) and other connected documents in respect of the Project, and

Whereas, it is necessary for the Members of the Consortium to designate one of them as the Lead Member with
all necessary power and authority to do for and on behalf of the Consortium, all acts, deeds and things as may
be necessary in connection with the Consortium’s bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS We, ……………………..having our registered
office at …………………….., and M/s. …………………….. having our registered office at ……………………..,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute, appoint
and authorize M/S …………………….. having its registered office at …………………….., being one of
the Members of the Consortium, as the Lead Member and true and lawful attorney of the Consortium (hereinafter
referred to as the “Attorney”). We hereby irrevocably authorize the Attorney (with power to sub-delegate) to
conduct all business for and on behalf of the Consortium and any one of us during the bidding process and, in the
event the Consortium is awarded the /contract, during the execution of the Project and in this regard, to do on our
behalf and on behalf of the Consortium, all or any of such acts, deeds or things as are necessary or required or
incidental to the qualification of the Consortium and submission of its bid for the Project, including but not limited
to signing and submission of all applications, bids and other documents and writings, participate in Consultants
and other conferences, respond to queries, submit information/ documents, sign and execute contracts and
undertakings consequent to acceptance of the bid of the Consortium and generally to represent the Consortium in
all its dealings with the Authority, and/ or any other Government Agency or any person, in all matters in
connection with or relating to or arising out of the Consortium’s bid for the Project and/ or upon award thereof till
the Agreement is entered into with the Authority.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by
this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers
hereby conferred shall and shall always be deemed to have been done by us/ Consortium.
36 | P a g e

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS POWER OF
ATTORNEY ON THIS …………………. DAY OF ………. 2..…
For …………………….
(Signature)…………………….
(Name & Title)

For ……………………..
(Signature)……………………..
(Name & Title)

Witnesses:

1.

2.

(Executants)

(To be executed by all the Members of the Consortium)

Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid
down by the applicable law and the charter documents of the executant(s) and when it is so required, the
same should be under common seal affixed in accordance with the required procedure.

• Also, wherever required, the Consultant should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in favour of
the person executing this Power of Attorney for the delegation of power hereunder on behalf of the
Consultant.
37 | P a g e

APPENDIX IV
Joint Bidding Agreement

(To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 20…

AMONGST
1. {………… Limited, a company incorporated under the Companies Act, 1956} and having its registered
office at ………… (Hereinafter referred to as the “First Part” which expression shall, unless repugnant to the
context include its successors and permitted assigns)

AND
2. {………… Limited, a company incorporated under the Companies Act, 1956} and having its registered
office at ………… (Hereinafter referred to as the “Second Part” which expression shall, unless repugnant to the
context include its successors and permitted assigns)

The above mentioned parties of the FIRST and SECOND PART are collectively referred to as the “Parties”
and each is individually referred to as a “Party”
WHEREAS,
J&KUEED (______represented by its Chief Engineer, having its registered office at Dalgate Srinagar (hereinafter
referred to as the “Authority” which expression shall, unless repugnant to the context or meaning thereof, include its
administrators, successors and assigns) intends to carry out Selection of Consultant for preparation of Detailed
Project Reports for Srinagar and Jammu Cities and major towns
has invited applications (the Bids”) by its Expression of Interest No. ………… dated
………… (the “EoI”) for qualification and short-listing of Consultants
for [< insert name of project.] _______ (the “Project”).
(A) The Parties are interested in jointly bidding for the Project as members of a Consortium and in accordance
with the terms and conditions of the EoI document and other bid documents in respect of the Project, and
(B) It is a necessary condition under the EoI document that the members of the Consortium shall enter into a
Joint Bidding Agreement and furnish a copy thereof with the Bid.
NOW IT IS HEREBY AGREED as follows:
1 Definitions and Interpretations
In this Agreement, the capitalized terms shall, unless the context otherwise requires, have the meaning
ascribed thereto under the EoI.
2 Consortium

2.1 The Parties do hereby irrevocably constitute a consortium (the “Consortium”) for the purposes of jointly

participating in the Bidding Process for the Project.


38 | P a g e

The Parties hereby undertake to participate in the Bidding Process only through this Consortium and not
individually and/or through any other consortium constituted for this Project, either directly or indirectly or
through any of their Associates.
3 Covenants
The Parties hereby undertake that in the event the Consortium is declared the selected Consultant and
awarded the Project, it shall enter into an Agreement with the Authority and for performing all its
obligations as the Consultant in terms of the Agreement for the Project.
4 Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) The Lead member of the Consortium shall have the power of attorney from all Parties for conducting
all business for and on behalf of the Consortium during the Bidding Process and until the Appointed
Date under the Agreement when all the obligations shall become effective.
5 Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all obligations and liabilities
relating to the Project and in accordance with the terms of the EoI, EoI and the Agreement, till such
time as the Financial Close for the Project is achieved under and in accordance with the Agreement.
6 Shareholding in the Consortium
6.1 The Parties agree that the proportion of shareholding among the Parties shall be as follows:
First Party (Lead Member): ___%
Second Party: ___%
6.2 The Parties undertake that they shall comply with all equity lock-in requirements set forth in the
Agreement.
7 Representation of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organized, validly existing and in good standing under the laws of its incorporation
and has all requisite power and authority to enter into this Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has been authorized by all
necessary and appropriate corporate or governmental action and a copy of the extract of the charter
documents and board resolution/power of attorney in favour of the person executing this Agreement for
the delegation of power and authority to execute this Agreement on behalf of the Consortium Member
is annexed to this Agreement.
(c) This Agreement is the legal and binding obligation of such Party, enforceable in accordance with its
terms against it.
8 Termination
This Jt. Bidding Agreement shall be effective from the date hereof and shall continue in full force and
effect and in accordance with the Agreement, in case the Project is awarded to the Consortium.
However, in case the Consortium is either not pre-qualified for the Project or does not get selected for
award of the Project, the Jt. Bidding Agreement will stand terminated in case the Consultant is not pre-
qualified or upon return of the EMD by the Authority to the Consultant, as the case may be.
39 | P a g e

9 Miscellaneous
9.1 This Joint Bidding Agreement shall be governed by laws of {J&K}.

9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the Parties without
the prior written consent of the Authority.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND DELIVERED
THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED


For and on behalf of For and on behalf of

LEAD MEMBER by: SECOND PART:


(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)

Notes:-
1. The mode of the execution of the Joint Bidding Agreement should be in accordance with the procedure, if
any, laid down by the Applicable Law and the charter documents of the executants(s) and when it is so
required, the same should be under common seal affixed in accordance with the required procedure.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and documents
such as resolution / power of attorney in favour of the person executing this Agreement for the delegation of
power and authority to execute this Agreement on behalf of the Consortium Member.
40 | P a g e

APPENDIX VI

Anti-Collusion Certificate

(To be forwarded on the letterhead of the Single Entity Consultant/ Lead Member of Consortium)

Ref. Date:

To,

J&K UEED _______.

Dear Sir,

We hereby certify and confirm that in the preparation and submission of this Proposal, we have not acted in
concert or in collusion with any other Consultant or other person(s) and also not done any act, deed or thing
which is or could be regarded as anti-competitive.

We further confirm that we have not offered nor will offer any illegal gratification in cash
or kind to any person or agency in connection with this Proposal.

Date this……….Day of ………..

Name of the Consultant

Thanking you,

Yours faithfully,

(Signature, name and designation of the Authorized Signatory)

For and on behalf of…… [Single Entity Consultant/ Lead


Member]..
41 | P a g e

Appendix VII
Details of Eligible Projects
(Refer to Clauses 2.2.2(A), 3.2 of the EoI)

Project Code: Member Code:

Item Particulars of the Project

Title & nature of the project

Entity for which the project was developed

Location

Tonnage / day

Area covered in the Project

Population Covered in the Project

Manpower deployed in the Project

Date of commencement of project

Date of completion

Equity shareholding (with period during which


equity was held)

Instructions:
1. Consultants are expected to provide information in respect of Eligible Projects in this Annex. The
projects cited must comply with the eligibility criteria specified in Clause 3.2 of the EoI, as the case
may be. Information provided in this section is intended to serve as a backup for information provided
in the Bid. Consultants should also refer to the instructions below.
2. For a Bidding Company, the Project Codes would be a, b, c, d etc. In case the Consultant is a
Consortium, then for Member 1, the Project Codes would be 1a, 1b, 1c, 1d etc., for Member 2 the
Project Codes shall be 2a, 2b, 2c, 2d etc., and so on.
3. A separate sheet should be filled for each Eligible Project.
Member code shall indicate NA for Not Applicable in case the Consultant is a Bidding Company. For other
Members, the following abbreviations are suggested viz. LM means Lead Member and OM means Other
Member.
42 | P a g e

5. Particulars such as name, address and contact details of owner/authority/agency (i.e. concession grantor,
counter party, etc.) should be provided.
6. The date of commissioning of the project should be indicated.
7. The date of completion of the project should be indicated.
8. The equity shareholding of the Consultant, in the company owning the Eligible Project, held
continuously during the period for which eligible experience is claimed, needs to be given (Refer
Clause 3.2).
9. Experience for any activity relating to an Eligible Project shall not be claimed by 2 (two) or more
Members. In other words, no double counting by a Consortium in respect of the same experience shall
be permitted in any manner whatsoever.
$
10. Certificate from the client or the Consultant’s statutory auditor must be furnished as per format below
for each Eligible Project in addition to the certificate from the client. In jurisdictions that do not have
statutory auditors, the auditors who audit the annual accounts of the Bidding Company/Member may
provide the requisite certification.
11. Certificate from the statutory auditor regarding Eligible Projects shall be in the following format.
$
Certificate from the statutory auditor regarding Eligible Projects
Based on its books of accounts and other published information authenticated by it, this is to certify that
…………………….. (name of the Bidding Company/Member) is/was an equity shareholder in
……………….. (title of the project company) and holds/held Rs. ……… cr. (Rupees
………………………….. crore) of equity (which constitutes ……..% of the total paid up and
¥
subscribed equity capital) of the project company from …………... (date) to …………….. (date) .
The project was commissioned on ……………. (date of commissioning of the project) and completed on
…………. (date of completion of the project).

Name of the audit firm:


Seal of the audit firm: (Signature, name and designation of the Authorized
Signatory)
Date:
12. Client work order/completion certificate may also be attached.
13. It may be noted that in the absence of any detail in the above certificates, the information would be
considered inadequate and could lead to exclusion of the relevant project in computation of Experience.

$ In case duly certified audited annual financial statements containing the requisite details are provided, a separate certification by
statutory auditors would not be necessary.
¥ In this case the project is owned by the Bidding company, this language may be suitably modified to read: “It is certified that …………
(Name of the Consultant) developed and/ or owned the ………….. (Name of the project) from ………. (Date) to ………….. (Date).”
43 | P a g e

Appendix VIII

Financial Capacity of the Consultant


(In Rs. crore$)
Certificate from CA
44 | P a g e

Cover 2
45 | P a g e

APPENDIX-X

LETTER COMPRISING THE FINANCIAL BID

Date:

To,
,

_______.

Sub:-
Dear Sir,
With reference to your EoI document dated ******. I/we, having examined the Bidding Documents and
understood their contents, I/We hereby submit our Bid and quote the following Fee Rate for undertaking the
aforesaid Project in accordance with the Bidding Documents.
Project Name % Fee Rate

In figures In words

Preparation of DPR for various


sewerage schemes under J&K
UEED

Note:
Fees Rate is inclusive of all taxes but excluding Service Tax

Yours faithfully

(Signature, name and designation of the Authorized signatory)

Name and seal of Consultants/Lead


Member

Date: Place:
46 | P a g e

Annexure 1

SEWERAGE SCHEME FOR LEFT OUT AREAS OF ZONE 3 OF SRINAGAR CITY


For the ease of planning Srinagar City is divided in three zones from Sewerage
point of view.
Zone-I: Areas on right side of River Jehlum from Batwara Sonwar to Amira-Kadal, areas on left
side of River Jehlum viz Raj-Bagh, Goggi-Bagh, Sari-Bal, Hazuri-Bagh, Jawahar-Nagar,
Rambagh area on both side of flood channel, areas on both side of National High Way bye-
pass for Lasjan to Tengpora Bridge.
Zone-II: Areas on left side of River Jehlum from exhibition to Shaltang, Parimpora-HMT junction,
viz Shaheedgung, Karan-Nagar, Batmaloo, Bemina, Tengpora, Primpora etc.
Zone-III: Areas on right side of River Jehlum from Dalgate to Noor-Bagh, Dalgate to Ahmad Nagar
viz Dalgate, Nowpora, Munawarabad, Habba-Kadal, Khanyar, Nowhatta, Hawal, Soura, Lal-
Bazar, and Peripheral areas of Dal lake etc.
Present Scenario: So-far some works has been done in Zone-III only and no work has been
done in Zone-I & II of Srinagar City.
Zone I &II A comprehensive project report has been framed to cover the areas in these two zones.
The DPR is technically vetted by CPHEEO GoI for an amount of Rs. 969.00 Cr and is with
NITI AYOUG for funding.
Zone III Agencies entrusted with execution of various Sewerage Schemes in zone III of Srinagar.

UEED: Areas falling in Zone-III under two Pilot Sewerage Schemes of Brari-Numbal and
Khushalsar are under progress. Besides, six mini schemes are also in progress.

NBCC: Some of the areas of Zone-III have been taken-up under JnNURM/AMRUT / other fundings
by NBCC Ltd.

LAWDA: The Peripheral area of Dal-lake has been taken up by LAWDA under Dal Conservation /
other state plans.
Status of existing sewerage schemes under execution in Zone-III of Srinagar City
Presently 9 No. sewerage schemes are in progress. These schemes are in progress since
1985 and except one scheme, all other schemes are in progress. Therefore, there is a need
to formulate a comprehensive sewerage scheme for Zone-III, to cover all the areas, so that
this zone which forms 1/3rd of the total area of Srinagar City is taken-up in a well-planned
and time bound manner.
To achieve this land mark, it is proposed to engage a consultancy for Survey work and
formulation of a comprehensive DPR for all the uncovered areas of Zone-III including
Peripheral area of Dal-lake. The uncovered area is proposed to be divided into following
sub-zones viz.
1. Brari-Numbal sub-Zone
2. Khushalsar sub-Zone
3. Peripheral area of Dal-lake sub-zone

The project aims for effective management of sewage which other-wise finds its
way directly into the water bodies. It is intended to improve and preserve the water
bodies besides improving the quality of water and environmental conditions of the
City in ground and fulfilling dream of SWACH BHARAT.
All the households under the project areas are proposed to be connected with the
sewerage system which shall improve the living standards of people and also help
47 | P a g e

them economically by spending minimal for the disposal of their domestic sewage
on scientific basis.
After completion of the scheme Zone-III of Srinagar city shall be fully covered with
effective sewage disposal and treatment system.
48 | P a g e

SEWERAGE SCHEME FOR MAJOR TOWNS OF KASHMIR & JAMMU


DIVISIONS
<><><>
To provide effective management of sewage generated which otherwise finds its way
directs into the water bodies it is proposed to provide proper treatment facility before
its discharge into the water bodies. It is proposed to cover all major towns in the first
instance.
SCOPE OF WORK FOR LEFT OUT AREAS OF ZONE-III OF SRINAGAR CITY (DESIGN YEAR 2050)
S. Name of STP Network Pumping House Remarks
No Scheme Up- New Trunk SS / Up- station connections
gradation sewer lateral gradation
1. Sewerage -- 20 22 Km 56 Km -- 4 No. 48000 No’s. The scheme shall
Scheme MLD cover all the areas
for which are not
Khushalsar covered under
Sub-zone. ongoing schemes
of Khushalsar and
project area of
NBCC Ltd.
2. Sewerage 17.08 18 3 Km 5 Km 28 Km 3 No. 24000 No’s. The scheme shall
Scheme MLD MLD cover all the area
for Brari- which are not coved
Numbal under various
Sub-zone ongoing schemes so-
far. The scheme shall
also cover the up-
gradation of existing
sewerage scheme of
Brari-Numbal for the
Design year of 2050.
3 sewerage 36.72 30.00 the scheme shall
scheme MLD MLD cover all the
Peripheral uncovered areas of
areas of Peripheral areas of
Dal Lake Dal lake Shalimar
Sub-Zone Harwan, Harpora,
Shalimar Guptganga
Laam, Hazratbal
Habbak etc
49 | P a g e

SCOPE OF WORK FOR LEFT OUT AREAS OF Division A, B & C OF Jammu CITY (DESIGN YEAR
2050)
S. Name of STP Network Pumping House Remarks
No Scheme Up- New Trunk SS / Up- station connections
gradation sewer lateral gradation
1. Sewerage -- The scheme shall
Scheme cover all the LEFT
for OUT areas which
Division are not covered
A,B&C under ongoing
Sub-zone. schemes
50 | P a g e

SCOPE OF WORK FOR


SEWERAGE SCHEMES OF MAJOR TOWNS OF KASHMIR VALLEY
S.No Name of Town Estimated STP Pump Trunk Lateral House
cost (MLD) Station Sewer sewer connection
(No.) (KM) (KM) (No.)
1. Budgam 104.45 6 3 9 36 8600

2. Ganderbal 92.68 5 3 8 32 7600

3. Anantnag Zone 186.38 35 3 10.92 58.82 25000


2nd & 3rd.
4. Bejbehara 61.50 4 2 5 25 4700

5. Achabal 32.50 7 1 1.5 3.5 4400

6. Qazigund 19.05 4 2 1.5 4.5 3900

7. Kulgam 78.15 4 3 6 24 6000

8. Pulwama 100.70 5 3 8 32 6300

9. Pampore 113.30 9 2 14 56 13500

10. Sopore 170.00 18 2 24 48 26500

11. Pattan 47.10 8 1 5 35 3400

12. Sumbal 28.30 4 3 3.20 7 5500

13. Hajan 20.20 3 2 2 5 5100

14. Bandipora 36.55 10 3 2.5 7.5 7700

Total 1090.86

(Page...5)
51 | P a g e

ANNEXURE “3”

GENERAL ABSTRACT OF COST AND COMPONENTS OF SEWERAGE SCHEMES FOR MAJOR


TOWNS OF JAMMU DIVISION
(Rs. in Crores)
S. No Name of town Estimated STP (MLD) Pump Trunk Lateral Sewers House
cost Station Sewer (KM) Connection
(No) (KM) (No)
1 Billawar Town 50.80 400 MLD - 17Km 60KM 12000

2 Vijay Pur & Ramgarh 52.00 3.5 MLD 2 3KM 28KM 6260

Town

3 Samba Town 67.00 6 MLD - 9KM 54KM 5200

4 Ramban Town 143.53 10.35MLD 2 15KM 76KM 24500

5 Doda Town 85.00 6 MLD 1 7 KM 50 KM 10500

6 Rajouri Town 86.50 7.5MLD 1 10KM 54KM 13500

7 Akhnoor Town 70.00 5.50MLD 2 8KM 33KM 9500

8 Bishnah Town 37.75 3.00MLD 1 4KM 18KM 4920

9 Kishtwar Town 68.00 5.00MLD 2 4KM 28KM 7800

10 Pounch Town 82.75 7.00MLD 2 10KM 58KM 12300

11 Reasi Town 78.00 5.00 MLD 2 5 KM 25KM 8700

12 Bhaderwah Town 76.00 5.50 MLD 2 6 KM 42KM 8200

13 Ram Nagar Town 69.00 5.00 MLD 2 4 KM 38KM 70000

14 Kathua Town 157.00 23.00 MLD - 15 KM 65KM 19500

Total :

Das könnte Ihnen auch gefallen