Invitation for Bids

Date: 5 July 2019 Loan No. 3718-IND Urban Flagship Investment Program – Tranche 1 and Title: TNUFIP/RPM/02: Design and Construction of Sewage Treatment Plant of capacity 21.85 MLD with treated effluent disposal using 800 mm RCC pipe Contract No. for a length of 1400 m for UGSS to Rajapalayam Municipality in and Title: District on design-build-operate (DBO) basis with modern technologies Under AMRUT-Phase III Deadline for Submission of Extended to 4 September 2019; 15:00 hours (IST) Bids:

1. The Government of has applied for a loan from the Asian Development Bank (ADB) towards the cost of Tamil Nadu Urban Flagship Investment Programme (TNUFIP) – Tranche 1 and it is intended that part of this loan will be used for payments under the contract named above. Bidding is open to Bidders from eligible source countries of ADB.

2. The Chief Engineer, TWAD Board, (“the Employer”) invites sealed bids from eligible Bidders for Design and Construction of Sewage Treatment Plant of capacity 21.85 MLD with treated effluent disposal using 800 mm RCC pipe for a length of 1400 m for UGSS to Rajapalayam Municipality in on DBO basis with modern technologies Under AMRUT-Phase III (“the Works”).

Period of completion is 24 months including six (6) months trial run and commissioning, followed by 10 years of operation and maintenance.

3. International Competitive Bidding will be conducted in accordance with ADB’s Single- Stage: Two-Envelope procedure and is open to all Bidders from eligible source countries as described in the Bidding Document.

4. Only eligible Bidders with the following key qualifications should participate in this bidding:

• Minimum average annual construction turnover of INR 202,500,000/- calculated as total certified received payments for contracts completed, within the last three (3) years • Financial resources, less its financial obligations for its current contract commitments defined, meet or exceed the total requirement for the Subject Contract of INR 33,800,000 • Participation in at least one (1) contract that has been successfully or substantially completed within the last five (5) years and that is similar to the proposed works, where the value of the Bidder’s participation exceeds INR 135,000,000/-. The similarity of the Bidder’s participation shall be based on the physical size, nature of works, complexity, methods, technology, or other characteristics as described in Section 6 (Employer’s Requirements)

• Meets other Personnel and Equipment requirements as stipulated in the Bidding Documents.

The qualification criteria are more completely described in the Bidding Document.

5. To obtain further information and inspect the Bidding Documents, Bidders should contact:

The Chief Engineer Tamil Nadu Water Supply and Drainage Board 1/1, Sambakulam TWAD Board Salai, Ganesh Nagar (OPP) Mattuthavani Bus Stand Madurai – 625 007 Email: [email protected] Phone: 0452 – 2582054 Fax: 0452 – 2584595

6. A Pre-bid meeting shall take place on 1 August 2019 at 11:00 hours (IST) at the address stated above.

7. To purchase the Bidding Document, eligible Bidders should:

• Visit the Office of the Executive Engineer, TWAD Board, Sewerage Division, 102 C, P.S.K. Nagar, K.R. Nagar (Post) Rajapalayam – 626217 and • Pay a non-refundable fee of USD 71.42 or INR 5000 towards the cost of Bidding Document in the form of Bank Demand Draft in favour of the Executive Engineer, TWAD Board, Sewerage Division, Rajapalayam.

In case of written request, the document will be sent by post/courier. The Bidder who wishes to receive the Bidding Document by post/courier shall have to pay an additional amount of INR 1000 for delivery within India or USD 15 for delivery outside India. The method of payment will be through Bank Demand Draft in favour of the Executive Engineer, TWAD Board, Sewerage Division, Rajapalayam. No liability will be accepted for loss or late delivery.

Eligible Bidders may download the Bidding Document in English language in the website www.tenders.tn.gov.in and www.twadboard.tn.gov.in from 5 July 2019 to 3 September 2019 up to 17:45 hours.

8. Deliver bids:

• To the address above • On or before the deadline: 4 September 2019 at 15:00 hours (IST) • Together with a Bid Security in the amount as specified in the Bidding Document.

Electronic submission is not allowed.

9. Technical bids will be opened on 4 September 2019 at 15:30 hours (IST) in the presence of Bidders’ representatives who choose to attend, whereas the Financial Bids shall remain sealed and unopened and shall be placed locked. The Financial Bids of only Technically

Responsive and Qualified Bidders shall be opened after Technical Bid Evaluation, whereas, the financial bids of those Bidders whose Technical Bids are not responsive and qualified shall be returned unopened after the contract is awarded.