0% found this document useful (0 votes)
325 views64 pages

RFP Drainage Master Plan Agra

The document is a Request for Proposals (RFP) for the appointment of a consultant to prepare an Integrated Urban Storm Water Drainage Master Plan for Agra, Uttar Pradesh. Key details include a bid submission deadline of March 17, 2025, a cost of the RFP document at Rs. 23,600, and an earnest money deposit of Rs. 10 lakhs. Bidders must comply with specific eligibility criteria and submit various documents as outlined in the RFP.

Uploaded by

engr.parth11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
325 views64 pages

RFP Drainage Master Plan Agra

The document is a Request for Proposals (RFP) for the appointment of a consultant to prepare an Integrated Urban Storm Water Drainage Master Plan for Agra, Uttar Pradesh. Key details include a bid submission deadline of March 17, 2025, a cost of the RFP document at Rs. 23,600, and an earnest money deposit of Rs. 10 lakhs. Bidders must comply with specific eligibility criteria and submit various documents as outlined in the RFP.

Uploaded by

engr.parth11
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 64

Request for Proposals (RFP) for

APPOINTMENT OF CONSULTANT FOR PREPARATION OF


INTEGRATED URBAN STORM WATER DRAINAGE MASTER PLAN (IUSWDMP)
FOR DEVELOPMENT AUTHORITY/ NAGAR NIGAM AGRA
IN UTTAR PRADESH

Tender Notification No. and Date : No 123/E-Tender /13 Date: 13-02-2025


Last Date and Time for Purchase of RFP Up to 3:00 PM on 17-03-2025 through e-tender
Document online portal https://etender.up.nic.in
28-02-2025 12:00 PM
Time, Venue and Date for Pre bid meeting
Venue: - Unit-35, C&DS, Agra
Online Bid Submission closing date and
17-03-2025 Before 3:00 PM
Time
Time and Date of Opening of Technical 17-03-2025 4;00 PM
Bid Venue: - Unit-35, C&DS, Agra
Time and Date of Opening of Financial To be communicated to the technically successful
Bid bidders through e-tender portal.
Cost of RFP Document Rs. 20,000/- (Rupees Twenty thousand +
Rs. 3,600.00 GST) Total Rs. 23,600.00 to be paid
in the form of Net Banking/ RTGS/ NEFT in
favour of Director, C& DS, Unit-35, UP Jal
Nigam (Urban), Agra payable at Agra, Uttar
Pradesh.
The Banking Details are mentioned below
A/c No.:- 1441101104115
A/c Name: Director, C& DS, Unit-35, UP Jal
Nigam (Urban), Agra
Bank Name:- Canara Bank, Lohamandi, Agra
IFSC Code: CNRB0001441
Bid Security/Earnest Money Rs 10 lacs (Rs Ten Lacs) to be paid in the form
of Net Banking/ RTGS/ NEFT in favour of
Director, C& DS, Unit-35, UP Jal Nigam
(Urban), Agra payable at Agra, Uttar Pradesh.
The Bid security is to be valid for a period of 45
days beyond bids validity period. Bid security
should be released to unsuccessful bidders once
the contract has been signed with the winning
consultant at the earliest after expiry of final bid
validity and latest on or before the 30th day after
the award of the contract.
The Banking Details are mentioned below
A/c No.:- 1441101104114
A/c Name: Director, C& DS, Unit-35, UP Jal
Nigam (Urban), Agra
Bank Name:- Canara Bank, Lohamandi, Agra
IFSC Code: CNRB0001441
ADDRESS FOR COMMUNICATION: The Project Manager,
Unit-35, C & D.S., U.P. Jal Nigam (Urban),
Address :- H.No. 798, Sector-7, Avas Vikas
Colony, (Near Jain Mandir) Sikandra, Agra.
E-mail:- [email protected]
Website: www.cdsupjn.org

Checked -

(Signature & Name) (Signature & Name) (Signature & Name)


Unit Accountant Resident Engineer Project Manager
Office of The Project Manager, Unit-35, C&DS, UPJN (U), Distt.-Agra
dk;kZy; ifj;kstuk izcU/kd] ;wfuV&35]
uV&35]
dULVªD'ku ,.M fMtkbu lfoZlst+
m0iz0 ty fuxe¼uxjh;½] vkxjk
¼m0iz0 ljdkj dk miØe½
eŒuaŒ & 798] lsDVj & 7 ¼tSu eafnj ds ikl½ vkokl fodkl dkyksuh] fldUnjk] vkxjk&282007
E-Mail – [email protected]

i=kad 123 @ bZ&Vs.Mj @13 fnukad 13-


13-02-
02-2025

E-Tender Notice

NOTICE FOR INVITATION OF E-TENDER (NIT)


On behalf of Chairman, C&DS, U P Jal Nigam (Urban) invites LS rate e-tenders on a two-bid system
(QCBS) from eligible bidders. Bidders are advised to carefully note the eligibility/ qualification requirements
prescribed for the bid. They should submit their bids only if they consider themselves eligible and are in
possession of all the requisite documents. The details of the works are in the following table: -

Sr.
No. Particulars Details

Survey, Collection of Data, Preparation of


Integrated Urban Storm Water Drainage Master
1 Name of work & Location Plan (IUSWDMP) and other allied works for
Development Authority/Municipal Corporation
Agra in District – Agra, Uttar Pradesh, India

2 Earnest Money in Rs. Rs. 10.00 Lakhs

3 Cost of bid document Rs. 20000 + GST extra

4 Period of completion 4 months

5 Last date of pre-bid Query


submission Date & Time 23-02-2025 at 15:00 Hrs.

6 Prebid Meeting Date, Time & 28-02-2025 12;00 PM


place Venue: - Unit-35, C&DS, Agra.
7 Last date & time of Submission
of bid as specified in the bid 17-03-2025, 3:00 PM
documents

8 Time, date & place of opening of Time & Date: 4:00 PM, 17-03-2025
Technical Bid Place: Unit-35, C&DS, Agra

1.1 The Bid document may be downloaded from "https://etender.up.nic.in" w.e.f. 15-02-2025.
1.2 The Bid should be valid for 120 days from the last date of submission of bids. Bid once submitted,
cannot be withdrawn.
1.3 If the date of opening of technical bid happens to be a holiday, the bid shall be opened on the next
working day at the same time for which no separate communication shall be sent.
1.4 Bidders having criminal record will not be allowed to participate in Bid process.
1.5 A person registered with any State Bar Council will not be eligible to participate in the Bid.
1.6 Bidders who inter alia fulfill the requirements as per bid document shall be eligible to apply.

1.8 The bid document consisting of Technical (eligibility) bid & financial bids including specifications,
the schedule of quantities of various types of items to be executed and the set of terms and
conditions of the contract to be complied with and another necessary document are available on
"https://e-tender.up.nic.in".

2 The technical bid shall be opened first at the due date and time as mentioned above. The time and
date of opening of financial bid of contractors, qualifying the technical bid shall be communicated
to them on a later date through portal.

3 If the Bidder feels that technical credentials of his own or other Bidders have been wrongly
evaluated/verified, he may raise objections within 2 (two) working days from the date of
uploading of result. The opening of the financial bid will be scheduled accordingly. No
requests/objections shall be entertained beyond the above limit; else it may be treated as an
obstruction in tender process and shall be dealt with accordingly.

4 The department reserves the right to reject any prospective application or to cancel the entire bid
process without assigning any reason whatsoever at any stage of tender.

5 Tender Fee and Earnest Money Deposit (EMD):


5.1 In compliance to G.O. No.01/2018/3070/78-2-018/42 I.T./2017/ (22) dated 03.01.2018, the
bidder must mandatorily deposit (out of his own resources) Tender Fees (non-refundable) &
Earnest Money Deposit (EMD) separately through the mechanism of RTGS/NEFT as per following
details: -
Name of Account Holder:- Director, C&DS, UP Jal Nigam, Unit- 35, Agra.

Details For Tender Fees For Earnest Money Deposit


Account No: 1441101104115 1441101104114
Name of Bank: Canara Bank Canara Bank
Account Type: Saving Saving
Address of Branch: Minakshi Palace, Lohamandi Road, Minakshi Palace, Lohamandi Road,
Bodla, Agra Bodla, Agra
IFSC Code CNRB0001441 CNRB0001441

5.2 Earnest Money: -

• EMD shall be Rs 10 lacs.

• EMD shall be paid through RTGS or NEFT.

• Validity of EMD will be at least 45 days beyond the validity of tender.

• It is recommended that EMD to be paid through RTGS or in the form of FDR


5.3 The bidder shall deposit tender fees and earnest money separately in the account mentioned as above and quote
UTR No., date, and amount of deposit in the capability statement available on portal. Further he shall upload
digitally signed copies of original bank receipts clearly showing the above details and/or the FDR. It is made
clear that Tender Fee and Earnest Money deposited in any other form besides as mentioned above sub-paras
shall render the bid non-responsive.

5.4 In case EMD is submitted in the form of Bank Guarantee also, bidder should ensure that such
Original Bank Guarantee is mandatorily deposited in the office of undersigned on the next
working day (during office hours) of opening of Technical Bid, either in person or by Speed Post.
The liability for timely submission shall lie with the Bidder, the department shall not be responsible
for delay on account of any reason whatsoever.
6. All the Bank Guarantees submitted towards EMD/Performance Security/Additional Performance
Security shall be issued by a Bank located either in the city of tender inviting authority or at
Lucknow.
7. The bidder will, in addition to other documents, upload scanned and digitally signed copies of
originals of proof of cost of bid document i.e., Tender Fees, Earnest Money deposit as described
above, Solvency Certificate and Standard Affidavit in prescribed form 'I-C'.
8. All the documents as specified in the technical bid/eligibility bid document should be uploaded within
the period of bid submission.
9. The department will not be liable for incomplete/inaccurate / non-submission of bid for any reason
whatsoever including technical reasons.
10. It is made clear that separate submission of originals of any documents (except Bank Guarantee)
other than scanning and uploading them, are not required unless called for after opening of financial
bid.
11. The bid submission shall become invalid if:
a) The bidder is found ineligible.
b) The bidder does not upload all the documents as stipulated in the bid document.
c) If any discrepancy is noticed between uploaded documents and originals/hard copies
submitted later.
d) If subsequent to due date of submission of bid and/or after its submission bidder makes
any further communication/ representation with the department regarding the bid
(whether technical of financial) than otherwise called for by the undersigned as a
clarification.
12. A. Performance guarantee 10% of the contract cost will have to be submitted at the time of signing
the contract in the form of FDR/Bank guarantee from any scheduled commercial bank.
B. To safeguard against contractors leaving the works after quoting very low rates below the
BOQ amount, the Bidder shall have to submit additional security/performance security to be
deposited by the firm shall be at following rates: -
a) Up to 10% below the estimated cost of works - Nil
b) Above 10% and up to 15% below the estimated cost of works @ 1% for each
1% quoted below
c) Beyond 15% below @ 2.00% for each 1.00% quoted below
13. --------deleted--------
14. Intending Bidders are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their bids as to the nature of the ground and sub-soil (so far as is
practicable), the form and nature of the site, the means of access to the site, the accommodation they
may require and in general shall themselves obtain all necessary information as to risks, contingencies
and other circumstance which may influence or affect their bid.
15. A bidder shall be deemed to have full knowledge of the site, whether he inspects it or not, and no
extra charge consequent to any misunderstanding or otherwise shall be allowed. The bidder shall be
responsible for arranging and maintaining at his own cost all materials, tools & plans, water,
electricity access, faculties for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents.
16. Submission of a bid by a bidder implies that he has read this notice and all other contract documents
and has made himself aware of the instructions, scope, and specifications of the work to be done and
local conditions and other factors having a bearing on the execution of the work.
17. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the bids
submitted by the bidders who resort to canvassing will be liable for rejection & will be debarred from
future tender in C&DS, U P Jal Nigam.
18. The bidder shall not be permitted to bid for works under supervisory control of General Manager and
Project Manager concerned who is responsible for execution of work, in which his near relative is
posted. He shall also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any officer in the C&DS. Any breach of
this condition by the contractor would render him liable to be removed from the approved list of
contractors of C&DS and make him liable for blacklisting.
19. No Engineer or other Gazetted Officer employed in Engineering or Administrative duties in an
Engineering Department of the STATE GOVERNMENT/State department Undertaking is allowed to
work as a contractor for a period of two years after his retirement from Government service, without
the prior permission of the Government of U.P. in writing. This contract is liable to be cancelled if
either the contractor or any of his employees is found any time to be such a person who had not
obtained the permission of the Government of U.P. as aforesaid before submission of the bid or
engagement in the contractor's service. Contractor will have to repair/rebuild all public utility services
if damaged during survey.
20. The Bidder must submit an affidavit on Rs. 100.00 stamp paper while bidding, stating that he/she will
provide all necessary manpower (Engineer/Supervisor), Machinery & Vehicle as per detailed
mentioned in Tender document, failing which their bid may be considered as non-responsive.
14-List of Documents (TO BE UPLOADED ONLY ON E-TENDER WEBSITE
https://etender.up.nic.in):

Sl. Documents in original to be scanned and uploaded.


No.
1 Original receipt of Bank of RTGS/NEFT, Bank Guarantee/FDR for Tender Fees and
Earnest Money Deposit.
2 General information in Form-I
3 Declaration on Form - I A (Earnest Money)
4 Declaration on Form - I B (Affidavit of Bid Validity)
5 Standard Affidavit (Original Copy) on Form- I-C
6 ----deleted----
7 Financial information in Form- II-A
8 ---deleted----
9 Details of similar works executed in Form-III
10 ------------deleted-----------
11 Details of technical personnel with bidder in Form-V
12 Format for performance report in Form-VI (A&B)
13 Details of Tools and equipment with the bidder in Form-VII
14 Litigation history on Form- VIII (The affidavit is to be typed on stamp paper worth Rs.
10/- duly signed and notarized with date, affixing a revenue stamp of Rs. 2/- only)
15 Letter Submitting Bid- Form-IX
16 Affidavit on Rs 100.00 stamp paper (duly notarized with date) for Manpower
(Engineer/Supervisor), Machinery and Vehicle.
17 Certificate of registration for GST, PAN etc.
Sl. Documents in original to be scanned and uploaded.
No.
18 -----deleted------
19 Capability statement (should be carefully & accurately filled in & uploaded on portal)
20 ------deleted-----
21 ITR for corresponding submitted balance sheet
22 Annexure-3,4 & 5 for JV, not applicable
23 Bar Chart of work.

(Bhupendra Kumar Singh)


Project Manager
Unit-35, C&DS (Urban),
U P Jal Nigam, Agra
Endt. No. and Date as above:
Copy to the following for information and necessary action:
1. District Magistrate, Agra.
2. Director, C&DS, U P Jal Nigam (Urban), Lucknow.
3. Municipal Commissioner, Nagar Nigam Agra.
4. Chief General Manager (IV), C&DS, U P Jal Nigam (Urban), Lucknow.
5. General Manager (Nodal-03/11), C&DS, U P Jal Nigam (Urban), Lucknow.
6. Finance Officer, C&DS, U P Jal Nigam (Urban), Lucknow.
7. Public Relations Officer, U P Jal Nigam, Lucknow with the request to upload the NIT on the website.
8. Project Manager (Technical), C&DS, U P Jal Nigam (Urban), Lucknow.
9. Project Manager, EDP Cell, C&DS, U P Jal Nigam (Urban), Lucknow. to upload the NIT on official
website- "www.cdsupjn.org".
10. Notice Board.

Project Manager
DISCLAIMER
The information contained in this document (“DOCUMENT”) or subsequently provided
to Bidders, whether verbally or in documentary or any other form by or on behalf of the
employer or any of its employees or advisers, is provided to Bidders on the terms and conditions
set out in this DOCUMENT and such other terms and conditions subject to which such
information is provided.
This DOCUMENT is not an agreement or an offer by the employer to the prospective
Bidders or any other person. The purpose of this DOCUMENT is to provide interested parties
with information that may be useful to them in the formulation of their Proposals pursuant to
this DOCUMENT. This DOCUMENT includes statements, which reflect various assumptions
and assessments in relation to the Consultancy. Such assumptions, assessments and statements
do not purport to contain all the information that each Bidder may require. This DOCUMENT
may not be appropriate for all persons, and it is not possible for the employer, its employees, or
advisers to consider the objectives, technical expertise and particular needs of each party who
reads or uses this DOCUMENT. The assumptions, assessments, statements, and information
contained in this DOCUMENT, may not be complete, accurate, adequate, or correct. Each
Bidder should, therefore, conduct its own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments
and information contained in this DOCUMENT and obtain independent advice from appropriate
sources.
Information provided in this DOCUMENT to the Bidders may be 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 employer accepts no responsibility for the
accuracy or otherwise for any interpretation or opinion on the law expressed herein.
The employer, its employees and advisers make no representation or warranty and shall
have no liability to any person including any Applicant 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 DOCUMENT or otherwise, including the accuracy, adequacy,
correctness, reliability or completeness of the DOCUMENT and any assessment, assumption,
statement or information contained therein or deemed to form part of this DOCUMENT or
arising in anyway in this Selection Process.
The employer also accepts no liability of any nature whether resulting from negligence or
otherwise, howsoever caused, arising from reliance of any Bidder upon the statements contained
in this DOCUMENT.
The employer may in its absolute discretion, but without being under any obligation to do
so, update, amend or supplement the information, assessment or assumption contained in this
DOCUMENT.
The issue of this DOCUMENT does not imply that the Employer is bound to select a
Bidder or to appoint the Selected Bidder, as the case may be, for the Consultancy and the
Employer reserves the right to reject all or any of the Proposals without assigning any reasons
whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its Proposal including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be required by
the employer, or any other costs incurred in connection with or relating to its Proposal. All such
costs and expenses will remain with the Bidder and the Employer shall not be liable in any
manner whatsoever for the same or for any other costs or other expenses incurred by a Bidder in
preparation or submission of the Proposal, regardless of the conduct or outcome of the Selection
Process.
SECTION 1
BID DATA SHEET (BDS)

A. General

1.1 Municipal Corporation: - Agra.


Method of selection: Quality and Cost based Selection (QCBS)
Name of Department: Construction & Design Services, UP Jal Nigam (Urban)

1.2 Works Name: Preparation of Integrated Urban Storm Water Drainage Master Plan
(IUSWDMP) for Municipal Corporation as mentioned in Clause 1.1 duly preparing
drainage basin maps (duly considering contributing catchment areas even beyond
municipal limits), carrying out all topographic surveys in the project influence area,
hydraulic analysis, zoning/ catchments/ sub catchments, simulation model addressing
worst scenario of rainfall intensity, mechanism at ultimate disposal point, proposing
early warning system to reduce/minimise human and property loss and disturbance to
traffic on arterial and sub arterial roads including preparation of hydraulic designs,
drawings, estimations, conducting stakeholders meetings, obtaining data for inundation
points/areas, prioritisation of projects, collection of data (DPR preparation and certain
identified works where DPR is not mandatory), utility mapping and its shifting
estimates etc. required for proper completion of works.

B. Preparation of Proposals
2.1 The Proposal shall comprise the following:
For FULL TECHNICAL PROPOSAL (FTP):
1st Inner Envelope with the Technical Proposal:
2nd Inner Envelope with the Financial Proposal

C. Submission, Opening and Evaluation

3.1 The bidders shall submit their Proposals online through E-Tender portal

3.2 The bidders must submit:


(a) Technical Proposal: one (1) soft Copy of the original proposal
(b) Financial Proposal: one (1) soft copy of the original proposal
Opening of Financial Bids: To be communicated to the technically successful
bidders through online e-tender portal

4 Financial Proposals - The Consultants should quote fee in the format given in
Financial Bid cover

5 Work Allotment: will be done based on the Highest scorer as per QCBS Method

6 Language of Bid – English

7 Currencies – In Indian Rupees

8 Communication Address: - Office of The Project Manager, Unit-35, C&DS,


U.P.Jal Nigam, Agra.
9 2011 Census Population of Urban Local Body (ULB)/Nagar Nigam Agra. -
1585704

10 Area of the ULB/Nagar Nigam*- 223.00 Sq. km.


Area of Development Authority*-141.00 Sq. km.

11 Average Annual Turnover on consultancy works for last 3 consecutive FY ending


2023-24 shall be Rs 7.20 crore. The Turnover shall be brought to current levels as
per the bid documents. The turnover certificate shall be issued by company’s CA
clearly mentioning UDIN and date of issue.

12 The minimum T&P requirement as per form VII is as follows: -


7.1 DGPS – 2 No.’s
7.2 Total Station. – 3 No.’s
7.3 Auto levels with staff - 10 No.’s
7.4 Required Legal Software for drainage design and Simulation as per CPHEEO
- 1 No.
7.5 GIS Software - 1 No.’s
7.6 Auto Primed pumps (5 HP) with coupler and pipes – 5 No.’s
7.7 Auto Primed pumps (7.5 HP) with coupler and pipes – 3 No.’s
7.8 Auto Primed pumps (12.5 HP) with coupler and pipes – 3 No.’s
7.9 GPRS (at least 10 m depth) – 2 No.’s

Note: *Information contained in S No 9 and 10 is for tender evaluation purpose only. The bidders are
advised to collect data after conducting necessary survey and field visits. It shall be deemed that the
bidder has quoted their rates after conducting surveys and field visit and no claim whatsoever shall be
considered in this regard. The bidder must quote according to the contributing catchment area of the
concerned ULB and scope of this RFP.
SECTION 2
1. OBJECTIVE

The department is proposing to prepare Integrated Master Plan for Storm water Drainage system
followed by Detailed Project Report for identified project(s). Technical and price bids are
invited from reputed eligible Consulting firms with a view to entrust the above-mentioned task
and the consulting firm will be selected based on Quality and Cost Based Selection (QCBS)
procedure described in this document.

2. Scope of services

The Scope includes Preparation of Integrated Urban Storm Water Drainage Master Plan
(IUSWDMP) followed by Detailed Project Report(s) (DPR is not mandatory, however rates are
invited and in case department desires to have a DPR, then the successful bidder has to submit
the DPR) for Storm Water Drainage duly integrating with existing drainage system including
carrying out all required surveys, preparation of drainage basin maps, mapping of existing
drains with width, depth, type and functioning status, making proposals duly integrating with
upstream demands and downstream facilities, ground validation of proposals, making
presentations to all concerned agencies to obtain approvals, preparation of estimations, working
drawings, inundation points, prioritizing of projects, collection of data etc. The list of services to
be provided is detailed below and is not limited to following: -

• Demarcation of municipal boundary and urban development authority boundary on GIS


platform.
• Obtaining details of SWD projects currently under progress and those which are under
proposal stage.
• Preparation of base plan of entire urban sprawl using NRSC / Satellite images consisting
of existing road network and contour map of 0.5 metre interval and analysing it with Land
Use
• Mapping (width, Invert Level, Ground Level, start point, End point, carrying capacity,
conditional assessment) of all existing drainage network consisting of primary drains,
secondary drains and tertiary drains including natural and man-made water bodies and water
courses. The mapping shall also include the outfalls of all the natural and man-made drains
into the receiving water bodies like rivers, natural channels, canals, rivulets or lakes and
reservoirs. It should be ensured that the invert levels, drain top levels and drain sections of
the outfall point is taken as this information will be used to suggest measures if invert level
is below the HFL of the river or FTL of the water body.
• Review and mapping of existing sewerage system, if available, or mapping of existing
sewerage system between household connection to STP location duly considering septic
tanks / soak pit details if any.
• Identifying reasons for sullage flow into open drains even when the underground sewerage
system is available or vice-versa and suggesting remedial measures to ensure that no
sewage/sullage is mixed with storm water or vice-versa.
• Preparing Storm Water Drainage Basin Map / Catchment map (based on Satellite images /
Survey of India topographical sheets or whatever suitable means) duly considering areas
even if it is outside the municipal boundary.
• Prepare Topography Based Drain Connectivity Model (TBDCM) duly connecting all
existing water bodies and natural channels in order to obtain the comprehensive natural
drainage network of the basins.
• Carrying out topographic survey of entire catchment area with total station / DGPS and
taking levels at nodal points of a (minimum) 200 x 200 metre grid map, to draw 0.5 m
interval contour and validate catchments derived through satellite images and prepare micro
level sub catchment plan duly marking natural streams.
• Collect 15 minutes interval rain fall data from Indian Meteorological Department (IMD) as
suggested by the CPHEEO (2019 Manual) and develop IDF curves for all return periods as
suggested (one-year, two-year, 5 year and 100-year return period);
• Interact with all the stake holders and obtain information of inundation points during
rainfall. The collected information shall consist of the frequency of inundation, duration of
inundation, loss of property, loss of man-days loss of livelihood and deaths. Any other
activity required with stakeholder like mapping of existing utilities, utility shifting costing,
NOC requirement and its provisions, stakeholders’ suggestion etc shall be in the scope of
the successful bidder.
• The inundation areas shall be mapped on the GIS platform to produce a hot spots map.
• Prepare storm water drainage improvement plan/proposals for entire city including critical
infrastructure areas duly following CPHEEO manual for primary, secondary and tertiary
SWD network.
• Hydraulic design of primary and secondary drainage network to be done by using storm cad
/ software recommended by CPHEEO etc. with approval of department.
• Carry out deficiency analysis of existing system to match with the proposals/requirement
and prepare a comparative statement where improvements in existing drainage system
(Catchment area wise / Sub Catchment area wise / Ward wise/ Zone wise/ important area
wise etc.).
• Prepare Proposals for strengthening, remodelling, widening of existing drains to meet the
peak discharge.
• Identify alternate / bypass routes if augmentation of drain to required size cannot be done
along existing alignment.
• Integrate Low Impact Development (LID) approach with the drainage improvement
plan in order to manage the runoff such that the peak flow is reduced by provision of
rain gardens, bio-retention gardens, bioswales, pervious pavements, green roofs and
rainwater harvesting etc.
• Identifying ponds / water bodies / open areas to use as detention ponds to attenuate the
flood hydrograph. Also explore possibility of opting for injection bores.
• The augmentation, alternate alignment, LID features and detention ponds should together
lead to zero incidence of flooding for the return periods of 1, 2 and 5 years as the case may
be.
• Prepare estimations for all proposals (primary, secondary, tertiary drainage network, 5 years
O&M, improving regulation system of water bodies, developing detention ponds,
establishing injection bores, constructing pervious concrete pavements/ footpath for
improving water percolation to increase ground water table and also to reduce runoff on
streets etc.);
• Supporting client to get proposals vetted through reputed academic institutes like IIT / NIT/
reputed University (or) CPHEEO (or) NEERI etc as approved by the Department. Fees shall
be paid by the Department.
• Interact with stakeholders to prioritise the projects in terms of properties effected due to
inundation, duration of inundation, through passage effected, disposal point effect on
upstream area etc.
• Reporting for land availability along the proposed alignment of the proposed assets
and recommendation for procurement of land if needed.
• Hydraulic modelling for evaluating spread and submergence of an urban flood event along
with proposing alarm systems, remedial measures with SOPs for other action to be taken
during/before/after the event.
• Any other activity required as per CPHEEO Manual/GoI Guidelines/State Government
guidelines or suggested by CPHEEO Manual and is not mentioned herewith.
• Vetting of IUSWD Master Plan from reputed institute like IIT’s or Regional Engineering
Colleges (MNIT, Prayagraj etc). Fees to be paid by the Department.
• Obtaining consent to go ahead with selected projects for preparation of Detailed Project
Report(s).
• Presentation, providing and analysing the appropriate simulation software that is capable of
simulation of storm water flooding with respect to rainfall and present inundation data
(including depth, extent and duration), warning systems etc or any other required
information necessary for reducing economic losses, loss in life and reduction in property
damages.
• Any other activity required as per CPHEEO Manual shall be part of the scope of services.
• Apart from above, following is the broad scope for DPR preparation. Bidder should
understand that the following is only broad scope, and any effort required to prepare the
DPR in a proper manner has to be done by the bidder.

1 Preparation of Concept plan with block estimates (based on secondary/available


information;
2 Preparation of Comprehensive Storm Water Drainage Improvement Plan with line
estimates following Part 1 of 1.2;
3 Supporting client agency in getting vetting done from reputed academic institutes
like IITs / NITs / CPHEEO / NEERI/ any reputed agency identified by the client
agency;
4 Preparation of Detailed Project Report
a) Carrying out Topographical survey by using Total Station/ DGPS, Soil
investigation, designs, detailed drawings, structural design of various drainage
network sections.
b) Preparation of cost estimations including 5 years O&M estimates, BOQ, Tender
Documents (NIT), working drawings etc.
c) Submission of Inception Report, Preliminary/ Interim Report, Detailed Project
Reports
5 Supporting implementing Agency to avail External Funds.

6 Supporting implementing Agency to obtain technical approval from CPHEEO/IIT etc


7 Supporting implementing agency for re-conformity of level (time to time during
executing), mapping of underground utility services in consultation with concerned
department and submission of modified/ updated ground validated designs and
drawings including utility services shifting plan, makeshift arrangements etc.)
8 Technical evaluation & Gap analysis and suggesting remedial measures
9 Carrying out topographical and other required survey, investigation including
preparation of estimates for alternative routes;
10 Periodic monitoring of works during execution (once in a month);
11 Ensuring preparation of as built drawings by the contractor and subsequently
transferring the same on GIS Platform

12 Supporting in approval process of DPR/IUSWDMP

3. Eligibility Criteria
Bids are invited from intending eligible bidders online (Technical proposal and Financial
Proposals separately) for Preparation of Integrated Urban Storm Water Drainage Master Plans
followed by Detailed Project Reports for identified projects. The minimum eligibility criteria is;
• Should be registered firm under companies act 1956 (or latest)
• Annual Average audited turnover as mentioned in NIT/BDS/tender document during last
three years on consultancy works for DPR or master plan preparation for FY ending
2023-24.
• Following Experience is required:-
o Three similar nature works each of 30% (For sewerage experience 30% of
Census 2011 population and for Drainage works 30 % of ULB area)
o Two similar nature works each of 40 % (For sewerage experience 40% of Census
2011 population and for Drainage works 40 % of ULB area)
o Single work of similar nature of 60 % (For sewerage experience 60% of Census
2011 population and for Drainage works 60 % of ULB area)
• Following works shall be considered as Similar Nature Works:-
Drainage DPR preparation
OR
Master Plan Preparation for Drainage
OR
Sewerage DPR preparation
OR
Sewerage Master Plan Preparation
o The catchment area served with the qualifying experience should be atleast 30 %
area of ULB for which this RFP is invited shall be for preparing comprehensive
master plans for Drainage.
o Experience in preparation of DPR(s) for sewerage or drainage projects with
project cost of Rs. 500 Crores in a single financial year period (within 12 Months
Span for multiple or single work orders) during the last 10 years. The cost for
sewerage projects and drainage projects can be clubbed for qualification.
• Please note that any work which is not approved shall not be considered for
evaluation.
• Experience Certificate shall be issued from an officer not below the rank of Executive
Engineer. The language of Experience certificate shall be Hindi or English. In case the
Experience certificate is issued in any other language it shall not be entertained. The
Experience certificate should clearly mention that the proposal submitted by the bidders is
approved by a competent authority. Approval proof to be submitted along with the bids.
• Any other requirement as per scoring criterion
• The Experience Certificate and Turnover shall be brought to the current level by multiplying
it with the updating factor as per the following table:
FY 23-24 1 FY 17-18 1.49
FY 22-23 1.07 FY 16-17 1.56
FY 21-22 1.14 FY 15-16 1.63
FY 20-21 1.28 FY 14-15 1.70
FY 19-20 1.35
FY 18-19 1.42
Bidders’ proposal in response could form the basis for future negotiations and ultimately a
contract between bidder and the department.
The contract will be on LS based on outputs indicated in the subsequent paras.
Please note that the costs of preparing the proposal and of negotiating the contract, including a
visit to the town/s and to the Client’s offices are not reimbursable as a direct cost of the
Assignment. We wish to remind you that in order to avoid a conflict of interest, any firm
providing goods, works or services may not be eligible to participate in bidding for any
additional goods, works or services associated with this assignment unless specifically agreed
upon by the Client. This clause will be invoked wherever applicable.
4. PREPARATION OF PROPOSALS

Technical Proposal
1. Format for the technical proposal is in the RFP including the format for CV’s which
should be followed. The Bidders are expected to examine the documents in detail before
submission of proposals.
2. For assignments on a staff-time basis, the estimated number of Professional staff in
person months is only indicative. The proposal shall, however, be based on the number
of professional staff that will be deployed in person months estimated by the firm.
3. A brief description of the firm’s organizational setup and an outline of recent experience
on assignments of a similar nature. For each assignment, the outline should indicate,
inter alia, the profiles and names of the staff provided, duration of the assignment, and
firm’s involvement.
4. Any comments or suggestions on the terms of reference.
5. A description of the methodology and work plan for performing the assignment.
6. The list of the proposed staff team and specialization, the tasks that would be assigned to
each staff member, and their timing. CVs of the proposed professional staff duly signed,
should be submitted. Key information should include number of years working for the
firm/entity, and level of responsibility held in various assignments during the last ten
(10) years due additional weight age will be awarded for professionals having good and
relevant experience in the field of relevant studies.
7. Estimates of the total staff effort (professional and support staff; staff time in many
months) required carrying out the assignment, supported by bar chart diagrams showing
the time proposed for each professional staff team member.
8. Each key staff proposed shall be associated with only one consultant
9. It is desirable that most of the key professional staff proposed be permanent employees
of the firm or have an extended and stable working relation with it.
10. Alternative professional staff shall not be proposed, and only one CV may be submitted
for each position.
11. The technical proposal shall not include any financial information.

5. Financial Proposal
The Costs should be expressed in percentage of estimated cost (excluding LS items) only
inclusive of all taxes as applicable, duties, fees, levies, and other charges imposed under the
applicable law, on the consultants, sub consultants, and their personnel.

6. SUBMISSION, RECEIPT AND EVALUATION OF PROPOSALS

Submission of Proposals:
Proposals should be submitted in one original document. Proposals must be prepared in
indelible ink and be signed by the authorized representative of the Consultants. All technical
proposals shall be placed in one envelope clearly marked “Technical Proposal,” and the
financial proposals in another envelope marked “Financial Proposals.” These two envelopes, in
turn, shall be sealed in an outer envelope bearing the Following Information.

Preparation of Integrated Urban Storm Water Drainage Master Plan in Municipal


Corporation, as per BDS/NIT

And addressed to: as per BDS


Your completed technical and financial proposals must be delivered online in E-Tender web
site. If required by the department, the hard copies shall be submitted by the bidder in 2 sets and
shall be notified separately.
Technical and financial proposals shall be written in English including project/study reports.
The Client reserves the right to modify and extend the deadline for the submission of proposals.
7. Bid Evaluation
The technical bids will be evaluated for its responsiveness and responsive bids shall
subsequently be evaluated by the department prior to opening of any financial proposals. All the
technical bids will be evaluated based on the eligibility criteria as per bid document. The
committee shall carry out its evaluation applying the evaluation criteria specified in Data Sheet.
The department reserves the right to waive off any minor infirmities which may not have any
material deviations in the bids. The department also reserves the right to seek clarification on
any information furnished by the bidder.
In case the department wants to verify the work physically of the prospective bidder, then the
bidder shall have to arrange the transportation, lodging and fooding cost for the representative/s
appointed by the department.
A responsive bid is one which: -
• Has paid the required fees.
• Has submitted the required bid security/earnest money in required form.
• Has signed all the pages by authorized representative
• Has submitted Power of attorney for authorized representative
• Has submitted all the required forms
• Has not revealed any financial proposal in the technical proposal.
The responsive bids shall be evaluated as per following Scoring Criterion: -

7.1 Criteria, sub-criteria, and point system for the evaluation of the Full Technical
Proposals:
Sl Description Points
No
A Track Record
(i) Experience in preparation of Strategic Nala Development 15
Programmes or Comprehensive Storm Water Drainage
Improvement Plans or Master Plans for Storm Water Drainage
System/ Flood Mitigation Plans or Blue Green Infrastructure
Development Plans or Development of Sponge City Plans or
Master plan for sewerage etc. (15)
30% area/population – 65 % (5% additional marks for Drainage
projects when compared to sewerage projects)
200 % area/population -100 % (5 % less marks for sewerage
projects when compared with drainage projects)
In between shall be on pro rata basis
(ii) Experience in preparation of DPR(s) for similar assignments 15
(SWD) with project cost of Rs. 500 Crores in any one financial
year period during last 10 years.
Rs 500 cr – 65 % (5% additional marks for Drainage projects
when compared to sewerage projects)
Rs 1000 cr -100 % (5 % less marks for sewerage projects when
compared with drainage projects)
In between shall be on pro rata basis

(iii) Experience in design of Blue-Green Infrastructure and Climate 5


Change Proposals (Flood Mitigation) (2.5)
Experience in preparation of proposals duly constructing detention
ponds or lake management techniques including preparing
simulation models (2.5)
30% area/population – 65 %
200 % area/population -100 %
In between shall be on pro rata basis
(iv) Studies in Drainage/Sewerage sector across India. (Other state - 10
100%)
Single state except UP- 65%
3 states other than UP – 100%
In between shall be on pro rata basis
(iii) T&P (Form VII) 10
Minimum Requirements-65 %
Double the requirement -100%
(vi) Adequacy and quality of the proposed methodology, and work 5
plan in responding to the Terms of Reference (TORs)

B Key Experts’ qualifications and competence for the 25


Assignment
Sl. Position Qualification (30%) & Experience (70%)
No.
M. Tech / M. Plg. Engineering/ Planning - 25
1 Team Leader 7.5
Years
M. Tech in Civil / Env. Engineering - 20
2 Dy. Team Leader 5
Years
M. Tech in Civil Engineering with
3 SWD Expert specialisation in Hydraulic or Environmental 5
Engineering - 20 Years
Design/ Env. Eng. B. Tech in Civil Engg. - 10 Years
4 2.5
Expert
5 Estimation Expert B. Tech in Civil Engg. - 10 Years 2.5
MIM / MBA / PGDM in Financial
6 Financial Expert Management / Business Analytics / 1.5
Economics - 5 years after Graduation
7 Social Expert PG in Sociology 1
Financial
C
Strength
The bidder should Required Average Annual Turnover– 10
have a minimum Marks
annual average Required amount – 65 % 15
turnover on Double the required amount – 100 %
consultancy In between shall be on pro rata basis
works as per BDS (Bidders to submit audited Turnover
in the last 3 certificate issued by his statutory Auditor.
Financial Years UDIN is mandatory)
(ending 31st
March 2024)

Minimum qualifying marks: Overall 75 percent and at-least 65 percent in each of the
criteria. However, all the other conditions shall be checked for responsiveness of the
bids and scoring shall be done only for those bids which are found responsive. Non-
responsive bids shall be rejected.

The financial bids of responsive and technically qualified agencies only will be
opened.

7.2 The lowest evaluated Financial Proposal (Fm) is given the maximum financial
score (Sf) of 100.
(QCBS The formula for determining the financial scores (Sf) of all other Proposals is
only) calculated as following:
Sf = 100 x Fm/ F, in which “Sf” is the financial score, “Fm” is the lowest price, and
“F” the price of the proposal under consideration.
The weights given to the Technical (T) and Financial (P) Proposals are:
T = 0.80, and P = 0.20
St is evaluated as per S No 3.3 of Bid Data Sheet.
Proposals are ranked according to their combined technical (St) and financial (Sf)
scores using the weights (T = the weight given to the Technical Proposal; P = the
weight given to the Financial Proposal; T + P = 1) as following: S = St x T% + Sf
x P%.

8. Negotiations
The preparation of IUSWDMP is intended to entrust to qualified bidder based on the above
criteria depending on the capability. Negotiations, if done, shall only be done with the H1
bidder.
9. Bid Validity
The bidders are requested to hold their proposal valid for 120 days from the date of submission,
during which time they shall maintain, without change, the personnel proposed for the
assignment. The department reserves the right to accept or reject any or all the bids. The
decision of the Municipal Commissioner in this regard shall be final and binding on all the
bidders. No correspondence will be entertained in this regard. Furthermore, as quality is the
principal selection criteria, the client does not bind itself in any way to select the firm offering
the lowest prices.
10. Terms of Payment

Sl No. Deliverables Time Payment


Schedule Schedule (% on
quoted price)
A) Preparation of Integrated Urban Storm Water 120 Days As per
Drainage Master Plan including obtaining High BOQ1
Resolution images from NRSA/ any other agency,
Preparation of Drainage Basin Plan, Contour map,
Mapping of existing drainage infrastructure,
Collection of Rain Fall data from IMD,
preparation of IDF curves, identification of drain
for augmentation and alternative routes, hydraulic
modelling for submergence and warning systems,
line estimations, identification of inundation points
severity with respect to time, extent and depth of
inundation, short term and long term proposals,
Hydraulic designs prioritization of projects in
consultation with stake holders and submission of
preliminary report for city including vetting of the
proposal by IIT/NIT/CPHEEO/NEERI/ or any
other reputed specified agency by the client. All
works complete as per scope of bid document.
A.1 Submission of Inception Report 15 Days 5%
A.2 Submission of Interim Report with field data 60 Days 30%
(50%) and analysis (50%)
A.3 Submission of Draft Report 90 Days 25%
A.4 Submission of Final Report including vetting if 120 Days 20%
required by the client
A.5 On approval from concerned/competent 20%
authority
TOTAL A 100%
B) Submission of DPR 45 days As per
BOQ2
B.1 Submission of Detailed Survey 20 days
B.2 Finalizing the route and finalizing the 10 days
hydraulic designs
B.3 Submission of Draft and Final DPR 10 days +
5 days
B.4 Vetting of the DPR -
B.5 Approval of DPR - 80%
B.6 Assisting in tender document preparation 15 days 5%
(exclusive of
60 days)
B.7 Assisting during execution - 15%
Total B 100%
11. Deliverables

Apart from deliverables mentioned in Clause 10, the contractor is expected to submit editable
soft copy of the final master plan along with 6 numbers of hard copies as well. Further they
shall submit a DPR (if required by department) for highest priority area and shall make
themselves available for next 2-year DLP for assisting in preparation of DPR by another
agency/Client and updating IUSWDMP.

12. Liquidated Damages

The Contractor shall pay liquidated damages to the Client/Department at the rate 0.1% per
week of full contract value in case the Completion Date is later than the Intended Completion
Date. Liquidated damages at the same rate shall be withheld if the Contractor fails to achieve the
milestones prescribed in the bid document. However, in case the Contractor achieves the next
milestone the amount of the liquidated damages already withheld shall be restored to the
Contractor by adjustment in the next payment certificate. The total amount of liquidated
damages shall not exceed 10% of contract value. The Employer may deduct liquidated damages
from payments due to the Contractor. Payment of liquidated damages shall not affect the
Contractor's other liabilities.
If the Intended Completion Date is extended after liquidated damages have been paid, the
Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting
the next payment certificate.
In case the contractor fails to make up for the delay even at the time of completion of
work all withheld amounts shall be deducted from the bill against work actually done.
All compensations or the other sums of money payable by the contractor under the terms
of this contract may be deducted from, or paid by the sale of a sufficient part of his security
deposit or from the interest arising there from, or from any sums which may be due to or may
become due to the contractor under the terms of this contract, on any account whatsoever and in
the event of his Security deposit being reduced by reason of any such deductions or sale as
aforesaid the contractor shall within 10 days make good in fixed deposit receipt tendered by a
scheduled commercial bank and endorsed in favour of the Employer, any sum or sums which
may have been deducted from, or raised by sale of his security deposit or any part thereof.
13. Security Deposit/Performance Security

All tenders/ contracts issued/concluded; the performance guarantee @ 10% of the contract
cost will have to be submitted at the time of signing the contract in the form of FDR / Bank
Guarantee from any scheduled commercial Bank.
The performance security equal to the five percent of the contract price will be repaid to
the contractor when the period of defect liability period is over, and the Engineer has certified
that the contractor has satisfactorily carried out the services.
14. Defects Liability Period (DLP)

The Defects Liability Period for the services offered shall be 2 years from date of final
submission of IUSWDMP. During 2-year DLP the contractor shall provide its support in
sharing the data, technical designs and any raw or processed information gathered for the
preparation of IUSWDMP to the client or any other agency nominated by state
government/Client/Department for preparation of prioritized projects. During DLP, if need
arises then modification in IUSWDMP shall be done by the contractor. No additional cost shall
be given to the contractor for modification of IUSWDMP.
15. Language

The language for the bids shall be English


16. Currency

All the currency shall be quoted in Indian Rupees and all payments shall be made in Indian
Rupees.

17. Rates

The rate should be quoted in currencies as mentioned in the bid document. The quoted rate shall
be valid for bid validity period as mentioned in bid document. GST shall be extra. In case of
discrepancy between quoted rate in figures and quoted rate in words, rates quoted in words shall
prevail.
19. Payments
19.1. Payments shall be adjusted for deductions for advance payments, security deposit, other
recoveries in terms of the Contract and taxes at source, as applicable under the law. The
Engineer shall endeavour to pay the Contractor the amounts he has certified within forty-
five days of the date of each certificate.
19.2. Items of the Works for which no rate or price has been entered in the Bill of Quantities,
will not be paid for by the Employer and shall be deemed covered by other rates and
prices in the Contract.
19.3. The interim or running account bills shall be submitted by the contractor for the work
executed based on recorded measurements on the format as approved by the Engineer in
triplicate along with soft copy of the bill on or before the date of every month fixed for the
same by the Engineer. Engineer shall arrange to have the bill verified by taking or causing
to be taken, where necessary, the requisite measurements of the work. In the event of the
failure of the contractor to submit the bills, Engineer shall prepare or cause to be prepared
such bills in which event no claims whatsoever due to delays on payment including that of
interest shall be payable to the contractor. Payment on account of amount admissible shall
be made by the Engineer certifying the sum to which the contractor is considered entitled
by way of interim payment at such rates as decided by the Engineer. The amount
admissible shall be paid within forty-five days after the day of certification of the bill by
the Engineer or his authorized representative together with the account of the material
issued by the department, or dismantled materials, if any along with all required
supporting documents.
19.4. All such interim payments shall be regarded as payment by way of advances against final
payment only and shall not preclude the requiring of bad, unsound, and imperfect or
unskilled work to be rejected, removed, taken away and reconstructed or re-erected. Any
certificate given by the Engineer relating to the work done or materials delivered forming
part of such payment, may be modified, or corrected by any subsequent such certificate(s)
or by the final certificate and shall not by itself be conclusive evidence that any work or
materials to which it relates is/ are in accordance with the contract and specifications. Any
such interim payment, or any part thereof shall not in any respect conclude, determine or
affect in any way powers of the Engineer under the contract or any of such payments be
treated as final settlement and adjustment of accounts or in any way vary or affect the
contract.
19.5. Pending consideration of extension of date of completion, interim payments shall continue
to be made as herein provided without prejudice to the right of the department to take
action under the terms of this contract for delay in the completion of work, if the extension
of Intended Completion Date is not granted by the competent authority.
19.6. The contractor shall, after receiving his interim payment, clear all the dues of his labour/
material suppliers & produce a certificate/receipt on this account with next running bill, if
the contractor does not clear these dues or unnecessarily delays the same, the Engineer at
his discretion can make payments to these labour/ material suppliers directly. Any such
payment shall be recovered from the contractor's bill.

20. Rights of Breach of Contract:


20.1. The Employer may rescind/determine the Contract if the Contractor causes a fundamental
breach of the Contract.
20.2. Fundamental breaches of Contract shall include, but shall not be limited to, the following:
20.2.1. if the contactor has, without reasonable cause, suspended the progress of
the work or has failed to proceed with the work with due diligence so that
in the opinion of the Engineer (which shall be final and binding) he will be
unable to secure completion of the work by the date for completion and
continues to do so after a notice in writing of seven days from the Engineer.
20.2.2. the Contractor is declared as bankrupt or goes into liquidation other than
for approved reconstruction or amalgamation.
20.2.3. the Engineer gives Notice that failure to correct/reconstruct or replace a
particular Defect is a fundamental breach of Contract and the Contractor
fails to correct it within a reasonable period determined by the Engineer.
20.2.4. the Contractor does not maintain a Security, which is required.
20.2.5. the Contractor has delayed the completion of the Works by the number of
days for which the maximum amount of compensation/ liquidated damages
can be paid, as defined in bid document.
20.2.6. ----Deleted----;
20.2.7. If the Contractor, in the judgment of the Employer, has engaged in the
corrupt or fraudulent practice in competing for or in executing the Contract.
For the purpose of this clause, “corrupt practice” means the offering,
giving, receiving, or soliciting of anything of value to influence the action
of a public official in the procurement process or in Contract execution.
“Fraudulent Practice” means a misrepresentation of facts in order to
influence a procurement process or the execution of a contract to the
detriment of the Employer and includes collusive practice among Bidders
(prior to or after bid submission) designed to establish bid process at
artificial non-competitive levels and to deprive the Employer of the benefits
of free and open competition.
20.2.8. If the Contractor has not completed at least thirty percent of the value of
construction Work required to be completed after half of the completion
period has elapsed.
20.2.9. -----deleted----;
20.2.10. If the Contractor fails to deploy machinery and equipment or personnel
as specified in the contract at the appropriate time.
20.2.11. if the contractor fails to complete the work within the stipulated date or
items of work with individual date of completion, if any stipulated, on or
before such date(s) of completion and does not complete them within the
period specified in a notice given in writing in that behalf by the
Engineer.
20.2.12. If the Contractor persistently neglects to carry out his obligations under
the contract and / or commits default in complying with any of the terms
and conditions of the contract and does not remedy it or take effective
steps to remedy it within 7 days after a notice in writing is given to him
in that behalf by the Engineer.
20.2.13. If the contractor shall offer or give or agree to give to any person in
department or to any other person on his behalf any gift or consideration
of any kind as an inducement or reward for doing or forbearing to do or
for having done or forborne to do any act in relation to the obtaining or
execution of this or any other contract with department.
20.2.14. If the contractor being a company shall pass a resolution or the court
shall make an order that the company shall be wound up or if a receiver
or a manager on behalf of a creditor shall be appointed or if
circumstances shall arise which entitle the court or the creditor to
appoint a receiver or a manager or which entitle the court to make a
winding up order.
20.2.15. If the contractor assigns, transfers, sublets (engagement of labour on a
piece - work basis or of labour with materials not to be incorporated in
the work, shall not be deemed to be subletting) or otherwise parts with
or attempts to assign, transfer, sublet or otherwise parts with the entire
works or any portion thereof without the prior written approval of the
Engineer.
20.2.16. Any other fundamental breaches as specified in the Contract Data

20.3. Notwithstanding the above, the Employer may determine the Contract for convenience.
20.4. If the Contract is rescinded /determined, the Contractor shall stop work immediately,
make the Site safe and secure, and leave the Site as soon as reasonably possible.
20.5. Foreclosure of Contract due to abandonment or reduction in scope of the work: If at
any time after acceptance of the tender or during the progress of work, the purpose or
object for which the work is being done changes due to any supervening cause and as a
result of which the work has to be abandoned or reduced in scope the Engineer shall give
notice in writing to that effect to the contractor stating the decision as well as the cause for
such decision and the contractor shall act accordingly in the matter. The contractor shall
have no claim to any payment of compensation or otherwise whatsoever, on account of
any profit or advantage which he might have derived from the execution of the works in
full but which he did not derive in consequence of the foreclosure of the whole or part of
the works.
The contractor shall be paid at contract rates, full amount for work executed at site.
Nothing extra shall be paid to contractor by the Engineer for any expenditure incurred on
preliminary site work e.g., temporary access roads, temporary labour huts, staff quarters
and site office; storage accommodation and water storage tanks which could not be
utilised on the work to the full extent in the view of foreclosure.
Employer shall have the option to take over contractor's materials or any part of thereof
brought to site. For materials taken over by Employer, cost of such materials as detailed
by Engineer shall be paid. The cost shall, however, take into account purchase price, cost
of transportation and deterioration or damage which may have been caused to materials
whilst in the custody of the contractor.
Any new item (not covered under this tender document) introduced & sanctioned by
Government as new or as replacement of existing item due to technical reason (or any
other reason) may or may not be included in the scope of work of this tender/contract.
Employer reserves the full right, without being liable for any damages or obligation, to get
it executed separately.
20.6. Termination of Contract on the Death of the Contractor: Without prejudice to any of
the rights or remedies under this contract, if the contractor dies, the Employer shall have
the option of terminating the contract without compensation to the contractor.
20.7. Without prejudice to any of the rights or remedies under this contract, if the client/
Government withdraw the work from Employer due to any reason, at any stage of
construction, the Employer shall have the option of terminating the contract without
compensation to the contractor.

21. Payment upon Rescission /Determination of the Contract:


21.1. If the contract is rescinded (of which rescission notice in writing to the contractor under
the hand of the Engineer shall be conclusive evidence) and in which case the security
deposit of the contractor together with such sum or sums due to him under the contract
shall stand forfeited and be absolutely at the disposal of the Employer.

21.2. If the Contract is determined at the Employer's convenience, the Engineer shall issue a
certificate for the value of the work done, the reasonable cost of removal of Equipment,
repatriation of the Contractor's personnel employed solely on the Works, and the
Contractor's costs of protecting and securing the Works and less advance payments
received up to the date of the certificate, less other recoveries due in terms of the Contract,
and less taxes due to be deducted at source as per applicable law.

21.3. If the contract is Determined due to breach of contract the Engineer may call in other
contractor, or employ daily labour to dismantle bad work if necessary (the bad work to be
certified by the Engineer whose decision shall be final) and to renew and complete the
said works and pay the cost of such contractor for daily labour and price of materials
required for such dismantling, renewing and completion out of the said security deposit or
such sum or sums as may be due to the contractor under this contract, and if such cost be
more than the amount made up the security money and the sum or sums due to the
contractor under this contract the difference between it and the sum made up by the
security money and the balance due to the contractor as aforesaid shall be a debt due from
the said contractor.

In the event of either of the above courses being adopted by the department, the contractor
shall have no claim to compensation for any loss sustained by him by reason of his having
purchased or procured any materials, or entered into any agreements, or made any
advance on account of, or with a view to the execution of the work or the performance of
the contract. And in case the contract shall be rescinded under the provision aforesaid, the
contractor shall not be entitled to recover or be paid any sum for any work therefore
actually performed under this contract, unless and until the Engineer shall have certified in
writing the performance of such work and the value payable in respect thereof, and he
shall only be entitled to be paid the value so certified.

22. Non-Exercise of Contractor Liability to Pay Compensation:


22.1. In any case in which any of the powers conferred upon the department by clause above
thereof shall have become exercisable, the same shall not constitute a waiver of any of the
conditions hereof, and such power shall notwithstanding be exercisable in the event of any
future case of default by the contractor for which by any clause or clauses hereof he is
declared liable to pay compensation amounting to the whole of his security deposit and
the liability of the contractor for past and future compensation shall remain unaffected. In
the event of the Engineer putting in force either of the powers (Clause 21.1) or (Clause
21.3) vested in him under the preceding clauses, he may, if he so desires, take possession
of all or any tools, plant, materials and store in or upon the or site thereof or belonging to
the contractor or procured by him intended to be used for the execution of the work or any
part thereof, paying or allowing for the same in account at prevailing market rates, such
rates to be certified by the Engineer whose certificates thereof shall be final otherwise the
Engineer may issue notice in writing to the contractor or his other authorized agents to
remove such tools, plants, materials or stores from the premises (within a time to be
specified in such notice, and) in the event of the contractor failing to comply with any
such requisition, the Engineer may remove them at the contractor’s expenses or sell them
by auction or private sale on account of the contractor and at his risk in all respects, and
the certificate of the Engineer as the expenses of any such removal, and the amount of the
proceeds and expense of any such sale shall be final and conclusive against the contractor

23. Releases from Performance:


23.1. If the Contract is frustrated by the outbreak of war or by any other event entirely outside
the control of the Employer or the Contractor, the Engineer shall certify that the Contract
has been frustrated. The Contractor shall make the Site safe and stop work as quickly as
possible after receiving this certificate and shall be paid for all work carried out before
receiving it and for any work carried out afterwards to which a commitment was made.

23.2. In case, the work cannot be started due to reasons not within the control of the contractor
within 1/6th of the stipulated time for completion of work or six months, whichever is
later, either party may close the contract. In such eventuality, the Performance Guarantee
of the contractor shall be refunded, but no payment on account of interest, loss or damages
or any compensation for the work remaining unexecuted etc. shall be payable at all.
24. Termination of Work:
The contract may be terminated by competent authority due to default by the contractor.
There may be several conditions which may warrant the termination of work. Which are, but not
limited to the following.
 Willful delay of work.
 Unsatisfactory quality of work.
 Bad behavior of the contractor.
 Progress not being generally maintained as per schedule.
 Leaving of work by the contractor before completion.
 Not full filling the Terms, condition, and specifications of contract bond.
 For termination of contract notice served by the hand of engineer-in-charge shall be sufficient.

Debitable Agency: If a contractor fails to do the construction work properly, the contract agreement of
the contractor may be terminated. In such a situation, another agency or contractor shall be appointed
by the Competent Authority for completing the remaining works in accordance with required
specifications, terms and conditions. The cost of remaining works shall be debited from original
contract. The new contractor is called as debitable agency.
25. Insurance: (Applicable for cost of work put to bid being more than Rs. 40.00 Lacs)
25.1. The Contractor at his cost shall provide insurance cover issued by a public sector general
insurance company, in the joint names of the Employer and the Contractor, valid from the
Start Date to the end of defect liability period, for the following events which are due to
the Contractor's risks:
a) Contractor's All Risk Insurance: The Contractor shall insure the work for a sum
equivalent to the Contract value together with materials and plants for incorporation
therein, to the full replacement cost and it being understood that such insurance shall
provide for compensation to be payable to rectify the loss or damage incurred and an
additional sum of 15% of such replacement cost to cover any additional costs of and
incidental to rectification of loss or damage including professional fees and the cost of
demolishing and removing any part of the work and of removing debris of whatever
nature and it being understood that such insurance shall provide for compensation
being payable to rectify loss or damage incurred or such additional sums as specified
and interests of the Client against all Risks, claims, proceedings, losses or damages,
costs, charges and expenses from whatsoever arising out of in consequence of the
execution and maintenance of the work for which the contractor is responsible under
the Contract.
b) Workmen Compensation & Employer's Liability Insurance: This insurance shall
be affected for all the Contractor's employees engaged in performance of the contract.
The Employer/Client shall not be liable in respect of any damages or compensation
payable at law in respect of or in consequence of any accident or injury to any
workman or any other person employed by the contractor and the Contractor shall
indemnify and keep indemnified the Employer/Client against all such damages and
compensation and against all claims, demands, proceedings, costs, charges &
expenses, whatsoever in respect of or in relation thereof.
c) Third Party Insurance: The Contractor shall be responsible for making good to the
satisfaction of the Engineer any loss or any damage to all structures and properties
belonging to the Client or being executed or procured or being procured by the Client
Department or of the other agencies within the premises of all work of the Client if
such loss or damage is due to fault and or the negligence or willful acts or omissions
of the contractor, his employees, agents, representatives.
d) The contractor shall take sufficient care in moving his plants, equipment and
materials from one place to another so that they do not cause any damage to any
person or to the property of the Client Department or any third party including
overhead and underground cables and in the event of any damage resulting to the
property of the Client Department or to a third party during the movement of the
aforesaid plant, equipment or materials, the cost of such damages including eventual
loss of production, operation or services in any plant or establishment as estimated by
the Client Department or ascertained or demanded by the third party, shall be borne
by the contractor.
e) Before commencing the execution of the work, the contractor, shall insure and
indemnify and keep the Client Department harmless of all claims, against the
contractor's liability for any materials or physical damage, loss or injury which may
occur to any property, including that of the Client Department or to any person
including any employee of Client Department, or arising out of the execution of the
work or in the carrying out of the contract, otherwise than due to the matters referred
to in the provision to (a) above. Such insurance shall be affected for an amount
sufficient to cover such risks. The terms shall include a provision whereby, in the
event of any claim in respect of which the contractor, would be entitled to
receive/indemnify under the policy being brought or made against the Client
Department, the insurer shall wilfully indemnify Client Department against such
claims and any costs, charges and expenses in respect thereof.
f) The contractor shall also at all times indemnify the Client Department against all
claims, damages, or compensation under the provisions of Payment or Wages Act,
1936, Minimum Wages Act, 1948, Employer's Liability Act, 1938, the Workman’s
Compensation Act, 1947, Industrial Disputes Act, 1947 and Maternity Benefit Act,
1961, or any modification thereof or any other law relating thereof, and rules made
there under from time to time.
g) The Contractor shall also at his own cost carry and maintain any and all other
insurance(s) which may be required for the Contractor's Equipment and other things
brought onto the Site by the Contractor, for a sum sufficient to provide for their
replacement at the Site
h) The Contractor shall also at his own cost carry and maintain any and all other
insurance(s) which he may be required to take out under any law or regulation from
time to time. He shall also carry and maintain any other insurance, which may be
required by the Engineer.
i) Cross Liabilities: The insurance policy shall include a cross liability clause such that
the insurance shall apply to the contractor and to the Client Department as separate
insured.
25.2. The Contractor shall prove to the Engineer-in- charge from time to time he has taken out
all the insurance policies referred to above and has paid the necessary premiums for
keeping the policies alive till expiry of the Defects Liability Period.
25.3. Evidence and Terms of Insurance:
The Contractor shall provide evidence to the Engineer as soon as practicable after the
respective insurance have been taken out but in any case, prior to the start of work at the
Site that insurance required under the Contract have been effected and shall, within 84
days of the Commencement Date, provide the insurance policies to the Client Department.
When providing such evidence and such policies to the Client Department, the Contractor
shall notify to the Engineer also. Such insurance policies shall be consistent with the
general terms agreed prior to the issue of the Letter of Acceptance. The Contractor shall
affect all insurance for which he is responsible with insurers and in terms approved by
Client.

25.4. Adequacy of Insurance:


The Contractor shall notify the insurers of changes in the nature, extent, or programme for
the execution of the Works and always ensure the continuity and adequacy of the
insurance in accordance with the terms of the Contract and shall, when required, produce
to the Consultant the insurance policies in force and the receipts for payment of the
current premiums.

25.5. The aforesaid insurance policies shall provide that they shall not be cancelled till the
Engineer-in-charge has agreed for cancellation.
25.6. Remedy on the contractor's failure to insure:
If the contractor shall fail to effect and keep in force the insurance referred to above or any
other insurance which he/they may be required to effect under the terms of the contract
then and in any such case Engineer may without being bound to, effect and keep in force
any such insurance and pay such premium or premiums, as may be necessary for that
purpose and from time to time deduct the amount so paid by the Engineer from any
moneys due or which may become due to the contractor or recover the same as a debt due
from the contractor.

25.7. Compliance with Policy Conditions:


If the Contractor fails to comply with conditions imposed by the insurance policies
effected pursuant to the Contract, the Contractor indemnifies the Client Department
against all losses and claims arising from such failure.

25.8. Insurance policies and certificates for insurance shall be delivered by the Contractor to
the Engineer for the Engineer's approval before the Start Date. All such insurance shall
provide for compensation to be payable in Indian Rupees.
25.9. The Alterations to the terms of insurance shall not be made without the approval of the
Engineer. Both parties shall comply with any conditions of the insurance policies.

26. Tax
26.1. The rates quoted by the Contractor shall be deemed to be exclusive of GST, but shall be
inclusive of all other levies, duties, royalties, octroi, cess (including labour cess), toll,
taxes of Central and State Governments, local bodies, and authorities as applicable on last
stipulated date of receipt of tender including extensions if any. The Employer will perform
such duties in regard to the deduction of such taxes at source as per applicable law.
The Contractor shall, while quoting his rates, take into account the Input Tax Credit
available under the GST Act relevant to the input services/goods required for proper
execution of the work under contract.
26.2. No adjustment i.e., increase or decrease shall be made for any variation in the rate of
Labour Cess, or any other tax, levy or cess applicable on inputs.
26.3. ---DELETED--
26.4. Conditions for reimbursement of levy taxes if levied after receipt of tenders:

26.4.1. Effect of variation in rates of Labour Cess or imposition or repeal of any other tax, levy
or cess applicable on output of the works contract shall be adjusted on either side, increase
or decrease. Provided for Labour Cess, or any other tax, levy or cess varied or imposed
after the last date of receipt of tender including extensions if any, any increase shall be
reimbursed to the contractor only if the contractor necessarily and properly pays such
increased amount of taxes/levies/cess, provides copies of original deposit receipt and such
increased amount is received by the Employer from Client/Govt. Provided further that
such adjustment including any increase in GST shall not be made in the extended period of
contract for which the contractor alone is responsible for delay as determined by the
Employer.
26.4.2. The contractor shall keep necessary books of accounts and other documents for the
purpose of this condition as may be necessary and shall allow inspection of the same by a
duly authorized representative of the Employer and/or the Engineer and further, shall
furnish such other information/document as the Engineer may require from time to time.
26.4.3. The contractor shall within a period of 30 days of the imposition of any such further tax
or levy or cess give a written notice thereof to the Engineer that the same is given pursuant
to this condition, together with all necessary information relating thereto.

27. Dispute Redressal System:


27.1. If any dispute or difference of any kind what-so-ever shall arise in connection with or arising out of this
Contract or the execution of Works there under, whether before its commencement or during the progress of
Works or after the termination, abandonment or breach of the Contract, it shall, in the first instance, be
referred for settlement to the competent authority, described along with their powers in the Contract Data,
within a period of forty-five days
above the rank of the Engineer. The competent authority shall,
after being requested in writing by the Contractor to do so, convey his decision to the
Contractor. Such decision in respect of every matter so referred shall, subject to review as
hereinafter provided, be final and binding upon the Contractor. In case the Work is already
in progress, the Contractor shall proceed with the execution of the Works pending receipt
of the decision of the competent authority as aforesaid, with all due diligence.
27.2. Either party will have the right of appeal, against the decision of the competent authority,
to the arbitration if the amount appealed exceeds rupees one lakh.

28. Procedure for Resolution of Disputes:


28.1. The Competent Authority mentioned in RFP shall give a decision in writing within 45
days of receipt of a notification of a dispute.
28.2. Either party may refer a decision of the Competent Authority to Arbitration within 28
days of the Competent Authority's written decision. Arbitration shall be under the
Arbitration and Conciliation Act 1996. Parties, before or at the time of appointment of
Arbitral Tribunal may agree in writing for fast track arbitration as per the Arbitration and
Conciliation Act, 1996 (26 of 1996) as amended in 2015.
28.3. If neither party refers the dispute to Arbitration within the above 28 days, the Competent
Authority's decision will be final and binding.

28.3.1. It is a term of this contract that the party invoking arbitration shall give a list of
disputes with amounts claimed, if any, in respect of each such dispute along with the
notice for appointment of arbitrator and giving reference to the decision of the Competent
Authority.
28.3.2. It is also a term of this contract that member (s) of the Arbitration Tribunal shall
be a working/retired Chief Engineer Level (II/I) of state government with experience in
handling public works engineering contracts. This shall be treated as a mandatory
qualification to be appointed as arbitrator.

28.4. The Arbitration shall be conducted in accordance with the following procedure, in case
Initial Contract Price is more than Rs. 100.00 Crore: -
a) --------deleted-----
28.5. Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs. 100.00
Crore and below, disputes and differences in which an Adjudicator/Competent Authority
has given a decision shall be referred to a sole Arbitrator. The sole Arbitrator would be
appointed by the agreement between the parties; failing such agreement within 15 days of
the reference to arbitration, he shall be appointed by Municipal Commissioner.
28.6. Arbitration proceedings shall be held at Municipal corporation for which this RFP is
invited or such place as may be fixed by the Arbitral Tribunal in consultation with both
the parties. Failing any such agreement, the Arbitral Tribunal shall decide the venue. The
language of the arbitration proceedings shall be English or as decided by the Arbitrator/
Tribunal. However, language that of all documents and communications between the
parties can be English or Hindi.
28.7. Performance under the contract shall continue even after reference to the arbitration and
payments due to the contractor by the Employer shall not be withheld unless they are the
subject matter of the arbitration proceedings.

29. Labour:
29.1 The Contractor shall, unless otherwise provided in the Contract, make his own
arrangements for the engagement of all staff and labour, local or other, and for their
payment, housing, feeding and transport.
29.2 The Contractor shall, if required by the Engineer, deliver to the Engineer a return in
detail, in such form and at such intervals as the Engineer may prescribe, showing the staff
and the numbers of the several classes of labour from time to time employed by the
Contractor on the Site and such other information as the Engineer may require.

30. A-Compliance with Labour Regulations


During continuance of the Contract, the Contractor and his Sub Contractors shall abide at all
times by all existing labour enactments and rules made there under, regulations, notifications
and bye laws of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notification that may be issued
under any labour law in future either by the State or the Central Government or the local
authority. The Contractor shall keep the Employer indemnified in case any action is taken
against the Employer by the competent authority on account of contravention of any of the
provisions of any Act or rules made there under, regulations or notifications including
amendments. If the Employer is caused to pay or reimburse, such amounts as may be necessary
to cause or observe, or for non-observance of the provisions stipulated in the notifications/bye
laws/Acts/Rules/regulations including amendments, if any, on the part of the Contractor, the
Engineer/Employer shall have the right to deduct any money due to the Contractor including his
amount of performance security. The Employer/Engineer shall also have right to recover from
the Contractor any sum required or estimated to be required for making good the loss or damage
suffered by the Employer.
The employees of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the Employer at any point of time.
Security Deposit of the work shall not be refunded till the contractor produces a clearance
certificate from the Labour Officer. As soon as the work is virtually complete the contractor
shall apply for the clearance certificate to the Labour Officer under intimation to the Engineer.
The Engineer on receipt of the said communication shall write to the Labour Officer to intimate
if any complaint is pending against the contractor in respect of the work. If no complaint is
pending, on record till after 3 months after completion of the work and/or no communication is
received from the Labour Officer to this effect till six months after the date of completion, it
will be deemed to have received the clearance certificate and the Security Deposit may be
released if otherwise due.
SECTION 3
APPENDIX A

3. TECHNICAL PROPOSAL – STANDARD FORMS

3A. Technical Proposal submission form.

3B. Firm’s references.

3C. Comments and suggestions on the Terms of Reference and on data services, and facilities to be

provided by the Employer.

3D. Description of the methodology and work plan for performing the assignment.

3E. Team composition and task assignments.

3F. Format of Curriculum Vitae of proposed professional staff.

3G. Time schedule for professional personnel.

3H. Activity (work) schedule.

3I. Declaration for non blacklisting/Non debarment by any Government department/agency/PSU etc.

3J. Declaration for No conflict of interest.

3K. Litigation History with details of award, pendency, client name, date and other relevant detail.

3l. General Information Form 1


3A. TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]
FROM: (Name of Firm) To: (Name and Address of Employer)
___________________ _______________________________
___________________ _______________________________
___________________ _______________________________

Ladies/Gentlemen:

Subject: Hiring of Consultancy Service for ____________________________

_____________________________ Technical Proposal.

We, the undersigned, offer to provide the consulting services for the above in accordance with
your request for Proposal dated [Date], and our Proposal. We are hereby submitting our Proposal
which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

If negotiations are held during the period of validity of the Proposal, i.e., before [Date] we
undertake to negotiate on the basis of the proposed staff. Our proposal is binding upon us and subject
to the modifications resulting from contract negotiations.

We understand you are not bound to accept any Proposal you receive.

We remain,
Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
3B. FIRM’S REFERENCES
Relevant Services Carried Out in the Last Ten Years

That Best Illustrate Qualifications

Using the format below, provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies within an
association, was legally contracted.

Assignment Name: Country:


Location within Country: Professional Staff Provided by
Your Firm/entity (profiles):
Name of Employer: No. of Staff:
Address: No. of Staff-Months; duration
of assignment:
Start Date (Month/Year): Completion Date Approx, Value of Services (in
(Month/Year): Rs)
Name of Associated Consultants, if any: No. of Months of Professional
Staff, provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:

Firm’s Name:__________________________________________
3C. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF
REFERENCE AND ON DATA, SERVICES AND FACILITIES TO BE PROVIDED BY
THE EMPLOYER
-----------------------------------------------------------------------------------------------------------
On the Terms of Reference:

1.
2.
3.
4.
5.

On the data, services, and facilities to be provided by the Employer

1.
2.
3.
4.
5.

CONSULTING FIRM’S NAME:


3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING
THE ASSIGNMENT
-----------------------------------------------------------------------------------------------------------
3E. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical / Managerial Staff

Si. No Name Position Task


1.
2.
3.
4.

2. Support Staff

S. No. Name Position Task


1.
2.
3.
4.
3F. FORMAT OF CURRICULUM VITAE (CV) FOR

PROPOSED PROFESSIONAL STAFF

Proposed Position: ________________________________________________


Name of Firm: ________________________________________________
Name of Staff: ________________________________________________
Profession: ________________________________________________
Date of Birth: ________________________________________________
Years with Firm/Entity: ___________________ Nationality: ___________________
Membership in Professional Societies: _____________________________________
____________________________________________________________________
____________________________________________________________________
Detailed Tasks Assigned: ________________________________________________
_____________________________________________________________________
Key Qualifications:
[Give an outline of staff member’s experience and training most pertinent to tasks on assignment.
Describe degree of responsibility held by staff member on relevant previous assignments and give dates
and locations. Use about half a page.]
____________________________________________________________________

Education:
[Summarize college/university and other specialized education of staff member, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a page.]
____________________________________________________________________
Employment Record:
[Starting with present position, list in reverse order every employment held. List all positions held by
staff member since graduation, giving dates, names of employing organizations, titles of positions held,
and locations of assignments. For experience in last ten years, also give types of activities performed
and Employer references, where appropriate. Use about three-quarters of a page.]
_______________________________________________________________________

Languages:
[For each language indicate proficiency: excellent, good, or poor; in speaking, reading and writing]
_______________________________________________________________________
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me,
my qualifications, and my experience.

_____________________________________________________Date: ______________

[Signature of staff member and authorized representative of the Firm] Day/Month/Year

Full name of staff member: ________________________________________________

Full name of authorized representatives: ____________________________________

Note: CV of each individual should be signed in original by the respective staff member along with
the date and endorsed by the authorized representative of the lead firm.
3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Si. No. Name Position Reports Months (in the form of a Bar Chart)
Due/Activities
1 2 3 4 5 6 Number of Months

Full-time: ___________ Part-time: ______________

Reports Due: ___________

Activities Duration: ___________ Signature: ___________________________

(Authorized Representative)

Full Name: _____________________

Title: _______________________

Address: ____________________
3H. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items:


Si. No. Item of Activity (work) Month wise Program (in form of Bar Chart)[1st, 2nd ,etc. are
months from the start of assignment]
1st 2nd 3rd 4th 5th 6th
__________________
__________________
___________________
___________________
___________________

B. Completion and Submission of Reports


Reports: * Programmed: (Date)

* MODIFY AS REQUIRED FOR THE ASSIGNMENT.


(Consultants will indicate as per the requirement)
3I and 3J AFFIDAVIT for non debarment/non blacklisting/No conflict of interest/No
bond rescind during last 5 years ending previous month from the month of invitation of
tender
Certificate
(The Certificate is to be typed on stamp paper worth Rs. 10/- duly signed and notarized with date,
affixing a revenue stamp of Rs. 2/- only)

This is to inform that our firm


M/s………………………………………………………………………………………………
………………………………………..is participating for the bids as invited vide
………………………………….dated…………….. by the department for preparation of
IUSWDMP for the Municipal Corporation of………………………..in the state of Uttar
Pradesh and we certify the following:-
1. Not Debarred or not black-listed by any government department/government agency/
PSU’s at the time of bid.

2. Further it is certified that our firm has no conflict of interest with the department
whatsoever with respect to bidding for the said services.

3. It is also certified that ……………..number of bond/s has been rescinded in the past 5
years.

In case any of the above information is found false, the department reserves the right to take
any action against our firm for which we indemnify the department.
Further it is to inform that in case any changes to above conditions are met during the bid
validity period/bids evaluation period, we shall inform the change to the department and our
bids may be evaluated accordingly for which we indemnify the department.

Signature of Bidder
Form 1: General Information
1. All Agencies/firms applying for pre-qualification are requested to complete the information in this form.
2. Where the Bidder proposes to use subcontractors for critical components of the works or for work
contents more than 5 percent of the value of the whole works, the following information should also
be supplied for the specialist agencies (s)
1 Name of firm.

2 Principal Place of business-

3 Correspondence Address:

4 Office Telephone: Mobile:

5 Fax: E-mail:

6 Place of incorporation/registration: (Attach Date of incorporation:


copy) Registration valid up to:

7 Constitution or Legal status of bidder- (Attach copy)


a) An individual
b) Proprietary firm c) Partnership firm
d) Limited company or corporation
Another (Pl. specify)

8 Power of Attorney of signatory of Bid (Attach)

Name of the Directors /Partners Position in the company Nationality.

1
2

Name of persons to be contacted and their contact details

Name Address Phone No. / Mobile E-mail

Signature of Bidder
Form 1 A: Declaration Form (Earnest Money)

I / We deposit herewith an Earnest Money for (Rs. in words) ............................. in the following form
as per clause 4.4.12/ as well as NIT.

I/We also agree to deposit requisite performance security/ additional performance security/
security money as per conditions of this tender document.

The details of deposit of Earnest Money are given below:

Sr.No. Description Amount Period of Name of Issuing Remarks


Rs. Validity Bank/Post Office

DATE SIGNATURE & SEAL

ADDRESS NAME
Form I B: Declaration Form (Bid Validity)
(AFFIDAVIT OF BID VALIDITY)

IMPORTANT: -

1- This affidavit is to be furnished positively at the time of submitting the tender.

2- The affidavit is to be typed on stamp paper worth Rs. 100/- duly signed and notarized, affixing a
revenue stamp of Rs. 2/- only and the expenditure incurred shall be borne by the tenderer.

AFFIDAVIT FORM

Tender invited by ………………………………………………… ……………………

Tender for ………………… ………… …………… ……………… ……………… ……

Tender Notice No.& Date ………………………………………………………………

Name of Tenderer ……………………………………………………………………….

IN CONSIDERATION of the CONSTRUCTION & DESIGN SERVICES U.P.JAL NIGAM (Urban) having
treated the bidder to be an eligible person, whose tender may be considered, the bidder hereby
agrees to the conditions that the proposal in response to the above invitation shall not be
withdrawn within 120 (One hundred and twenty) days from the date of opening the tender, also to
the condition that if, the bidder does withdraw his proposal within the said period, the earnest
money deposited by him may be forfeited by the CONSTRUCTION & DESIGN SERVICES U.P.JAL
NIGAM and I/we may, in addition to other actions detailed in bid document, be debarred from
tendering for a period of one year reckoned from the date of opening of the tender, as per
discretion of the later.

Signed this………day of ……… 202...

Signed by: -

(BIDER)

Signature & Seal

Witness: -

1…………………………………….

2…………………………
Form I C: Shapath Patra in Hindi
Paste a recent
'kiFk&i= ¼STANDARD AFFIDAVIT½ colored
photograph duly
attested by
Gazetted officer

eSsa -------------------------------------------------------------------------------- iq= Jh --------------------------------------------------------------------- fuoklh ---


--------------------------------- -------------------------------------- -------------------------------------------------------------------------------------------------------------
¼LFkk;h irk½ ----------------------------------------------------------- ---------------------------------------------------------¼vLFkk;h irk½ -------------------
------------------------------------- --------------------------------------------------------------------------------------- dk fuoklh gwaWA
eSa 'kiFkiwoZd fuEu ?kks"k.kk djrk gwWa% &

1- ¼ykxw ughaA½
2- esjs ikl i;kZIr py vkSj vpy lEifRr gS vkSj O;olkf;d :i ls eSa bl fufonk }kjk vkeaf=r
dk;ksZ dks iwjk djus ds fy, l{ke vkSj leFkZ gwaW A esjs ikl vko';d e'khusa vkSj midj.k vkfnHkh
gaS rFkk eq>s bl dk;Z dk i;kZIr vuqHko gSA
3- lh- ,.M Mh-,l-] m-iz-ty fuxe }kjk ¼dk;Z dk fooj.k fy[kk tk;as½ ---------------------------------------------------
------------------------------------------------------ dh fufonk fuxZr dh x;h gSa] mlds fy;s eS foHkkx }kjk fu/kkZfjr
izk:I ij fufonk Hkj jgk gwaWA
4- eS ?kks"k.kk k.kk djrk gWa fd esjs }kjk fufonk esa nh x;h njkssa dks th- th-,l-,l-Vh-
Vh- ,sDV ds vUrxZr
fu;ekuqlkj izkIr gksus okys buiqV VSDl dzsfMV dk laKku ysrs gq, Mkyk x;k gSA esjs }kjk fufonk
esa Mkyh x;h njksa dks 120 ¼,d lkS chl½ fnu rd oS/k j[kk tk;sxk A
5- esjs }kjk fn;s tk jgs fofHkUu izek.k i= tSls iathdj.k izek.k i= ¼;fn ykxw gks rks½ ]
pfj= izek.k i=] vk;dj izek.k i=] th-,l-Vh- izek.k i=] fcM flD;ksfjVh izek.k i=] lkWYosUlh
izek.k i=] fcM dSfiflVh izek.k i=] vuqHko izek.k i=] VuZvksoj izek.k i= ¼vFkkZr leLr
Format½ vkfn dk izek.ki= rFkk vU; lqlaxr vfHkys[k vkfn fufonk izi= ds lkFk viyksM dj
fn;s x;s gSa] ftudh lR;rk izekf.kr dh tkrh gSA
6- esjs fo:) vijkf/kd eqdneksa dk fooj.k fuEu izdkj gS A ;gka iwjk fooj.k fn;k tk;sA
1- eqdnek uEcj ----------------------------------------------------------------------------------------
2- /kkjk;sa ----------------------------------------------------------------------------------------------------
3- Fkkuk ------------------------------------------------------------------------------------------------------
4- tuin ----------------------------------------------------------------------------------------------------
7- U;k;ky; ¼tgka eqdnek py jgk gS½ ----------------------------------------------------------------------------------------------------

8- eSalh- ,.M Mh-,l-] m-iz- ty fuxe vFkok jkT; ljdkj ds vU; foHkkxksa }kjk CySd
fyLVsM Bsdsnkj dh Js.kh esa ugh vkrk gwaWA eSa vijkf/kd xfrfof/k;ksa] ekfQ;k rFkk xSaxsLVj
xfrfof/k;ks avkSj laxfBr vijk/k djus dh xfrfof/k;ksa vkSj vlekftd dk;ksZ vkfn esa fyIr ugha
gwWaA eSa ekfQ;k vkSj vijk/kh ugha gwaWA esjk pky&pyu] dk;Z rFkk vkpj.k mRre gSA
9- esjs fo:) tuin esa rFkk izns'k esa dksbZ Hkh eqdnek ntZ ugha gSA
10- ;fn Bsdk izkIr djus ds i'pkr esjs fo:) ekfQ;k xfrfof/k;ksa@vlkekftd xfrfof/k;ksa o
laxfBr vijkf/kd xfrfof/k;ksa esa fyIr gksus ds ckjs esa dksbZ f'kdk;r izekf.kr ik;h tkrh gS] vFkok
esjs }kjk rduhdh ,oa foRrh; {kerk ds lEcU/k esa izLrqr fooj.k @ izek.k i= vlR; ik;k tkrk
gS] rks l{ke vf/kdkjh dks ;g vf/kdkj gksxk fd og esjk Bsdk@vuqca/k fujLr dj nsaA bl ij
eq>s dksbZ vkifRr ugha gksxh@esjs }kjk ;fn foHkkx@jkT; ljdkj ds fo:n dksbZ vijkf/kd dk;Z
fd;k tkrk gS vFkok ljdkjh /ku dk xcu fd;k tkrk gS] rks l{ke vf/kdkjh dks ;g vf/kdkj
gksxk fd og esjs fo:) vijkf/kd eqdnek lqlaxr /kkjkvksa@ fu;eksa ds vUrxZr ntZ dj nsaA
11- eSa vuqca/k dh 'krksZa ds vuqlkj le; ls iwjh xq.koRrk ds lkFk rFkk fu/kkZfjr fof'kf"V;ksa ds
vuq:i dk;Z iwjk d:axk vkSj foHkkx dks iwjk lg;ksx iznku d:axkA
12- esjk dk;Z ,oa vkpj.k mRre gaSA
13- eSa 'kiFkiwoZd ?kks"k.kk djrk gwa fd esjk LFkkbZ irk vkSj vLFkkbZ irk fuEu izdkj gS&
¼v½ LFkkbZ irk ¼nwjHkk"k lfgr½ ---------------------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
--------------¼c½ vLFkkbZ irk ¼nwjHkk"k lfgr½-------------------------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------------------------------------------------------------------
¼;gka iwjk irk nwjHkk"k lfgr ,oa fiu dksM lfgr fy[kk tk;sa½
14- eSa 'kiFkiwoZd ?kks"k.kk djrk gwa fd mijksDr irs ij jgrk gwa rFkk foHkkx }kjk iznku fd;s x;s
dk;Z ds iwjk gksus rd esjs fdlh irs esa lkekU;r% dksbZ ifjorZu ugha gksxk ;fn vifjgk;Z
ifjfLFkfr;kas esa fdlh irs esa ifjorZu vkrk gS rks bldh lwpuk eSsa rRdky lacaf/kr izkf/kd`r
vf/kdkjh] vkSj ftyk eftLVªsV@ dysDVj dks nwaxkA
15- esjk iSu ua0 ------------------------------------------------------------------- gSA ¼vk;dj foHkkx }kjk iznRr izek.k i=
layXu fd;k tk;s½
16- esjk vk/kkj la[;k ¼izksijkbZVj@ikVZujf'ki QeksZa gsrq½---------------------------------------------¼vk/kkjdkMZ dh
LolR;kfir izfr layXu dh tk;½
17- esjk th-,l-Vh- iath;u la[;k ----------------------------------------------gSA¼iath;u izek.ki= dh LolR;kfir
izfr layXu dh tk;½
18- eSa viuh iw.kZ tkudkjh esa iwjs gks'kksa gokl esa LoLFkfpRr ls iwjh lR;fu"Bk ls rFkk LosPNk ls
;g 'kiFk&i= fy[k dj nsa jgk gwa A bZ'oj esjh en~n djsaA

fnuakd % 'kiFkh dk iwjk gLrk{kj


iwjk uke&
irk&

uksV&
1- ;g Lo?kks"k.kk 'kiFk i= :0 100@&
100@& ¼:0 ,d lkS½ ds LVkEi isij ij uksVjh }kjk lR;kfir
djkrs gq, fn;k tk;sxk] rFkk 'kiFk i= ds leLr fcUnqvksa dks lekfgr fd;k tk;sxk] vU;Fkk
fufonk vLohdkj dh tk ldrh gSA
2- vlR; 'kiFk&i= nsuk ,d laxhu vkSj laKs; vijk/k gSA
3- lacaf/kr O;fDr }kjk ikliksVZ lkbt dk viuk jaxhu QksVksxzkQ] tks jktif=r vf/kdkjh }kjk
izekf.kr gks] 'kiFk &i= ds Åij fu/kkZfjr LFkku ij pLik fd;k tk;sxkA
4- Bidders from outside the State may translate the above format in English and submit the
notarized affidavit, however the contents should remain the same. Any discrepancy due to
translation may lead to disqualification. Department shall not be liable for discrepancies
arising due to translation.
5- In case of a company, It has to be submitted by the authorized person by the company.
Form I D: --------deleted------
Form II A: Financial Information
Details to be furnished duly supported by Audited Balance sheets/profit & loss account for the
previous 5 (Five) Financial years ending 31.03.2024 or latest duly certified by the Statutory Auditors
submitted by the Bidder to the Income Tax Department.

Banker

Name of Banker-

Address of Banker-

Telephone Contact name & Title

Fax Email-

Sl. Particulars Financial Year


No.

1 Gross Annual
Turnover on
Consultancy works
2 Profit/Loss
3 Share Capital /
Fixed Assets
4 Net Worth
5 Current liabilities:
a) Book Cash credit
b) Other sundry creditors
6 Solvency

Note-
(1) The information provided above shall be certified by the Statutory Auditor of Firm and
supported by copies of tax returns.
(2) Permanent Account Number (IT):
(3) Goods &Service Tax Registration Number.
(4) Acknowledgement of Income Tax return: for the last 3 years. (Enclose copies for the Last
Three Years)

Signature of Chartered Accountant with Seal. Signature of Bidder


& UDIN No.
Form II B: ------Deleted------
Form III: Details of Similar completed works

Sl. Name Brief Name of Aggregated value Scheduled Reasons of


of executed dates of delay if any
No. of Work Scope of client
works1
Work Start of Completion of
Department/
(Rs. in Lacs) work work
Employer

Note:

1) The attested photocopy of the experience certificate of the Engineer-in- charge not below the
rank of Executive Engineer/Project Manager/ Project Head be appended with the detail. In the
absence of these documents, the work would not be considered for eligibility criteria.
2) Please furnish information regarding similar types of works completed during last 10 Years in the
same name and style.

Signature of Bidder

1
Certified by an authority not below the rank of Executive Engineer/ Project Manager/ Project Head.
Form IV: --------Deleted--------
Form V: Personal Capability

S. Designation Total Number Number Name Qualification Date Experience Remarks


No. number available stationed of in Yrs.
for this at Birth
work concerned
ULB for
this work

1 2 3 4 5 6 7 8 9 10

Note:-
1) Bidders to submit the above information as per requirement of this RFP.
Form VI A: Similar Works Experience (Govt. Works)

Name of work/project & location:

Nature of work:

Estimated cost:(Rs. Lacs) ...........................................

Actual completion cost:(Rs. Lacs) ...........................................

Date of start: ...................................

Date of completion

(I) Scheduled date of completion: ...........................

(ii) Actual date of completion: ...................................

Scope of Works: - (to be described in brief)

Deliverables: -

Whether the proposal was approved – Yes/No (Please furnish supporting documents as proof of
sanctioning of the project by concerned agency/Government)

Amount of compensation levied for delayed completion, if any: - ..................

(If levy of compensation not yet decided, it may be mentioned accordingly)

Performance Report: Very Good/Good/Fair/Poor

Dated: Executive Engineer/ Project Manager or Equivalent

(Seal)

Note: -The performance certificate should be clear and exhaustive enough to establish similarity
with the works under Bid and shall furnish all the information as required by this proforma. The
proforma is only for guidance.
Form VI B: -------------DELETED-----------------
Form VII: Equipment Capability
Sr. No Name of equipment Nos. Capacity Remarks

1 2 3 4 5
Equipment for Survey
1
2
3
….
Software’s for modelling and designing
1
2
3
….

Any other Details (Please mention in brief)


1
2
3

Signature of Bidder
Form VIII: Litigation History
Name of Bidder or Partner of a Firm:

(The affidavit is to be typed on stamp paper worth Rs. 10/- duly signed and notarized with date,
affixing a revenue stamp of Rs. 2/- only)

Date of Name of client, cause of Contract Disputed Actual Award


Award or litigation, and matter in value amount (Rs. awarded
For or
filing (if in dispute and name of In Lacs) amount
(Rs. In Lacs) against
process) claimant party
(Rs. In Lacs) Bidder

Bidders including their partners shall provide information on the history of the litigation or
arbitration resulting from contracts executed or under execution during the last five (5) years.

Providing any false or misleading information, or hiding any information, may result in
disqualification of the Bidder.

In addition, the bidder shall certify that they are not banned by U.P. Jal Nigam /
CPWD/PWD/MES/ OR any other Govt. agency.

Signature of Bidder
Form IX: Letter Comprising Bid

To,

..............................

Construction & Design Services,

UP Jal Nigam (Urban)……...........(U.P.)

Sir,

Name of Work:

................................................................................................................................................

1. Having examined the Press Note, Notice Inviting Tenders and bid document I/ We offer to execute
the works described above and remedy any defects therein in conformity with the Conditions of
Contract, specifications, drawings, Bill of Quantities and Addenda for percentage rate below/
percentage above/ at par as in the financial bid, as referred to in relevant clauses of Instructions to
Bidder.
2. I/We confirm that our bid is according to the term & conditions and specifications laid down in the
bid documents. I/we have furnished all information and details necessary for eligibility and have no
further pertinent information to supply.
3. I/we also authorize employer or his representative to approach individuals, employers, firms, and
corporations to verify our competence and general reputation.
4. I/We undertake to commence the works on receiving the Notice to Proceed with work in
accordance with the contract documents.
5. I/We agree to keep the offer in this tender valid for a period of 120 (One hundred and twenty)
days as mentioned in the bid documents and not to modify the whole or any part of it for any reason
within the above period. If the tender is withdrawn by me/us for any reason whatsoever, the Earnest
Money deposited by me/us will be forfeited by the Construction & Design Services, U. P. Jal Nigam,
and other actions in accordance with bid documents may be taken against me.
6. Further, I/We agree that in case of forfeiture of Earnest Money or Performance Guarantee as
aforesaid, I/We shall be debarred for participation in the re-tendering process of the work.
7. I/we hereby distinctly and expressly declare and acknowledge that before the submission of
my/our tender I/we have carefully followed the instructions in the tender document and that I/we
have made such examination of the contract documents and of the plans, specifications and
quantity, and of the location where the said work is to be done, and such investigation of the work
required to be done and in regard to the materials required to be furnished as to enable me/us
thoroughly understand the intention of the same and the requirements, covenants, agreements
stipulations and restrictions contained in the contract and in the said plans and specifications and
distinctly agree that I/we will not hereafter make any claim or demand upon Construction & Design
Services, U.P. Jal Nigam based upon or arising out of any alleged misunderstanding or
misconception, mistake on my/our part of the said requirements, stipulations, restrictions and
conditions.
8. I understand that quantities given in Bill of Quantities in Financial cover are liable to change upto
any extent. I will not demand any compensation/cost on this account.
9. I/we have deposited and uploaded proof of EMD deposit for Rs. ……………… for the work.
10. If my/our tender is not accepted, this sum shall be returned to me/us latest within 30th day of
award of contract. If my/our tender is accepted, the earnest money shall be returned to me/us on
my/our entering into contract agreement duly furnishing performance/additional performance
security deposit. If upon intimation being given to me/us by the Construction & Design Services, U.
P. Jal Nigam of performance security/additional performance security deposit defined in Tender
Document, I/we fail to deposit the same, then I/we agree to the forfeiture of the earnest money.
11. I/We undertake and confirm that eligible similar work(s) has/have 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 I/We shall be debarred for tendering in future forever. Also, if such a
violation comes to the notice of Department before date of start of work, the Engineer shall be free
to forfeit the entire amount of Earnest Money Deposit/Performance Guarantee/Additional
Performance Guarantee.
12 Any notice required to be served on me/us if delivered to me/us personally or forwarded by post
to me/us (registered) or left at my/our address given herein, such notice shall if sent by post, be
deemed to have been served on me/us at the time when in due course of post, it would be delivered
at the address to which is sent.
13. I/we fully understand that the written agreement (to be entered into between me/us and the
Construction & Design Services, U. P. Jal Nigam) shall be the foundation of the rights of both the
parties and contract shall not be deemed to be complete until agreement has first been signed by
me/us and then by the proper officer authorized to enter into contract on behalf of the Construction
& Design Services, U. P. Jal Nigam.
14. I/we understand that you are not bound to accept the lowest or any bid you receive.
Encl: As above

Address with phone No. Signature of Contractor/Tenderer

Name-

Dated the ……………………… day of …………………… 202

Signature of Witnesses:
COVER B

FINANCIAL PROPOSAL
APPENDIX B

FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date]
FROM: (Name of Firm) To: (Name and Address of Employer)
___________________ ______________________________
____________________ ______________________________
Ladies/Gentlemen:
Subject: Hiring of Consultants’ Services for ________________________
___________________________ Financial Proposal.

We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal date [Date], and out (technical and Financial
Proposals). We submit our financial proposal in the format attached:
Our financial proposal shall be binding upon us subject to the modifications resulting
from contract negotiations, up to expiration of the validity period of the proposal, i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing) the
above contract, we will strictly observe the laws against fraud and corruption in force in India
namely “Prevention of Corruption Act, 1988”.
We understand you are not bound to accept any Proposal you receive.
We remain,

Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of the Firm:
Address:
FINANCIAL BID
Rate (LS in Rupees)
Sl. No Project component
Unit In Figures In Words
LS
BOQ1 Preparation of Integrated Urban
Storm Water Drainage Master Plan
(IUSWDMP) for Development
Authority/Nagar Nigam area, and
other allied works as per specified
scope of works. The quoted rate
shall not include GST.
% of DPR
BOQ2 DPR preparation charges as per
cost
scope in the tender document
including detailed survey, collection
of data, stakeholder meeting,
presentation, aiding in vetting,
aiding in approval process etc
required for proper completion of
works. The quoted rate shall not
include GST.
Grand Total

Note: -
1. In case of discrepancy between quoted rate in figures and quoted rate in words; rates
quoted in words shall prevail.
2. In BOQ 1, the bidders shall quote for all the catchment that contribute to the runoff in
ULB area even if it is outside the ULB or Development Authority Area. The
administrative area of ULB or development authority area doesn’t govern the cost.
3. DPR cost shall not include GST, payments to other department, NOC payments, TPI
charges, Bought out item charges, Centage, Labour cess, Contingencies etc.

You might also like