Professional Documents
Culture Documents
3.0 The offer(s) shall be valid for a period of 60 (Sixty) days from the date of opening the
tenders. Conditional bids shall be rejected.
7.0 Eligible bidders are require to submit Original copy of EMD, Tender Fee,
and Hard copy of Technical Proposals for the above works addressed to:
Chief General Manager (Civil Design)
Civil Design Division, WAPCOS Limited
76-C Institutional Area
Sector-18 Gurugram-
122015
Aforementioned documents are required to be submitted in original up to 15.00
Hrs of 17.12.2019 either by registered post/courier service or by hand, failing
which the bid will be declared non- responsive. WAPCOS shall not be
responsible for any postal delay on any account. In case date of submission
happens to be holiday, then documents may be submitted on next working day
up to 15.00 Hrs.
8.1 Bidders shall submit the Technical Proposal in the formats at Annex-II
(“Technical Proposal”).
9.2 The quoted rates/amounts shall cover the costs of executing all activities
defined in scope of work. The quoted rates/amounts shall cover costs of
remuneration, accommodation, lodging, boarding, transportation, insurance,
equipment, material, and other expenses related to the Agency’s
staff/manpower and the works to be executed. The Agency shall not require
or demand any other reward or compensation, either in the form of currency or
in other forms, from WAPCOS. All the taxes/statutory duties etc. except GST
required in the place of work shall be borne by the Agency.
9.4 The financial proposal submission forms are enclosed at Annex-III respectively.
Also, the Bidder in their own interest should inspect and examine the site and its
surroundings and satisfy them, before submitting their Proposal, in respect of the
site conditions including but not restricted to the following which may influence or
affect the work or cost thereof under the Contract:
a. Site conditions including access to the site, existing and required roads and
other means of transport/ communication for use by them in connection with the
works;
b. Ground conditions including those bearing upon transportation, disposal,
handling and storage of materials required for the work to be performed at the
Projects;
c. The type of equipment and facilities needed, preliminary to, for and in the
performance of the work; and
d. All other information pertaining to and needed for the work including information
as to the risks, contingencies and other circumstances which may influence or
affect the work or the cost thereof under this Contract.
e. Environmental Aspects.
f. Applicable taxes.
13.0 Delivery and Payment Schedule
S.No. Payment
Description of Time Period Percentage of
Deliverables approved total cost
1 Submission of Survey 20 days from issue of of 40%
Drawings and Survey LoI/Work Order consultancy
data as per the scope awarded
of work
2 Submission of Final 30 days from issue of 60%
Survey Drawings and LoI/Work Order
Survey Data after
incorporating the
recommendations, if
any
Note:
1. The required numbers of hard copies, as desired by client/WAPCOS, shall be
provided by the bidder, no extra payment shall be made to the agency
2. Soft copies of all the data, maps, surveys, etc. shall be provided by bidder in
the form of AutoCAD, MS Word, MS Excel, PDF formats etc.
If the bidder fails to complete the various job assigned to him as per the
scope of the work in the given time mentioned under progress Schedule he
is liable for compensation. He shall, without prejudice to any other right or
remedy be liable for compensation @ 0.5% per week or such smaller
amount as may be fixed by accepting authority on the contract value.
When delay in completion of the work/part work amounts to less than a week
the compensation payable shall be proportional to the number of days involved
provided that the total amount of compensation for delay to be paid under this
condition shall not exceed
10 per cent of the contract value of the
work.
The amount of compensation may be adjusted or set off against any sum
payable to the bidder under this or any other contract with the Client.
The Engineer In charge shall keep a watch as to whether the actual physical
progress of works is as per the progress schedule and in case the Bidder
defaults in achieving progress on works at intermediate stage as per this
schedule and continue to do so even after one month after a notice in writing
from the Engineer In charge, the Bidder will render himself liable to action as
provided above.
16.0 Performance Guarantee
A performance guarantee of 5 (five) % of the value of the work order shall be
payable by the Bidder (successful bidder) within Seven days of award of the
work. The EMD shall be adjusted against the performance guarantee. The
balance of the performance guarantee shall be paid by the Bidder by the Bank
draft. Failure of the bidder to comply with the requirements as specified above
within 7 (seven) days from the date of Letter of Award shall constitute
sufficient grounds for the annulment of the award and forfeiture of EMD.
The services to be provided by Bidder for the study will cover the following:
i. Contour plan of the project area from about 200 meters upstream of the
proposed intake works or 200 metres upstream of submergence, whichever is
more upto about 200 metres down stream of tailrace junction with the stream.
In the lateral direction the contour plan should extend by about 10 metres
above the proposed full supply level except in case of surge tank where it
should be extended by about 10 metres above the upsurge level in an area of
about 100 metres around the proposed surge tank location. The scale of this
contour plan shall not be lesser than 1 in 1000 with at least 2 metre contour
interval.
ii. Contour plan of the area around intake and diversion works from 200 metres
upstream of intake to 300 metres downstream of the proposed weir location
and upto at least 10 metres above the proposed full supply level. The scale of
this contour plan shall not be lesser than 1 in 200 with a maximum of 1 metre
contour interval.
iii. Contour plan of the area around desilting tank from the river upto 5 metres
above F.S.L. from 100 metres upstream to 100 metres downstream of the
proposed location and in a scale not lesser than 1 in 200 with 1 metre contour
interval.
iv. Contour plan at the locations of cross-drainage works in an area of 200 m x
200 m with the proposed location of cross drainage work at the centre. The
scale of these contour plans shall be at least 1:200 with 1 metre contour
interval.
v. Contour plan of the power house complex covering proposed locations of the
surge tank / forebay, penstock, power house, switchyard, tailrace. The area
covered should be at least 100 metres beyond the proposed locations of the
above works on either side. The scale of this contour plan shall be at least
1:200 with 1 metre contour interval.
vi. Longitudinal section of river water line on a particular day from 200 metres
upstream of the proposed diversion / intake location or 200 metres upstream
of submergence whichever is more upto 200 metres downstream of the
proposed junction of tailrace and the river. The proposed locations of various
works and those of the junctions of rivulets crossing the water conductor
system should be marked on the longitudinal section.
vii. Cross-sections of the river at the locations of diversion weir and junction of
river and tailrace and 50 metres upstream and downstream of the same.
These sections shall also be marked on contour plans of the structures such
as Diversion Weir, Water conductor System, Power House Building and Tail
Race Channel.
viii. Longitudinal sections of the river from about 200 metres upstream to about
200 downstream of the proposed locations of the cross-drainage works.
ix. Cross-section of the river at the locations of cross-drainage works.
x. To carry out the detailed survey of Approach roads to power house and fixing
of alignment.
TECHNICAL PROPOSAL – FORM-1 GENERAL
3. Whether Registered
4. Registered Address
5. Present address
6. Telephone Nos
8. Fax No
9. E-mail
15. Man power on regular payroll, pl. submits details of their qualification &
experience.
Signature of Bidder
(Name and Stamp)
Annex-II
3. 2016-17
4. 2017-18
5. 2018-19
Certificate from the Statutory Auditors
This is to certify that.................... (Name of the Bidder) has turnover
shown above against the respective years.
Name of the audit
firm: Seal of the
audit firm Date:
In case the Bidder does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual
accounts of the Bidder.
Signature of Bidder
(Name and Stamp)
FORM-3 QUALIFICATION AND EXPERIENCE OF MANPOWER
Signature of Bidder
(Name and Stamp)
FORM-4 SIMILAR EXPERIENCE
Signature of Bidder
(Name and Stamp)
Annex-III
FINANCIAL PROPOSAL
FORM-F1
Consultancy Fees
The firm shall quote their cost for “Conducting Topographical Survey for 24 MW
Small Hydro Project in Uttarakhand” as per the schedule of Works.
Note:
Do not fill above table of Summary of Cost at the time of Submission of technical Bid.
The above financial proposal is to be filled by bidder in excel file attached in MSTC
portal. After that, same filled excel file will be uploaded by the bidder at the submission
of Price Bid.
Signature of Bidder
(Name and Stamp)
SPECIAL INSTRUCTIONS TO BIDDERS FOR E-TENDERING
General
The Special Instructions (for e-Tendering) supplement ‘Instruction to Bidders’, as given in
these Tender Documents. Submission of Online Bids is mandatory for this Tender.
E-Tendering is a new methodology for conducting Public Procurement in a transparent and
secured manner. Now, the Government of India has made e-tendering mandatory.
Suppliers/Vendors will be the biggest beneficiaries of this new system of procurement. For
conducting electronic tendering, WAPCOS has decided to use the portal
(https://www.mstcecommerce.com) through MSTC A Government of India Enterprises. This
portal is based on the world’s most ‘secure’ and ‘user friendly’ software from Electronic Tender. A
portal built using Electronic Tender’s software is also referred to as Electronic Tender System
(ETS).
Benefits to Suppliers are outlined on the Home-page of the portal.
Instructions
Digital Certificates
For integrity of data and authenticity/ non-repudiation of electronic records, and to be compliant
with IT Act 2000, it is necessary for each user to have a Digital Certificate (DC) also referred to as
Digital Signature Certificate (DSC), of Class 2 or above, issued by a Certifying Authority (CA)
licensed by Controller of Certifying Authorities (CCA [refer http://www.cca.gov.in].
Bidder’s guide for WAPCOS portal:
1. Use Internet Explorer to go to https://www.mstcecommerce.com/eprochome/wapcos
8. Once login is complete, a bidder can access My Menu through the left side of the page:
9. Here click on Download NIT/Corrigendum button to download the NIT/Corrigendums. Select Event
number and click on download to download the files:
10. To submit the bid a bidder can proceed to Bid Floor through the left side My menu. In Bid Floor
click on live events to view a list of Live events. In live events select the tender number where you
wish to submit a bid.
11. On clicking the event number, if the bidder has not paid transaction fee, system will prompt them
to pay the transaction fee. They can pay the transaction fee by going to Transaction Fee payment
link in their login, and pay the same through online payment (debit card, credit card, net banking
etc) or RTGS/NEFT (Challan).
12. Tender can be of multiple types with price bid uploading in Excel or Technical-Price type. The bid
floor for each type of event will change automatically.
On clicking the tender number one of the following screens will appear:
a) After the technical bid is saved, a bidder can proceed to uploading documents through the link
upload docs:
b) Please note that under no circumstance the price bid excel has to be uploaded here.
c) After the documents have been uploaded, the bidder can click on download excel to download the
excel format.
d) Fill up the excel sheet as per the details given therein and tender document.
e) To upload the filled up excel click on Upload Price Button, click on browse to select the file and
then click on Upload and Save encrypt file.
f) The bidder can then click on final submit to finally submit the bid. In case of any amendments after
final submit, click on delete bid button to delete the techno-commercial and price bids and
resubmit the same. Please note that at the end the bid must be final submit, otherwise the same
will not be considered.
16. For E-Tender Technical Cum Price Bid:
a. In the manner similar to above the bidder has to fill up Common terms, then press save
button to submit.
b. Then the bidder has to upload documents as per the list shown therein.
c. Once the documents are uploaded the bidder has to submit the Technical and Price bids.
d. The bidder can then click on final submit to finally submit the bid. In case of any
amendments after final submit, click on delete bid button to delete the techno-
commercial and price bids and resubmit the same. Please note that at the end the bid
must be final submit, otherwise the same will not be considered.
Bidder’s may note that in each case using the Delete bid button will only delete the bids and then the
bidder can resubmit upload tender closing time.
Using the withdraw button the bid will be withdrawn and the bidder will not be allowed to submit any
further bid in that event.
For any assistance regarding the Tender Document and/or term and conditions the bidders may contact at
WAPCOS:
For any assistance during bid submission, system settings etc. bidders may contact at MSTC:
Phone Number
03322901004, 01123212357, 01123215163, 01123217850
Email
mstcnro@mstcindia.co.in
Please mention “Helpdesk” as subject while sending emails
Availability
10 AM to 5:30 PM on all working days.