You are on page 1of 24

TENDER DOCUMENT

No.WAP/CD/TENDER/2019/01 Date: 05/12/2019

NAME OF THE WORK: Conducting Topographical Survey for 24 MW


Small Hydro Project in Uttarakhand

Chief General Manager (Civil Design)


WAPCOS Ltd.
(A Government of India Undertaking)
76-C, Sector-18, Institutional Area, Gurugram (Haryana) - 122015
Phone No: -0124-2348698
NOTICE INVITING TENDER (NIT)

No. WAP/CD/TENDER/2019/01 Date: 05/12/2019


INSTRUCTIONS TO BIDDERS

Bid Data Sheet


E-tenders are invited by the Chief General Manager (Civil Design), WAPCOS
Limited, Gurugram from eligible firms in Two Cover System for “Conducting
Topographical Survey for 24 MW Small Hydro Project in Uttarakhand”.
Covering the scope of services as specified in this NIT.
a. Mode of Tendering E-Tendering: Bids shall be received online
only at the website of MSTC portal
https://www.mstcecommerce.com/eprochome
/mstc/
b. Availability of Tender The tender document can be downloaded
Document from the following websites from 05.12.2019
at 15:00 Hrs onwards:
https://www.mstcecommerce.com/eprocho
me/mstc/
c. Last date and time for online 17.12.2019 at 15:00 Hrs
submission
d. Last date and time for 17.12.2019 at 15:00 Hrs
submission of Hard copy of
technical Bid, EMD and
Tender Document Fee
e. Date and time of online 17.12.2019 at 15:30 Hrs at WAPCOS Limited,
opening of Technical Bid Gurugram in presence of bidder’s
representative who would like to be present.
f. Tender Document Fee Rs. 5000/-
g. Earnest Money Deposit Rs. 40,000/-
(EMD)
h. Online opening of Financial To be notified later
bid of eligible bidders.
i. Estimated Cost of the Work Rs. 20.00 Lakh
j. Online Bids are hereby invited by WAPCOS Limited., Gurugram (Herein after
referred to as “Employer”) from reputed and experienced firms/companies/
agencies (herein after referred to as “Bidder”)
k. The offer(s) submitted by the bidder shall be valid for a period of 60 days
from the date of submission.
l. Incomplete Bid, conditional Bid received without EMD and after t h e
stipulated time shall be rejected.
m. Employer reserves the right to reject any one or all of the Bids without
assigning any reason thereof.
n. In case of any dispute in the award of work or terms & condition of award and
execution of work, the decision of CMD, WAPCOS is final and binding on all
the parties.
1.0 Technical and Financial Proposals are hereby invited by WAPCOS Limited,
Gurugram (hereinafter referred to as “Employer”) from reputed and
experienced firms / companies / agencies (hereinafter referred to as “Bidder”)
for “Conducting Topographical Survey for 24 MW Small Hydro Project in
Uttarakhand”.

2.0 A brief description of Instructions to Bidders including location of project site,


Technical Specifications, Schedule of Works, Technical and Financial Submission
forms are enclosed with the Tender Document.

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.

4.0 Scope of Work


The detailed terms of reference for the project along with scope of work and
technical specifications are enclosed at Annex-I.

5.0 Essential Qualification Criteria


a. Bidders must be registered with Registrar of Companies.
b. The Bidder must have an average annual turnover of Rs. 10 lacs in last three financial
years. CA Certificate in support of the same must be submitted with the proposal.
c. The Bidder should submit the balance sheet certified from CA for last 05 financial years
d. The bidder must have a valid PAN and GST Registration. Number and copies must be
submitted along with the Bid failing which the proposal shall be rejected.
e. The bidder shall have to be registered under the Employee’s Provident Fund
and Miscellaneous Provision (EPF & MP) Act 1952 (or as amended). An attested copy
of the certificate will be required
f. Proposals from joint ventures (JV)/consortium shall not be entertained in any case.
g. Bidder should have carried out at least;
Three similar assignments having value of Rs. 8.00 lacs in last 07 financial years
Or
Two similar assignments having value of Rs. 10.00 lacs in last 07 financial years
Or
One similar assignment having value of Rs.16.0 lacs in last 07 financial years
Notes:
i) Copies of performance / completion certificates/duly approved copy of completed works
and Work Orders must be supplied by the Bidder, and in the absence of which shall
summarily result in rejection of the tender.
ii) In support of annual turnover of the preceding three years, relevant authenticated
documents should be submitted. Failing in which shall result in rejection of tender.
iii) Submission of false information/document by the prospective tenderer will invite dis-
qualification from tendering process including forfeiture of EMD.
iv) WAPCOS reserves the right to verify the quantum and quality of work done and
performance during the visit to site of work.
v) WAPCOS reserves the right to reject any bid without assigning any reason. No bidder
shall have any claim arising out of such action.
vi) No bid shall be entertained after due date and time.
vii) Similar Assignment/Experience means Topographical Survey Works.
The Bidder is required to submit CVs of Expert's along with the proposal:
1. Survey Expert – Civil Engineer with 05 years of experience having B. Tech in Civil
Engineering
2. Surveyor (02) - Civil Engineer with 05 years of experience having Diploma in Civil
Engineering or equivalent.
3. Auto CAD Expert (01) – Diploma in AutoCAD or Equivalent having minimum
experience of 5 Years

6.0 Tender Document Fees and Earnest Money


`
The bidders is required to submit a non-refundable tender fees of Rs. 5,000/-
(Rupees Five Thousand only) in the form of demand draft and in name of
“WAPCOS Limited” payable at New Delhi/Gurugram.

The bidders is required to submit an Earnest Money Deposit of Rs. 40,000/-


(Rupees Forty Thousand only) in the form of demand draft and in name of
“WAPCOS Limited” payable at New Delhi/Gurugram.
Note: if any firm is registered with MSME, they will be exempted from Tender
Fee and EMD. MSME companies should submit relevant MSME certificate.

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.

Proposals received late on account of any reason whatsoever and


telegraphic/fax Proposals & incomplete Proposals will not be entertained.

8.0 Technical Proposals

8.1 Bidders shall submit the Technical Proposal in the formats at Annex-II
(“Technical Proposal”).

8.2 WAPCOS r e s e r v e s the right to verify all statements, information and


documents, submitted by the Agency in the Technical Proposal. Any such
verification or the lack of such verification by the WAPCOS to undertake such
verification shall not relieve the Agency of its obligations or liabilities
hereunder nor will it affect any rights of WAPCOS there under.
8.3 Black Listed Firm
Any entity which has been black listed / barred in any last 7 years by the Central
Government Departments, any State Government Departments, statutory bodies
or any Public Sector Undertaking, as the case may be, shall not be allowed for
participating in the bid. In case any Agency hides this fact and at the time
of evaluation, then in such cases the Agency will automatically be
considered black listed / barred from all WAPCOS tenders. Agencies need to
submit an undertaking that they have not been blacklisted by Central
Government / State Government / Statutory bodies, Autonomous bodies or any
Public Sector Undertakings.
9.0 Financial Proposal
9.1 The Agency should quote considering all the items as listed in the
Schedule of Works.
The quoted amount shall be exclusive of all prevalent taxes in the country
such as GST etc.

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.

9.3 The quoted rates/amounts shall be deemed to be firm throughout t h e


project till the completion of work and shall not be subject to any adjustment
due to increase in price of materials, utilities, taxes, duties etc. or any other
input for performance of work and the contract.

9.4 The financial proposal submission forms are enclosed at Annex-III respectively.

10.0 Evaluation Criteria


The Technical Evaluation Criteria shall be as given below:
S. Evaluation Criteria Max.
No. Marks
1.0 Experience in similar Works/Assignment i.e. Topographical survey 40
& Surveys for Preparation of L-section, cross section for river
Valley Projects in the last Seven Years
S.No Similar works having Survey Marks to be
. cost Rs 8.0 Lakh or more awarded
1 1-3 Works 10 Marks
2 4-6 Works 20 Marks
3 7-9 Works 30 Marks
4 More than 10 works 40 Marks
2.0 Approach and Methodology 40
3.0 Site Visit Report 20
4.0 GRAND TOTAL 100
10.1 The Financial Proposal of the bidders, scoring less than 70 marks in
technical evaluation shall not be considered for the price bid opening.
10.2 The final evaluation shall be carried out on QCBS basis with 80% weightage to
Technical Proposal and the remaining 20% to Financial Proposal. The formula
for determining the financial scores is the 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 and Financial Proposals are:
T = 0.8 and P 0.2
A combined Technical and Financial Score shall be worked out as per the
following formula:
Total Weighted Score = St × 0.8 + Sf × 0.2

11.0 Time of Completion


The time period for completion of entire assignment shall be 1 months from date of
issue of work order/LoI. The scheduled date of commencement of work shall be
date of issue of work order/LoI to the bidder.

12.0 Site Visit


The bidder is required to make a site visit and request for a certificate from
concerned Officer towards verification of their visit to the site. Bidder’s site visit is
mandatory and site visit certificates should be submitted with the Bid Document.

Project location can be accessed by road from Rishikesh-Ghansali-Ghuttu.


Distance from Rishikesh(nearest rail head) to project site is about 150 Km.
Nearest airport is Jollygrant, Dehradun which is22 Km from Rishikesh.

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.

14.0 Security Deposit


An amount equivalent to 5% (Ten percent) of the total amount payable to the
bidder/bidder shall be deducted progressively from each bill towards the
security deposit for fulfilling the terms of contract faithfully and honestly. The
security deposit will be refunded after satisfactory completion of the project
in all respect

15.0 Liquidity Damage

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 entire amount of Performance Guarantee shall be refunded without any


interest after one month from the date of release of final payment.
17.0 Additional Terms and Conditions
a. The agency shall depute qualified and competent Engineers/Surveyor to carry
out the work and shall be available at site during work.
b. The agency shall not sublet the work to a third party.
c. EMD of successful tenderer shall be retained until performance Bank Guarantee
(PBG) is submitted.
d. WAPCOS L t d. reserves t h e r i g h t t o t e rm in at e t h i s a g r e e m e n t
a n y t i m e d u r i n g course of the work, if (i) the progress of the work is not
found satisfactory as per the time frame, (ii) the work being done is not
found of desired quality as per nomenclature of items and terms and
conditions, in such eventuality the payment to the Agency shall be forfeited.
e. The agency has to make all arrangements to provide necessary
accommodation /shelter to all its employees at their own cost.
f. The Agency should not be loss making company, not more than two financial
years out of last five financial years.
g. The Agency shall be responsible for providing any kind of insurance
for the experts deployed by them as may be required during the services.
h. The Agency s h a l l submit t h e solvency c e r t i f i c a t e o f R s . 8 . 0 L a k h
f r o m a nationalized/ scheduled bank, dated af te r publication of Tender
Document.
i. The Agency shall not increase the quoted cost, irrespective of extension of
time allocated by the client.
j. GST shall be paid to the agency on submission of proof only.
k. Replacement of expert shall not be allowed to the agency, if any of the
proposed experts become unavailable, a r e p l a c e m e n t of e x p e r t
shall be m a d e . The replacement of expert will be allowed only when expert
have equal or better qualifications and experience than those of the originally
proposed, which shall be approved by WAPCOS.
l. The Agency should submit the detailed work schedule after the award of work.
m. The work / project area may be increased or decreased depending upon the
performance of the agency.
n. The work / project area may be increased or decreased depending upon the
project area increased or decreased by WAPCOS’s clients.
o. The work may be terminated at any stage without assigning any reason, in
this case, final decision will be taken by CED(PD & L), WAPCOS Limited.
p. The work area can be extended for similar type of work at the same rates for
other works if performance is satisfactory, which are under award, final
decision will be taken by CED (PD & L), WAPCOS Limited.
q. The agency will not attend any type of meetings with WAPCOS’s clients
without informing to the WAPCOS Limited officials.

18.0 Obligations of the Agency shall be as follows:


• A l l w o r k s s h a l l b e e x a m i n e d by W A P C O S . However, the Agency
shall be responsible for the relevancy, correctness, and completeness of
the works and deliverables.
• The Agency shall be bound by the terms and conditions of the Contract
signed between WAPCOS and Client.
• The Agency shall always act as faithful advisers to WAPCOS, and shall
at all times support and safeguard WAPCOS legitimate interest in any
dealings with Sub-contractors or third parties.
• The Agency shall be responsible for the correctness, soundness and the
safety of the Surveys / planning/ designs, if involved in this project.
• The Agency shall be responsible for any work, which is necessary to satisfy
the Client’s/WAPCOS requirements, or is implied by the contract, and all
works, which (although not mentioned in the contract) are necessary for the
completion of the works.
• The Agency shall, whenever required by the Client/WAPCOS, submit d e t a i l s
of the arrangements and methods which the Agency proposes to adopt for
carrying out of the works. No significant alteration to the arrangements and
methods shall be made without this having previously been notified to
WAPCOS/Client.
• The Agency shall perform the services and carry out its obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted techniques, practices and consulting standards of
industry.
• The Agency shall employ and provide qualified and experienced personnel as
required to carry out the services hereunder.
• The Agency shall render all kinds of relevant services and assistances for public
relations related to the WAPCOS’s operations for the Project.
19.0 Any clarification regarding the Scope of Work can be obtained from the
WAPCOS office during office hours on any working day within two days from
publishing of tender document.
20.0 Incomplete tenders, conditional tenders, tenders received after the stipulated time
shall be summarily rejected.
21.0 E m p l o y e r reserves the right to reject any or all bids without assigning any
reason. Moreover, the Employer reserves the right to award either part of the
work or a combination thereof or the entire work to two / or more different
agencies based on the bidder’s capacity and overall least cost to the Employer.
22.0 In case of any dispute in award / execution of work, the decision of
Chairman-cum-Managing Director, WAPCOS shall be final and binding on all the
parties.
23.0 The Last date and time of receipt of proposals is 17/12/2019 at 15:00 Hours.
Annex-I
TERMS OF REFERENCE

1.0 SCOPE OF WORK

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

1. Name of the firm

2. Type of firm-Proprietary /Partnership/Company/others

3. Whether Registered

4. Registered Address

5. Present address

6. Telephone Nos

7. Mobile Nos of Key personnel

8. Fax No

9. E-mail

10. Registration certificate

11. GSTIN Number

12. Income Tax PAN Number

13. EPF Registration Certificate

14. List of Departments where bidder / agency are presently empanelled.

15. Man power on regular payroll, pl. submits details of their qualification &
experience.

Signature of Bidder
(Name and Stamp)
Annex-II

FORM-2 FINANCIAL CAPACITY OF THE BIDDER

S.N Financial Year Annual


o Turnover
.
1. 2014-15 (Rs.
)
2. 2015-16

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:

(Signature, name and designation of the authorised


signatory)

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

(A) Expertise available in relevant fields

(Expertise specified above has to be substantiated with CV of present list of

key personnel's) KEY PERSONNELS

S.No. Name Qualification Field of Experience Status


Expertise in the
firm

Signature of Bidder
(Name and Stamp)
FORM-4 SIMILAR EXPERIENCE

Details of similar projects completed and in hand during last 7 years:

YEARS NAME OF NAME OF VALUE SCOPE OF


CLIENT PROJECT & OF SERVICES & WORK
WORK WORK ORDER REFERENCES
STATUS AND COMPLETION
CERTIFICATE *

* To be supported by relevant proof

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.

S. Description Unit Quoted Price Excluding


No. GST
1. Conducting Topographical Survey
for 24 MW Small Hydro Project in LS
Uttarakhand

Quoted Price in words excluding GST:

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

Tender Bidding Methodology:


Sealed Bid System

- Single Stage Two Envelope


 Technical
 Financial

Special instructions to Bidders for e-Tendering

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

2. On the right side of the page click on Register as a Vendor:

3. Fill the form that appears to create username and password.


4. Once the registration is done, login with your user name and password:

5. System will ask you to verify your digital signature

6. Press Ok and select your digital signature from the List:


7. Your digital signature will be verified

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:

For 2 cover with price bid in excel

E-Tender Technical Cum Price Bid


13. For each type of event the event details including start time and close time the details will be given
on the top of the page.
14. To submit the tender the bidder has to start from top left and submit the details one by one.
15. For 2 cover with price bid in excel, the bidder has to submit technical bid, by filling the details and
clicking the save button.

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.

You might also like