You are on page 1of 31

OFFICE OF THE NAGAR PARISHAD SAWER

DIST. INDORE

TENDER FOR THE SELECTION OF CONSULTANT


FOR
SAWER SEWERAGE PROJECT

CHIEF MUNICIPAL OFFICER


NAGAR PARISHAD SAWER. DIST. INDORE
Email: cmosawer@mpurban.gov.in

1|Page
OFFICE OF THE NAGAR PARISHAD SAWER
DIST. INDORE
TENDER FOR SELECTION OF CONSULTANT
FOR
SEWERAGE PROJECT- SANWER

(Survey, Design, Drawing, Estimating & Preparation of Tender


Document and PMC during Construction Works.)

Tender document containing pages 1 to………………..Issued to………………

Name:

Address:

Cost of Tender document vide receipt No……………………Date……………………

Signature of Tenderer

Signature of the Officer …………………………………..

CHIEF MUNICIPAL OFFICER


NAGAR PARISHAD SAWER, DIST. INDORE (M.P.)

2|Page
OFFICE OF THE NAGAR PARISHAD SAWER,
DIST. INDORE

NIT NO. :- 950 DATE :- 16-08-2022

NOTICE INVITING TENDER

Nagar Parishad Sawer intends to appoint the Consultant for preparation and
execution of Sewerage project of Sawer town. Tender is hereby invited on
Percentage(%) basis for the following work.

S.No. Name of the work Cost of Earnest Time of Completion.


Tender Money In
In Rs. Rs
1 Selection of Consultant for 5,000/- 25,000/- 18 Months and can be
preparation of Sewerage Extend as per the
Project for Sawer including requirements of Works
Survey, Design, Drawing, up to completion
Estimating & Preparation of
Tender Document and PMC
during Construction Works.
Consultant shall extend all
necessary cooperation in
successful preparation and
execution of the said project.

1. Interested bidders can view the NIT on website http://mptenders.gov.in


2. The Bid Document can be purchased only online from 17-08-2022 (date) 10:30
(Time) to 31-08-2022 (date) 17:30 (time)
3. Amendments to NIT, if any, would be published on website www.mptenders.gov.in only,
and not in newspaper.

CHIEF MUNICIPAL OFFICER


NAGAR PARISHAD SAWER

3|Page
OFFICE OF THE NAGAR PARISHAD SAWER,
DIST. INDORE

Detailed Notice inviting offer/tender for selection of Consultant for


Preparation of Detailed Project Report incl. Drawings, Detailed
estimates, Tender Document, PMC etc. complete for Sewerage project
including construction of Sewage Treatment plant and all allied works
included in collection and treatment of Municipal Sewage.

1. TENDER for Selection of Consultant are invited on behalf of the CMO


Nagar Parishad Sawer so as to be received till dated 31-08-2022
before 5.30 PM from Reputed Consultants having sufficient
Experienced in preparation of Detailed Project Report of the works
prescribed in the name of work under Nagar Parishad Sawer The
tender documents can be purchased online.

a) Name of work: - Selection of Consultant for Sewer Line Project


Sawer.
b) Amount of Earnest Money Rs 25,000/–to be submitted online.EMD
shall be refunded to the unsuccessful bidder.
c) Period of contract: 18 Months, and can be Extend as per the
requirements for successful completion of the project.
d) Tenders (Earnest money and Technical Proposals) will be opened
online. After finding these in order the Financial Bids shall be opened.
e) The elements included in the work to be executed are described in the
Annexure-F of the N.I.T.

4|Page
2. Instructions to Tenders:
a) The Tenderer is expected to submit his offer only through online in a
double cover with earnest money, technical proposal and the financial
bid in three separate sealed covers clearly marked “Earnest Money”,
“Technical proposal” and “ Financial bid” is respect of the works
notified, financial bid should not contain any conditions.
b) The technical proposal should include provision of the requested
information in full in the Annexure 1 to 9. True copy of the Certificates
necessary in support of the information filled in the Annexure should
be attached.
c) In order to obtain first hand information about the assignment and the
local conditions, constraints and concept of the entire project, it is
advisable that the applicant should visit the site and discuss with
department officers.

Mandatory Documents to be submitted with Bid :-


Envelop A:
Pay the cost of Bid Document online receipt
Deposit the Earnest Money online receipt
Submit an affidavit Annexure

Empanelment in EPCO
Bidder should have valid registration with the Govt. M.P.PWD in appropriate
category
GSTIN Registration

Submit Pan No
Authority Letter to Sign on behalf of Consultant.

Details can be seen in the Bid Data Sheet

Bidders Eligibility Criteria:

1 Eligible bidder will be limited those which can show evidence of average annual turnover
of Rs.2.0 Crs. During the last 03 financial Years..The Bidder must ensure that evidence
of eligibility criteria on turnover in the form of audited financial statements for the last three
financial years must be enclosed with their Technical Proposal. Please note that the proof
of turnover must be part of the technical proposal and not the financial proposal. Last 3
years will consist of financial year ending on 31sMarch 2019, 2020 & 2021.

5|Page
2 Bidder should be well-established and professionally organized Consultancy
Firm/individuals with at least 15 years experience in the field of providing
consultancy services for Preparation of DPR and Supervision and quality control
work for infrastructure development projects. The bidder should be Registered
under EPF and ESIC.
3 Similar Nature experience - The firm should have successfully prepared at
least 3 DPR of Sewerage Project of which one single project costing not less
than Rs 100 crs in the last 5 years.

4 The bidder should have successfully completed at least 2 DPR for Consultancy
Services for lake development, Buildings, Landscaping or any other infrastructure
projects costing more than 30 Crores in the last 5 years preceding the proposal due
date in India for a govt. / public enterprise.

5 Providing Technical Consultancy Services for Minimum 3 project (Project


Management Consultancy/Supervision & Quality Control) for Office, I.T., Residential,
Commercial Buildings Landscaping & Interior Designing or any other infrastructure
development project costing more than 50 Crores in the last 5 years preceding the
proposal due date in India for a govt. / public enterprise where the work has been
completed.

6 Joint Venture Firms or consortium firms cannot participate in Tender

e) Bidder will have to keep the bid open for 120 days from the date of
opening of the financial proposals and in the case of withdrawing the
same before that date, the earnest money amount will be forfeited by
the Nagar Parishad Sawer. The expenses on preparing the proposals,
visiting the site, initial survey and negotiating the contract etc. if any,
will not be reimbursed.
g) The applicant is advised to attach any additional experience of projects
for Govt./Semi Govt. organization has been done, should enclosed list
of projects.
h) Allotment of work to selected consultant is a sole discretion of Chief
Municipal Officer Nagar Parishad Sawer.

3. METHOD OF APPLYING:
a) If the tender application is being submitted by an individual, the
individual shall sign over his full typewritten name and current
address, phone no., mobile no.
b) If a proprietary firm makes the application, it shall be signed by the
proprietor above his full typewritten name and the full name of his
firm with its current address.

6|Page
c) If the application is made by a firm in partnership, it shall be signed by
all the partners of the firm with their full name and current address or
alternatively by a partner holding power of attorney for signing the
tender document, in which case, a certified copy of power of attorney
shall be enclosed. A copy of partnership deed and current address of
all the partners of the firms shall also be enclosed with the application.
d) If a limited company or a corporation makes the application, a duly
authorized person shall sign it.

4. Submission of Tenders:
4.1 The Tender document in prescribed forms duly completed and Digital
signed should be submitted online. Earnest money, Technical proposal and
the Financial bids in Three Envelope. A-Earnest money, B-Technical
proposal and C-Financial offer. The Tender document (Scan copy) and
prescribed forms duly completed and signed shall be submitted in online
with Earnest money and financial bid in all respect should submit online at
www.mptenders.gov.in
4.2 The tender shall be submitted by the tenderer in the following three separate
envelopes online:
1. Earnest Money - Envelope 'A'

2. Technical Bid incl. Eligibility certificates - Envelope 'B'

3. Tender in Form – (Price Bid) -Envelope 'C'

Note: Bidders are required to submit the Envelope ‘A’, ‘B’ and ‘C’ online and
Envelope ‘A’ & ‘B’ physically also at a time of agreement.
References/information and certificates from the respective clients certifying suitability, technical Know-how or capability
of the applicant should be signed by the client.

4.3 The applicant is advised to attach any additional information, which he


thinks it necessary in regard to his capability. No further information will be
entertained after opening the tender document, unless the Chief Municipal
Officer Sawer, calls it for.
4.4 The cost incurred by the applicant in preparing the qualification
information, in preparing clarification or attending the discussions,
conferences in connection with this document will be borne by the applicant
and the Employer will in no case be responsible or liable for these costs,
regardless of the conduct of the outcome of the qualification process.

7|Page
Opening of Tenders:
a) No tender will be opened unless accompanied by the stipulated
amount of earnest money in a separate sealed cover duly super
scribed. Tenders not accompanied by earnest money will be returned
to the tenderer unopened.
b) The tenders shall be opened at time and place stated in para-1 by the
officer issuing this NIT in the presence of the tenders of their duly
authorized agents who may choose to attend. The officer under
unavoidable circumstances may depute another officer in his absence
to receive and open tenders on his behalf.
c) Attendance of the tenderers or their authorized representatives shall
be noted down in the register to be maintained for this purpose. Rates
and or conditions of each of the tender shall be read out before the
persons present. Signatures on the comparative statement shall also be
obtained.
d) The officer opening the tenders would initial on each and every tender
and the serial number of such tender with reference to total tenders
noted on each tender as denominator/ nominator. The initials shall be
recorded on the page containing the financial bid.
e) The earnest money of all the tenders shall be refunded if it is decided
to reject all the tenders on the same day Otherwise the earnest money
of the selected Tenderers shall be retained till the tender is accepted
and agreement executed., the earnest money of the remaining
Tenderers whose tender is not accepted shall be refunded after the
agreement money of all the Tenderers shall be refundable on expiry of
the validity period specified in the NIT.

5. Final Decision Making Authority: Technical Head of the Nagar Parishad


Sawer will scrutinize the bids and reserves the right to recommend for
acceptance or rejection of any or all of the bids.
6. Particulars about the project: The particulars of the proposed work given are
preliminary/provisional and must be considered only as advance
information to assist the applicant. Any additional data required would be
obtained by the bidder at his cost, which shall not be payable to Consultant.
7. Security deposit amount shall be equal to 5% of the amount of contract
(inclusive of earnest money amount.) The same shall be deducted from the
payment of Consultant. The earnest money shall be the part of Security
deposit and the same shall be adjusted accordingly in RA bills. The security
deposit shall be refunded along with the payment of final bill of the
consultant.
8. The officer opening the tenders does not bind himself to accept or
recommend for the acceptance of the lowest or any tender or to give any

8|Page
reasons for his decision. In deciding the tenders the manifest
capability/competence of the tenderer, his experience in this line will be the
main consideration. The Technical head shall seek clarifications at the date
and time indicated in Para no.1 above. The tenderer are expected to submit all
relevant documents along with tender for evaluation.
9. If the tenderer whose tender is accepted fails to execute the agreement
documents within the notified period for any reason whatsoever, earnest
money deposited with the tender shall be forfeited and acceptance of the
tender cancelled.
10. The payment will be made by cheque of the Bank only. No. bank commission
charges on realizing such payments will be borne by the Nagar Parishad
Sawer.
11. Payment schedule for consultancy services at following stages
The consultant will have to quote fees as Percentage (%) in the format given.
The payment structure will be as per the clause „12‟, given below. The rate
will be inclusive of all taxes only prevailing Service Tax shall be paid extra.

9|Page
12. Schedule of payment:
The Consultant shall be paid the percentage (%) professional fees in the
following stages.

PART -A

Stage 1- On preparation & submission of DPR - 10% of the total Fees


To Nagar Parishad Sawer

Stage 2- On approval of DPR by Nagar Parishad - 10%of the total fees


Sawer
Stage 3 – On approval of DPR by competent - 30% of Total fees
Authorities (TS & AS)

Stage 4 – Tender Document preparation/ - 10% of Total fees


Calling Tender /Award of tender

PART-B

Stage 5 - On Proportionate work Progress - 30% based on


Contractor R.A. Bill

Stage 6 - On successful completion of work - 10% based on


Contractor R.A. Bill

13. Deductions of Income Tax at source shall be made as per the law and GST on
prevailing rate shall be reimbursed.
14. All the terms and conditions of the Notice Inviting Tenders (NIT) and the
appendixes, Annexure referred to herein before will be binding on the
consultants in addition to the conditions of the contract in the prescribed form

(Chief Municipal Officer)

10 | P a g e
Annexure – 1

STRUCTURE AND ORGANISATION

1. Name of the applicant:


2. Office Address:
3. Telegraphic Address:
4. Telephone Number:
5. Fax Number:
6. Date and location of establishment: Date
7. The applicant is
a) An individual
b) A proprietary firm
c) A partnership firm (if yes, give name
and address of each of the partners)
8. A limited company (attach the organizational
chart showing the structure of the organization
including the names of the Directors and
position of the Officers.)
9. Number of years of experience.
10. How many years have your organization
been in this business of under the present name ?
What were the fields when you organization was
established ? Whether any new fields were added
in your organization ? And if so, when?
11. Were you ever required to suspend the
Consultancy of a work for a period of more than
six months continuously after you started ? If so
give the names of projects and reasons.
12. Have you ever not completed any assignment
given to you ? (If so, give name of project and
reasons for not completing the work)
13. In how many of your project were penalties
imposed for delay ? Please give details.

(Signature of the Applicant)

11 | P a g e
Annexure – 2

KEY PERSONNEL

Details of key technical and Administrative personnel with the applicant and
those that would be assigned to the work.

A. Details of the Board of Directors / Partners


a) Name of the Directors / Partner
b) Organization
c) Address

d) Remarks

B. Key Technical and Administrative personnel and consultants


a) Individual's name
b) Qualifications
c) Present position of office
d) Professional experience and details of work carried out
e) Year with the applicant
f) How the individual would be involved in the contract ?

C. Remarks

(Signature of the Applicant)

12 | P a g e
Annexure – 3

Details of projects and applicant’s performance record for the last three years.

1. Name of work

2. Place

3. Total cost of project

4. Brief description of works

5. Period of completion

6. Were there any penalties/fines/ stop/


Notices/compensation/liquidated damages
imposed ? (Yes/No) (If yes, give amount
and explanation)

(Signature of the Applicant)

13 | P a g e
Annexure – 4

Details of Govt./Semi Govt. project works in hand and performance on date of


sub mission of bid documents.

1. Name of work

2. Place

3. Project Cost

4. Brief description of works including principal features and quantum of


work.

5. Details of works in hand.

6. Explain for non-completion of work within the stipulated time limit, if so.

7. Were there any penalties/fines/ stop notices/ compensations/ liquidated


damages imposed? (Yes/ No) (If yes, give amount and explanation)

 Were there any fines, claims or stop notices filled by the Employer? (Yes/
No) if yes, give amount and explanation.

(Signature of the Applicant)

14 | P a g e
Annexure – 5

General approach of methodology that the applicant proposes for providing the
Consultancy services.

(Signature of the Applicant)

15 | P a g e
Annexure – 6

FINANCIAL STATEMENT

Information regarding financial standing of the applicant.

1. Name of the firm :

2. Name of the Bankers :

3. Turnover for the last three years

2018-19 (Year ending on 31/03/2019) :

2019-20 (Year ending on 31/03/2020) :

2020-21 (Year ending on 31/03/2021) :

(Signature of the Applicant)

16 | P a g e
Annexure – 7

List showing near relative of the applicant working in Nagar Parishad Sawer

S.No. Name of Officer Relationship


Working in with the applicant

(1) (2) (3)

(Signature of the Applicant)

17 | P a g e
Annexure – 8

Information regarding current litigation

S. No. Name of the Contract Year of Organization Details of


Contract litigation

(1) (2) (3) (4) (5)

(Signature of the Applicant)

18 | P a g e
Annexure – 9

ADDITIONAL INFORMATION

(Please gives a brief note indicating why the applicant considers himself eligible for
award of this work).

(Signature of the Applicant)

19 | P a g e
Annexure – F

SCHEDULE OF SERVICES & SCOPE OF WORK

Preparation of DPR, tender document & periodic PMC of the work of


Sewerage Project in Sawer.
The Consultant is required to provide services as per following,

Stage 1 – Conceptual planning stage


a) Carryout detailed survey and determine the drainage zones along with
the locations of STPs..
b) Consultant shall prepare the preliminary report and shall discuss with
officials of Nagar Parishad Sawer in regard to land availability for STPs,
Coverage of Nagar Parishad area and other necessary information for
preparation of DPR.

Stage 2 –DPR stage


a) On finalization of conceptual report, preparation of Detail project report
incorporating detailed designs and drawings of Sewer network and STPs
along with detailed estimates and O&M cost.
b) DPR shall have Soil investigation of the STP location and waste water
characterization from MPPCB.
c) Estimates should be prepared on schedule of items mentioned in UADD
ISSOR by enforced from 10-05-2012 or latest with amendments.
d) Necessary additional alteration will be done as & when required without
any charges.
e) Consultant shall identify the NOCs from various departments for
successful execution of work.
f) Submission of DPR in 5 Hard copies along with soft copy in CD.

Stage 3& 4 –Tender stage


a) On approval of DPR, tender document to be prepared along with
preliminary Drawings sufficient to understand scope of work to the
Consultant.
b) Assisting Client in uploading the Tender, Replaying of Pre-Bid queries
along with deciding the most responsive bid.
c) Assist Client in speedy approval of Tender and appointment of
Consultant along with award of work to successful bidder.

20 | P a g e
Stage 5 – Execution stage

PMC & Quality Control management including taking of measurement,


preparation of bills of contractors upto completion of work incl. preparation of as
built drawing.
a) Assisting in checking design and drawings submitted by Bidder,
layout, explaining detailed scope of work to the Contractor etc.
b) Visit the site of work, at intervals mutually agreed upon, to inspect and
evaluate the construction works, and where necessary clarify and
decision, offer interpretation of the drawings/specifications, attend
conferences and meeting to ensure that the project proceeds generally
in accordance with the conditions of contract and keep the client
informed and render advise on actions, if required.

Stage 9 – After 6 months of completion and commissioning of the project.

Starting from preparation of DPR up to successful completion of project


Consultant shall render necessary assistance to Nagar Parishad Sawer.

Broad Scope Services to be Performed by the Consultants

a) Discussions with the client about the specific requirements and


conceptualization of the assigned work.
b) Evaluation of the site and assisting the contractor for soil investigation,
testing, topographical survey etc. as may be necessary with prior approval
from NAGAR PARISHAD SAWER, Engineer Charges towards soil
investigation, testing, topographical survey etc.
c) Preparation of Design, Layout Plan, Site Plan, Architectural Plan, Site
Development, Interior Design Details, Elevations, Sections, with details of
area analysis, Building geometry etc., wherever required.
d) Use of value engineering concepts to consider alternate design solutions to
optimize expected cost/worth ratios. Design should include incorporation
of maximum possible natural light/ventilation, visually impaired &
physically disabled friendly & Green Building concepts to the extent
possible and flexibility for future changes.
e) Preparation & submission of required Layout Plan, Site Plan,
Drawings(Architectural & Structural) conforming to latest Development
Control Regulations (DCR) and local bye-laws to the Statutory
authority(s).
f) Liasoning and obtaining requisite approvals / permissions from the
Concerned Statutory Authorities prior to commencement and also after
successful completion of the work.
g) Preparation of technical specifications, cost estimates including rate

21 | P a g e
analysis, bill of quantities, inspection & testing plan etc.
h) Preparation of all drawings good for construction for structural designs,
internal and external MEP /utility services, telecommunications,
Networking, Graphic signage‟s, fire fighting arrangements, security
systems, parking etc. as per the approved technical specifications.
i) Preparation of landscape architecture, interior architecture, architectural
conservation, graphic design and signage‟s etc.
j) Preparation of Tender drawings, Technical specifications, vendors /
manufactures for materials and equipment. Assistance to Nagar Parish
Sawer, in providing clarifications to bidders, Pre bid meeting and
specifying the construction contract.
k) The approvals of the Nagar Parish Sawer, are required on all drawings,
specifications, documents, etc. and Consultant shall be responsible for
providing modifications, incorporation of suggestions etc. Structural
drawings & designs from Engineering College shall be in scope of work of
Contractor.
l) Ensure engaging the required key professionals for the services such as
architectural, structural, MEP/utility services, landscaping, conservation
etc. for the project designing and execution.
m) Attend the reviews, meetings, conferences pertaining to the project.
n) Appropriate hard and soft landscaping shall be designed to be in harmony
with the surrounding Environment and neighborhood. The objective is to
provide a harmonious and friendly environment with green area and
landscape features.
o) Preparation and issue of working drawings with all details for proper
execution of the work. This shall include preparation of fabrication / shop
drawings for select items as well as scrutiny / approval of shop drawings
submitted by contractors for various services.
p) Site Supervision to review and ensure approved design compliance by the
executing agency.
q) Revision of drawing details and specifications as and when required in
due course of construction progress and re-approval of required.
r) Preparation and planning of all design details, deliverables and plan the
construction program to complete the project.
s) The consultant shall attend all the review meetings conducted by Nagar
Parish Sawer, from time to time without any extra cost and shall also be
available for any clarifications and bring out any issues related to
construction which may lead to difficulties, litigation, delays etc. including
outstation meetings/ reviews for which no extra shall be made.
t) Provide all necessary technical assistance required to the client in the
finalization of the scheme including DPR, Bid process Management,
PMC/SQC complete till finalization of project.

22 | P a g e
u) Submit the DPR with plans, designs and estimations, tender document etc for
the scheme.
v) Preparation of As-Built drawings for the construction.

General Scope of Work

This consultancy service should include preparation of DPR including Planning,


designing & detailing of architectural, Structural and allied services, Interior
Designing, Bid Process Management and supervision & quality control consultancy
of the proposed project etc required to complete the work successfully the nature of
services to be rendered are briefly as follows :
a) Taking employers instructions, site appraisal, conducting field survey and
investigations.
b) Submitting PERT Chart/Bar Chart incorporating all the activities required for
completion of the project well in time i.e. Preparation of Working Drawings,
Structural Drawings, Detailed Drawings, and Calling Tenders etc.
c) On the basis of the base line data, architect shall prepare a Single Line
Conceptual Plan, Floor Plan, Section & Elevations of building & facilities and
a broad cost estimate on Plinth Level basis. Preparing Sketch designs which
shall be in accordance with local governing codes / standards etc. Including
carrying out necessary revisions as per directions of approval authority, so as
to enable the employer to take a decision.
d) Modify the sketch designs incorporating the required changes and Prepare
final concept designs & computer 3D model, Physical model on specified
scale for the approval along with revised cost (Stage I).
e) Based on approved concept plan, Preparing Detailed Estimate, Detailed
Architectural Working Drawings, Plans, Elevations, Structural Calculations,
Structural Drawings & Designs, Layout Drawings for Water Supply &
Drainage, Electrical, Mechanical Utilities, PHE, Parking, HVAC, Landscape
etc, required to invite tenders to commence work at site and for the proper
execution during construction.
f) Submitting required drawings & designs to municipality & other local
authorities and obtaining their approval. Structural & Allied Services designs
should be certified from any Engineering College. The Expenses will be
borned by Contracting Agency.
g) Preparing of detailed composite tender documents after approval of draft bid
document for various services viz. general builders work & specialist services
such as water supply & sanitary installations, electrical installation etc
complete with articles of agreement, conditions of contract, special
conditions, specification, bill of quantities based on respective SOR including
detailed analysis of rates based on market rates, if required, time & progress
charts etc and assisting Nagar Parishad Sawer, in finalization of construction
agencies.
h) Preparing for the use of the employer, 4 copies of the contract documents
including all drawings, specifications and other particulars.
i) Assuming full and overall responsibility for supervision & quality control for
proper execution of all works by contractor who are engaged from time to
time including control over quantities during the execution to restrict
variation, if any.
j) Review & Approve work programs.
k) Identify construction delay and recommend to Nagar Parishad Sawer,
remedial measures to expedite the progress.
23 | P a g e
l) Determine any extension of the project completion schedule to which the
contractor is entitled & notify the same to Nagar Parishad Sawer accordingly.
m) To assist the Nagar Parishad Sawer in arriving at any cost variation and its
impact on design during construction stage, related to drawing & design.
n) To ensure that quality of the material & work is in accordance with contractual
specifications. All quality control test and observation shall be recorded in
duplication by the contractor, a copy of which will be sent to the architect for
certification. It will be responsibility of consultancy firm to supervise the work as
per specifications and to check the quality as per specifications.
o) No deviations or substitutions should be authorized by the architect without working
out the financial implication, if any, to the contractor and if necessary prior approval
should be obtained from the Nagar Parishad Sawer.
p) Working out the theoretical requirement and actual consumption of cement and steel
and any other material specified for each bill.
q) Checking measurement of works at site in full and issuing certificate to that effect.
r) Obtaining final building completion certificate and securing permission of
municipality and such other authority for occupation of the building, if applicable.
s) Appearing on behalf of the employer before the municipal assessor in connection with
settlement of the ratable value of the building and tendering advice in the matter to the
employer, if applicable.
t) On completion of the project, certify “as made” completion drawings prepared by the
Consultant for architectural, structural, water supply & drainage works, electrical &
other services along with a brief report on the project & relevant structural design
calculations and submitting 4 copies of the same for the records of the employer.
u) The consultant shall be wholly responsible for the successful completion of the project
in all respects consistent with safety and structural stability from the inception up to
the handing over for occupation to the employer.
v) The consultant shall assist the Nagar Parishad Sawer in all arbitration
proceedings between the contractors and Nagar Parishad Sawer and also defend
Nagar Parishad Sawer in such proceedings.
w) Any other services connected with the works usually and normally rendered by the
architect, but not referred to herein above.
x) In addition to above, the consultants shall advise and assist the Nagar Parishad
Sawer in preparing suitable replies to the Chief Technical Examiner of Central
Vigilance Commission and also in the arbitration proceedings, if any, in case of need.

(Signature of the Applicant)

24 | P a g e
OFFICE OF THE NAGAR PARISHAD SAWER, DIST. INDORE
Ph. …………………… Email: cmosawer@mpurban.gov.

TENDER FORSELECTION OF CONSULTANT FOR THE WORK OF SEWERAGE


PROJECT FOR SAWER

MEMORANDUM
I/Me here by tender for the Consultancy work of Sewerage project in the
percentage (%) fees of Rs................................................................... (In
Words…………………………..) in accordance with the conditions of the contract and
instructions given in the Tender document..
Should this tender be accepted. I/We hereby agree to abide by and fulfill all the
terms and provisions of the said conditions of contract annexed hereto so far as
applicable, and in case of default thereof we shall be forfeiting and pay to the Chief
Municipal Officer, Nagar Parishad Sawer, or its successors in office or assigns of
sum of money equal to the 5% of the approved consultancy fees..
Earnest money of Rs. 25,000/- is herewith forwarded in the form of Online Payment
(the full value of which shall be retained by the Chief Municipal Officer Nagar
Parishad Sawer., on account of security deposit specified in the conditions of
contract) as earnest money, the full value of which is to be absolutely forfeited to the
Chief Municipal Officer Nagar Parishad Sawer, or its successors in office or assigns,
Should I/We not deposit the performance security deposit specified in the above
memorandum, in accordance with clause 1 of the said condition of contract and
execute the contract documents within the notified time, otherwise the said sum
shall be retained by the Chief Municipal Officer Nagar Parishad Sawer as part of
such security deposit as specified in clause 1 of the said conditions of contract.

Signature of witness to Signature of the Applicant


Before submission of Tender

Dated the day of


Address of witness Occupation of the witness

I hereby accept the above tender on behalf of the Chief Municipal Officer Sawer.
Dated the day of

Signature of the Authorized Signatory

Note: - Financial offer should only be submitted online in envelop C

25 | P a g e
Conditions of Contract
Definitions:
The "Contract" means the documents, forming the Notice inviting, Tenders and
tender documents submitted by the Tenderer and the acceptance there of, including
the formal agreement executed between the Chief Municipal Officer, Sawer. and the
Tenderer.

In the contract the following expressions shall unless otherwise required by the
context, have the meanings, hereby respectively assigned to them.

The expression "works" or "work" shall be as per the scope of work prescribed in the
tender documents.

The "site" shall mean the land and/or other places on, into or through which work is
to be executed under the contract or any adjacent land.
The Chief Municipal Officer, Sawer. Means its successors in office.
The term "CMO" means the Chief Municipal Officer, Sawer for the time being.

The term: “Executive Engineer" means the Executive Engineer of the Nagar Parishad
Sawer for the time being.

The term "Executive Engineer" shall refer to Executive Engineer designated as


project officer of the Nagar Parishad, Sawer for the time being.

The term "Consultant" means the Consultancy Firm or its authorized representative.

Note: - "Words” imparting the singular number include plural number and vice -
versa.

Performance Security:
Clause 1 - The person(s) whose tender may be accepted (hereinafter called the
Consultant(s) or consultant(s), which expression shall unless excluded by or
repugnant to the context, include his heirs, executors, administrators, representative
and assigns) shall allow the Nagar Parishad Sawer to deduct from interim payments
at the rate of 5% of the interim payments and retain the same as security deposit
(EMD to be adjusted). The performance security deposits will be refunded after
completion of the work with the payment of the final Bill.

All compensation or other sums of money payable by the Consultant to Chief


Municipal Officer, Sawer, under the terms of this contract may be deducted from or
paid by the sale of sufficient part of his security deposit or form the interest arising
there form or from any sums which may be due or may become due to the
Consultant by Chief Municipal Officer, Sawer on any account whatsoever and in the

26 | P a g e
event of his security deposit being reduced by any reason the Consultant shall
within 10 days thereafter make good in cash or Demand draft any sum or sums
which may have been deducted from or realized by the sale of his security deposit
or any part thereof. The security deposit when paid in cash may at the cost of the
depositor be converted into interest bearing securities, if the depositor so desires.

Clause -2 : The consultant will be responsible for the accuracy of the survey data
collected, compiled and designs and drawing sheets prepared and supplied by him,
interim and final certificated issued by him and will indemnity the Chief Municipal
Officer Sawer against any inaccuracies, which might come to notice subsequently.
For this purpose he will furnish a bank guarantee or other government securities
pledged in favor of the Chief Municipal Officer, Sawer. for a period of 6 months
from the date of the completion of the term of the contract or its earlier termination.

Clause - 3: Receipts for payments made on account of a work when executed by a


firm must also be signed by the several partners, except where the Consultants are
described in their tender as a firm, in which case the receipt must be signed in the
name of the firm by one of the partners, or by some other person having authority to
give effectual receipt for the firm.

Payment of Fees:
Clause -4: The fee payable to the consultant shall be computed on the actual cost of
works on completion. The payment due to the consultant at different stages will be
computed on the following basis/
Stage 1 & 2 on the basis of Estimated cost submitted in DPR.
Stage 3 As per Approved cost
Stage 4, 5 & 6 As per Accepted tender cost
Stage 7 Actual total cost

The fees will be paid within thirty days of the submission of bill.

Performance Security:
Clause - 6:In the case of a tender by partners any change in the constitution of the
firm shall be forth with notified by the Consultant to the Chief Municipal Officer
Sawer. for his information.

Resolution of disputes:
Clause - 7 : Except as otherwise provided in this contract all questions and disputes
relating to the assignment of Consultant/ Consultancy work shall be referred to the
Engineer-In-Chief, UADD who shall, after hearing both parties give his decision
giving reason, within a period of 15 days of such request. This period can be

27 | P a g e
extended by mutual consent of the parties. The decision of the Engineer-In-Chief,
UADD will be binding on both the parties.

Death or permanent invalidity of Contract:


Clause - 8 :If the consultant is an individual or a proprietary concern, partnership
concern, Dies during the period of the contract or becomes permanently
incapacitated, where the surviving partners are only minors, the contract shall be
closed without levying any damages/compensation.

Fundamental breach of Contract:


Clause - 9 : In case of the fundamental breach of this contract, going to its root, by
the consultant, the Chief Municipal Officer Sawer shall be entitled to forfeit the
performance Security Deposit and retain the same as damages and compensation for
the said breach, but without prejudice to the right of the Chief Municipal Officer
Sawer to recover further sums as damages from any sums due or which may
become due to the Consultant by Chief Municipal Officer Sawer or otherwise,
whatsoever.

Signature of the consultant Chief Municipal Officer,


Municipal Council, Sawer.

28 | P a g e
Key Dates

S.No Stage Bidder's Stage Start Expiry Envelopes

Date Time Date Time

Purchase of
1 17-08-2022 10:30 31-08-2022 17:30
Tender-Online

Bid
2 Submission- 17-08-2022 10:30 31-08-2022 17:30
Online

Mandatory
submission
3 02-09-2022 10:30 Envelope A
Open (Envelope
-A)

Technical
proposal open
4 02-09-2022 12:40 Envelope B
(PQ Envelope-
B)

Financial Bid
5 Open (Envelope 05-09-2022 12:50 Envelope C
C)

29 | P a g e
|| AFFIDAVIT ||
(To be Contained in Envelope A)
(On non Judicial Stamp of Rs. 100 )
I/we _______________________________________________________ who is/ are
_______________________ (status in the firm/ company) and competent for submission of the
affidavit on behalf of M/S ______________________ (contractor) do solemnly affirm an oath
and state that:
I/we am/are fully satisfied for the correctness of the certificates/records submitted in
support of the following information in bid documents which are being submitted in response to
notice inviting e-tender No. ______________ for
__________________________ (name of work) dated _______ issued by the
________________ (name of the department).
I/we am/ are fully responsible for the correctness of following self-certified information/
digitallty signed documents and certificates:
1. That the self-certified information/ digitally signed documents given in the bid document
is fully true and authentic.
2. That:
a. Information regarding financial qualification and annual turnover, submitted online in
correst.
b. Information regarding various technical qualifications, submitted online is correct.
3. No close relative of the undersigned and our firm/company is working in the department.
OR
Following close relatives are working in the department:
Name _______________ Post ____________________ Present Posting ___________

Signature with Seal of the Deponent (bidder)


I/ We, _____________________ above deponent do hereby certify that the facts
mentioned in above paras 1 to 3 are correct to the best of my knowledge and belief. In the event
of any information is found to be incorrect/ unture or found iolated, then without giving any pieor
notice, our buid shall be liable for rejection or termination of contract, without prejudice to any
other rights of remedy including the forfeiture of the bid security/ performance security.
Verified today _____________ (dated) at ______________ (place).

Signature with Seal of the Deponent (bidder)

30 | P a g e
Financial Parposal Format
CHIEF MUNICIPAL OFFICER, NAGAR
Tender Inviting Authority:
PARISHAD SANWER DISTT- INDORE
Name of Work: Selection of Consultant for preparation of Sewerage Project for Sawer
including Survey, Design, Drawing, Estimating & Preparation of Tender Document and
PMC during Construction Works. Consultant shall extend all necessary cooperation in
successful preparation and execution of the said project

Contract No: 950 Sanwer Dated 16-08-2022

Name of the Bidder/


Bidding Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should
be uploaded after filling the relevent columns, else the bidder is liable to be rejected for
this tender. Bidders are allowed to enter the Bidder Name and Values only )
NUMBER # TEXT # NUMBER # TEXT # NUMBER
#
Sl. Item Description Quantity Units BASIC
No. RATE In
Figures To
be entered
by the
Bidder in
Percentage
Rate

1 2 3 4 5

Selection of Consultant for


preparation of Sewerage Project for
Sawer including Survey, Design,
Drawing, Estimating & Preparation of दर प्रतिशि
1.01 Tender Document and PMC during 1.000
Construction Works. Consultant shall आधार पर (+)
extend all necessary cooperation in
successful preparation and execution
of the said project

Total in Figures

Quoted Rate in INR Zero Only


Words

31 | P a g e

You might also like