You are on page 1of 38

CA NO CWEAFJ-11 /2023-24 Srl Page No 1

MILITARY ENGINEER SERVICES


COMMANDER WORKS ENGINEERS (AF) JAMMU

NAME OF WORK: CA NO CWEAFJ-11/2023-24: CONSULTANCY


SERVICES FOR SEWAGE TREATMENT PLANT (STP) AT AF STN UDHAMPUR

Srl Description Pages


No From To
1 2 3 4

1. Contents Page 01 01

2. Tender forwarding letter, Instructions on filling 02 06


& submission of Tender Documents.

3. Notice of tender including Appendix ‘A’. 07 13

4. Authorization Page, Schedule ‘A’ (BOQ) 14 28


Consultancy Agreement and Acceptance
page.

5. Special Conditions . 29 34

6. Consultancy services as per Appendix ‘B’, ‘C’ 35 38


& ‘D’

7. *‘General Conditions of Contract’ IAFW-2249 39 100


(1989 Print) including Errata / Amendment
there-to

8. *Schedule of Minimum Fair Wages 101 108

9. Errata and amendments to tender documents

10. Relevant correspondence, if any

11. Acceptance letter including Appendix, if any


Total pages

SIGNATURE OFCONTRACTOR DCWE (CONTRACTS)


DATED: FOR ACCEPTING OFFICER

*These documents are not attached with the tender and can be seen in the office of
HQ CWE (AF) Jammu / GE (AF) Udhampur during working hours.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 2

Tele No : 0191-2956666 REGISTERED/ACK DUE


Email : cweafjammu-army@nic.in HQ CWE (AF) Jammu
Military Engineer Services
Near Gurudwara Sahib & Mandir
Air Force Station Satwari, Jammu
PIN-180003

81023/CWEAFJ-11 /2023-24/ /E8 27 Jun 2023

M/S. . . . . . . . . . . . . . . . . . . . . . . . . . ..

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

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

NAME OF WORK: CA NO CWEAFJ-11/2023-24: CONSULTANCY


SERVICES FOR SEWAGE TREATMENT PLANT (STP) AT AF STN UDHAMPUR

Dear Sir(s)

1. Tender documents in respect of above work are uploaded on the site defproc.gov.in. The
tender is on single stage two cover/ two stage two cover/three cover e-tendering system. The contents
of Cover I & Cover II are specified in NOTICE OF TENDER.

2. Bids will be received online by ACCEPTING OFFICER up to the date and time mentioned in the
NOTICE INVITING TENDER (NIT). No tender/bid will be received in physical form and any tender/bid
received in such manner will be treated as non bonafide tender/bid.

3. Bid will be opened on due date and time fixed for opening in the presence of tenders/bidders or
their authorized representatives, who have uploaded their quotation bid and who wish to be present at
the time of opening thebids.

4. Your attention is also drawn to instruction on filling and submission of tender attached herewith.
You may forward your points on tender documents and/or depute your technical representative for
discussion on tender/drawings and to clarify doubts, if any, on or before ________ 2023. You are
requested not to write piece meal points and forward your points duly consolidated before due date viz
_________ 2023.

5. Un-enlisted contractors are required to submit the scanned copies (in pdf file) of documents
required as per eligibility criteria mentioned in instructions for filling the tender documents and
Appendix ‘A’ to NIT along with EARNEST MONEY DEPOSIT (EMD) and tender fee on e-procurement
portal and submit the physical documents in the office of HQ CWE (AF) Jammu within time limit
specified in NIT. Inadequacy/deficiency of documents shall make the bid liable for rejection resulting in
disqualification for opening of finance bid.

6. (a) Contractor having not executed standing security bond and standing security deposit
in any MES formation shall upload scanned copy of EARNEST MONEY DEPOSIT(EMD)
mentioned in Notice of Tender and shall ensure receipt of hard copy of EMD in the office of
tender issuing authority before date & time fixed for this purpose. In case of failure to abide by
any of these two requirements, the finance bid will not be opened.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 3
(b) Within 28 days of receipt of letter of Acceptance, the successful unenlisted/enlisted contractor
would be required to deposit performance security in any of the forms given in condition 19 of
IAFW-2249 for an amount equal to 5% of the contract sum. Failure of the successful contractor to
comply with the requirements of sub-condition 19.1 of IAFW-2249 shall constitute sufficient
grounds for cancellation of the award of work and forfeiture of the Earnest Money. In case of MES
enlisted contractor, amount equal to the Earnest Money stipulated in the Notice Inviting Tender,
shall be notified to the tenderer for depositing the amount through MRO. Issue of tender to such
tenderers shall remain suspended till the aforesaid amount equal to the Earnest Money is
deposited in Government Treasury.

(c) Work Order No 1 shall be placed by GE only after submission of Performance Security of
adequate value by the contractor to the Accepting Officer.

7. Enlisted contractors of MES shall submit the scanned copies (pdf file) of enlistment letter,
tender fee and such other documents as mentioned in Appx ‘A’ to NIT on e-procurement portal and
submit physical documents in the office of HQ CWE (AF) Jammu before date & time fixed for this
purpose.

8. The contractor must ensure that the tender/bid on the proper form is uploaded in time as the
Accepting Officer will take no cognizance of any quotations/offer received in any other electronic or
physical form like email/fax/by hand/ through post from tenderer/bidder even if they are received in
time.

9. In view of delays due to system failure or other communication related failures, it is suggested
that the tender/bid be uploaded, if necessary, sufficiently in advance of the last due date and time fixed.

10. General conditions of Contracts (IAFW-2249) (1989 Print) and errata and amendments thereto,
Schedule of minimum fair wages and MES SSR (Part-I and Part-II) are not enclosed with these
documents. These are available for perusal in the Office of GE concerned and to this office.

11. Any tenderer, which proposes alterations to any of the condition, specifications laid down in the
tender documents or any new condition, whatsoever, is liable to be rejected.

Yours faithfully

SIGNATUREOFCONTRACTOR SIGNATURE OF THE OFFICER


DATED ISSUING TENDER
APPOINTMENT: DCWE (Contracts)
For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 4

INSTRUCTIONS OF FILLING AND SUBMISSION OF TENDER

1. EARNESTMONEY

Contractor(s) who are not enlisted with MES/Who are enlisted but have not executed the
Standing Security Bond shall submit Earnest Money Deposit as detailed in Notice of tender in
one of the following forms, along with their tender/bid:-
(a) Deposit at Call Receipt from the Scheduled Bank in favour of Garrison Engineer (AF)
Udhampur.

(b) Receipted treasury Challan, the amount being credited to the Revenue Deposit Garrison
Engineer (AF) Udhampur.

It is advisable that Earnest Money is deposited in the form of deposit call receipt from an
approved Schedule Bank for easy refund. In case the tenderer/bidder wants to lodge
‘EARNEST MONEY DEPOSIT’ in any other form allowed by MES, a confirmation about its
acceptability will be obtained from the Accepting Officer well in advance of the bid submission
end date and time. Earnest Money Deposit shall be submitted in the name of concerned GE.

Notes: Earnest Money Deposit (EMD) in the form of cheque/Bank Guarantee etc will not be
accepted. NON-SUBMISSION OF EARNEST MONEY DEPOSIT (EMD) (scanned copy along
with Technical Bid & hard copy before the date & time fixed for opening of BOQ) WILL
RENDER THE BID DISQUALIFIED FOR OPENING OF COVER II (FINANCE BID).

2. PERFORMANCESECURITY

Within 28 days of receipt of letter of Acceptance, the successful unenlisted/enlisted contractor


would be required to deposit performance security in any of the forms given in condition 19 of
IAFW-2249 for an amount equal to 5% of the contract sum. Failure of the successful contractor
to comply with the requirements of sub-condition 19.1 of IAFW-2249 shall constitute sufficient
grounds for cancellation of the award of work and forfeiture of the Earnest Money. In case of
MES enlisted contractor, amount equal to the Earnest Money stipulated in the Notice Inviting
Tender, shall be notified to the tenderer for depositing the amount through MRO. Issue of
tender to such tenderers shall remain suspended till the aforesaid amount equal to the Earnest
Money is deposited in Government Treasury.
3. BLANK
4. BLANK
5. GENERAL INSTRUCTIONS FOR COMPLIANCE

5.1 The bids received only in the electronic form will be considered. All bids shall be submitted on
‘eprocuremes.gov.in’ portal. Documents should be scanned and forwarded in ‘pdf’ form and ‘xls’ form
as indicated.

5.2 Bids shall be uploaded on ‘eprocuremes.gov.in’ portal on or before the bid closing date
mentioned in the tender. No tender/id in any other electronic or physical form like email/fax/by hand/
through post will be considered.

5.3 Bid should be DIGITALLY signed using valid DSC. All pages of tender documents, corrections/
alterations shall be signed/ initialed by the lowest bidder after acceptance.

5.4 Drawings, if issued in physical form, must be returned duly initialed by the tenderer/bidder in
separate envelope indicating his name and address.

5.5 The tender shall be signed, dated and witnessed at all places provided for in the documents
after acceptance. All corrections shall be initialed. The Contractor shall initial every page of tender and
shall sign all drawings forming part of the tender. Any tender/bid, which proposes alterations to any of
the conditions whatsoever, is liable to be rejected.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 5
INSTRUCTIONS OF FILLING AND SUBMISSION OF TENDER
5.6 In the technical bid, a scanned copy of Power of Attorney in favour of the person uploading the
bid using his/her DSC shall be uploaded. In case the digital signatory himself is the sole proprietor,
scanned copy of an affidavit on stamp paper of appropriate value to this effect stating that he has
authority to bind the firm in all matters pertaining to contract including the Arbitration Clause shall be
attached in ‘pdf’ form. In case of partnership concern or a limited company, digital signatory of the
bid/tender shall ensure that he is competent to bind the contractor (through partnership deed, general
power of attorney or Memorandum and Articles of Association of the Company) in all the matters
pertaining to the contracts with Union of India including arbitration clause. A scanned copy of the
documents confirming of such authority shall be attached with the tender/bid in ‘pdf’ form, if not
submitted earlier. The person uploading the bid on behalf of another partner(s) or on behalf of a firm or
company using his DSC shall upload with the tender/bid a scanned copy (in ‘pdf’ form) of Power of
Attorney duly executed in his favour by such other or all of the Partner(s) or in accordance with
constitution of the company in case of company, stating that he has authority to bind such other person
of the firm or the Company, as the case may be, in all matters pertaining to the contract including the
Arbitration Clause.

5.7 Even in case of Firms or Companies which have already given Power of Attorney to an
individual authorizing him to sign tender in pursuance of which bids are being uploaded by such person
as a routine, fresh Power of Attorney duly executed in his favour stating specifically that the said
person has authority to bind such partners of the Firm, or the Company as the case may be , including
the condition relating to Arbitration Clause, should be uploaded in ‘pdf’ form with the tender/bid; unless
such authority has already been given to him by the firm or the company. It shall be ensured that
power of attorney shall be executed in accordance with the constitution of the company as laid down in
its Memorandum & Article of Association.

5.8 Hard copies of all above documents should be sent by the contractor to the Tender issuing
authority well in advance to be received before the date & time fixed for the same.

5.9 Bid (Cover- 1 & 2) shall be uploaded online well in time.

5.10 The contractor shall employ only Indian Nationals after verifying their antecedents and loyalty.
Attention is also drawn to conditions 3 referred hereinafter and also conditions 24 & 25 of IAFW
2249.(General Conditions of Contract)

5.11 Tenderers/bidders who uploaded their priced tenders/bids and are desirous of being present at
the time of opening of the tenders/bids may do so at the appointed time.

5.12 The tenderer/bidder shall quote his rate on the BOQ file only. No alteration to the format will be
accepted, else the bid will be disqualified and summarily rejected.

5.13 In case the tenderer/bidder has to revise/modify the rates quoted in the BOQ (excel sheet) he
can do so only in the BOQ, through “defproc.gov.in” site only before the bid closing time and date.

6. REVOKATION/REVISION OF OFFER UPWARD/ OFFERING VOLUNTARY REDUCTION,


AFTER BID SUBMISSION END DATE ANDTIME

In the event of tenderer/bidder revoking his offer or revising his rates upward/offering voluntary
reduction, after closing of bid submission date & time, his offer will be treated as revoked and the
Earnest Money deposited by him shall be forfeited. In case of MES enlisted Contractors, the amount
equal to the Earnest Money stipulated in the Notice of tender, shall be notified to the tenderer/bidder
for depositing the amount through MRO. Bids of such Contractors/bidders shall not be opened till the
aforesaid amount equal to the earnest money is deposited by him in Govt Treasury. In addition, bids of
such tenderer/bidder and his related firm shall not be opened in second call or subsequent calls.
Reduction offered by the tenderer/bidder on the freak high rates referred for review shall not be treated
as voluntary reduction.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 6
INSTRUCTIONS OF FILLING AND SUBMISSION OF TENDER

7.
8. CPM (Critical PathMethod)

7.1.1 The project planning for work covered in the scope of tender is based on CPM.

7.2 The tenderers are expected to be fully conversant with the CPM technique and employ
technical staff who can use the technique in sufficient details. Sufficient books and other literature on
the subject are widely available in the market, which the tenderer may make use of.

7.3 The tenderer's attention is drawn to Special Conditions of the tender regarding preparation of
the detailed net work analysis and time schedules for the work and his liability for employing sufficient
resources to adhere to this schedule. Any inability on the part of the tenderer/bidder in using the
technique will be taken as his technical insufficiency and will affect his class of enlistment and future
prospects/invitation to tenders for future work.

7.4 Department may issue amendments/errata in form of CORRIGENDUM to the tender


documents/revised BOQ to the tender documents. The tenderer/bidder is required to read the tender
documents in conjunction with the errata/amendments/corrigendum, if any, issued by the department.
9. These instructions shall form part of the contract documents.

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATED: FOR ACCEPTINGOFFICER
CA No : CWEAFJ-11 /2023-24 Serial Page No: 7

MILITARY ENGINEER SERVICES


NOTICE INVITING TENDER (NIT)

1. A tender is invited for the work as mentioned in Appendix ‘A’.

2. The work is estimated to cost as indicated in the aforesaid Appx ‘A’. This estimate however, is
not a guarantee and is merely given as rough guide and if the work cost more or less tenderer will have
no claim on this account. The tender shall be based on as indicated in the aforesaid Appx ‘A’.

3. The work is to be completed within the period as indicated in the aforesaid Appx ‘A’ (In
accordance with the Phasing, (if any) from the date of handing over site, which may be one or about two
weeks after the date of Acceptance of the tender.

4. Normally contractor whose names are on the MES approved list for the area in which the
work lies, and within whose financial category the estimated amount would fall, may tender/bid
but in case of term contracts, contractors of categories SS to E may tender/bid. Contractors
whose names are on the MES approved list of any MES formation and who have deposited
standing security and have executed standing security bond may also tender/bid without
depositing Earnest money along with the tender/bid and if the tender/bid submitted by such a
tenderer/bidder is accepted, the contractor will be required to lodge with the Accepting officer,
the amount of Performance Security for an amount equivalent to 5% of the contract sum in any
of the forms prescribed in sub condition 19.1 of IAFW 2249 within 28 days of receipt of the Letter
of Acceptance. Failure of the successful contractor to comply with the requirements of sub-
condition 19.1 of IAFW-2249 shall constitute sufficient grounds for cancellation of the award of
work and forfeiture of the Earnest Money. In case of MES enlisted contractor, amount equal to
the Earnest Money stipulated in the Notice Inviting Tender, shall be notified to the tenderer for
depositing the amount through MRO. Issue of tender to such tenderers shall remain suspended
till the aforesaid amount equal to the Earnest Money is deposited in Government Treasury. Not
more than one tender/bid shall be submitted/uploaded by one contractor or one firm of
contractors. Under no circumstances will a father and his son(s) or other close relations who
have business dealing with one another be allowed to tender / bid for the same contract as
separate competitors. A breach of this condition will render the tenders/bids of both the parties
liable for rejections.

5. The office of HQ CWE (AF) Jammu-180003 will be Accepting Officer, here in after refer to as
such for the purposes of this contract.

6. The Technical Bid and Financial Bid (Cover-1 and Cover-2) shall be uploaded by the
tenderer/bidder on or before the date & time mentioned in NIT. A scanned copy of DD with enlistment
details/documents shall be uploaded as packet 1/cover-1 (‘T’ bid) of the tender/bid on e-tendering
portal. DD is refundable in case T bid is not accepted resulting in non-opening of ‘Q’ bid. The applicant
contractor shall bear the cost of bank charges for procuring and encasing the DD and shall not have
any claim from Government whatsoever on this account.

6.1 Tender forms and conditions of contract and other necessary documents will be available on
eprocuremes.gov.in/eprocure.gov.in site for download and shall form part of contract agreement in
case the tender/bid is accepted.

6.2 In case of contractor who has not executed the Standing Security Bond, the Cover-I shall be
accompanied with by Earnest Money of amount as mentioned in Appendix ‘A’ in the form of deposit at
call receipt in favour of concerned GE (see Appendix ‘A’) by a scheduled Bank or in receipted treasury
Challan the amount being credited to the revenue deposit of the concerned GE (see Appendix ‘A’).
CA No : CWEAFJ-11 /2023-24 Serial Page No: 8
NOTICE INVITING TENDER (NIT) (Contd…….)

6.3 BLANK.

6.4 BLANK.

6.5 The GE will return the Earnest Money wherever applicable to all unsuccessful tenderers/
bidders by endorsing an authority on the deposit-at-call receipt for its refund, on production by the
tenderer, bidder a certificate of the Accepting Officer that a bonafide tender/bid was received and all
documents were returned.

6.6 The GE will either return the Earnest to the successful tenderer/bidder by endorsing an authority
on the deposit-at-call receipt for its refund on receipt of an appropriate amount of Security Deposit or
will retain the same in part or full on account of security deposit if such a transaction is feasible.

6.7 Copies of the drawings and other document pertaining to the work signed for the purpose of
identification by the Accepting Officer or his accredited representative, sample of materials and stores
to be supplied by the contractor will also be available for inspection by the tenderer/bidder at the office
of Accepting Officer and concerned GE during working hours.

7. The tenderers/bidders are advised to visit the site of work by making prior appointment with GE
who is also the Executing Agency of the work (see appendix ‘A’). The tenderers/bidders are deemed to
have full knowledge of all relevant documents, samples, site etc., whether they have inspected them or
not.

8. Any tender/bid which proposes any alteration to any of the conditions laid down or which
proposes any other condition or prescription whatsoever, is liable to be rejected.

9. The uploading of bid implies that bidder has read this notice and the Conditions of Contract and
has made himself aware of the scope and specification of work to be done and of the conditions and
rates at which stores, tools and plants etc. will be issued to him and local conditions and other factors
having bearing on the execution of the work.

10. Tenderers/bidders must be in possession of a copy of the MES Standard Schedule of Rates
(see appendix ‘A’ ) including amendments and errata thereto.

11. Invitation for e-tender does not constitute any guarantee for validation of ‘T’ bid and subsequent
opening of finance bid of any applicant/bidder, even of enlisted contractors of appropriate class, merely
by virtue of enclosing DD. Accepting Officer reserves the right to reject the ‘T’ bid and not open the
finance bid of any applicant/bidder. ‘T’ bid validation shall be decided by the Accepting Officer based
on, inter alia, capability of the firm as per criteria given in Appx ‘A’ to this NIT. The applicant
contractor/bidder will be informed regarding non-validation of his ‘T’ bid assigning reasons thereof
through the www.defproc.gov.in website. The applicant contractor/bidder if he so desires may appeal to
the next higher Engineer authority viz HQ CE (AF) Zone Udhampur on email id cezafu2-mes@nic.in
with copy to the Accepting Officer on email before the scheduled date of opening of Finance Bid. The
decision of the Next Higher Engineer Authority (NHEA) shall be final and binding. The contractor/bidder
shall not be entitled for any compensation whatsoever for rejection of his bid.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 9
NOTICE INVITING TENDER (NIT) (Contd…….)

12. The Accepting Officer reserves the right to accept a tender submitted by a Public Undertaking,
giving a price preference over other Tender(s)/ bids which may be lower, as are admissible under the
Government Policy. No claim for any compensation or otherwise shall be admissible from such
tenderer/bidder whose tender/bid is rejected.

13. Accepting Officer does not bind himself to accept the lowest or any tender/bid or to give any
reason for not doing so.

14. This Notice Inviting Tender (NIT) including Appendix ‘A’ shall form part of the contract.

SIGNATURE OF CONTRACTOR DCWE (CONTRACTS)


DATED: FOR ACCEPTING OFFICER
CA No : CWEAFJ-11 /2023-24 Serial Page No: 10

APPENDIX ‘A’ TO NOTICE INVITING TENDER

1 Name of work CONSULTANCY SERVICES FOR SEWAGE TREATMENT


PLANT (STP) AT AF STN UDHAMPUR
2 Estimated Cost 9.00 Lakhs (At par Market)

3 Period of completion 03 (Three) Months

4 Cost of tender documents 500.00 In the shape of DD / Bankers cheque from any schedule Bank in
favour of GE (AF) Udhampur and payable at Udhampur
5 Website/ portal address defproc.gov.in and www.mes.gov.in
6 Type of contract The tender shall be item rate contract based on IAFW-1779-A (Revised-
1955) and GCC (IAFW-2249) and with list of works to be quoted by the
contractor.
7 Timeline Details :
(a) Bid submission start Refer critical dates
date
(b) Last date of bid
submission
(c) Date of bid opening
8 Eligibility Criteria
(A) For MES enlisted (a) All consultants enlisted with MES in Group-III by any Zone Group II
contractors and consultants by any command or in Group I by E-in-C having category E (Water
sewage & drainage works) shall be considered qualified provided they do
not carry adverse remarks in WLR by any competent engineering
authority.
(b) Consultants must submit their latest enlistment letter from
competent authority clearly indicating that their enlistment is updated and
valid.
(B) For other contractors The consultants should meet the following minimum qualification criteria :
and consultant not enlisted (a) Minimum average annual turnover during last three years -
with MES. 25.00 lakhs (in case of Private company) / 10.00 lakhs (in case of
proprietary firm).
(b) Consultant/contractor must have planned, designed and
completed at least one similar project costing 4.00 Crore or two similar
project each at least 2.50 Crore or three similar project each at least
2.00 Crore during the last three years.
(c) Consultant/contractor must have minimum one number
Engineer/Arch/staff with qualification ME/M Tech (PHE) with two years
experience and one number B.E./B Tech (Civil) with three years
experience.
(d) Consultant must have requisite licensed software required for design
and survey required for the above subject work.
(e) Consultant must submit all other required documents as listed in
Para 5 of Sch ‘A’ Notes.

(c) For all Contractors and Consultant/contractor will not be allowed to execute the work by
consultants subletting or through Power of Attorney holder on his behalf to a third
party/another firm except sons/daughter(s)/ spouse of
proprietor/partner/Director and firm’s own employees, Director, Project
Manager. This shall be subject to certain conditions which will be
prescribed in the Notice inviting Tender forming part of the tender
documents.

9 Tender issuing and Name : Sh S K Maurya, IDSE, SE (SAG)


Accepting Officer Address : HQ CWE (AF) Jammu
Contact Detail : cweafjammu-army@nic.in
0191-2956666
10 Executing agency GE (AF) Udhampur

11 Earnest Money Rs 18,000.00 in favour of GE (AF) Udhampur in the shape of Deposit at


Call Receipt.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 11

APPENDIX ‘A’ TO NOTICE INVITING TENDER contd……..

CRITICAL DATES
Para 7 -
Tender Publishing Date and Time 27 Jun 2023 1700 hrs

Starting Date of Tender Documents 27 Jun 2023 1730 hrs


Downloading
Seeking Clarifications Start Date - -
Seeking Clarifications End Date - -

Bid Submission Start and Time (Cover-1 & 18 Jul 2023 1800 hrs
2)
Bid Submission End Date and Time (Cover- 25 Jul 2023 1800 hrs
1 & 2)
Date and Time of Opening of Technical Bid 27 Jul 2023 1200 hrs
(Cover-1)

Date and Time of Opening of Priced Bid To be intimated later on after evaluating the
(Cover-2) of only eligible qualified Bidders technical bid

NOTES :
1. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well
as eligible un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT is less than 7
(Seven), applications in respect of MES contractors of one class or two classes (In case of remote and
difficult areas to be decided as per list circulated by CE command/ADG) below the eligible class shall
also be considered subject to fulfillment of other eligibility criteria given in the NIT.Therefore MES
contractor’s one class below (two classes below in case of remote and difficult areas) may also bid for
this tender. Such contractors (contractors of one/ two classes below the eligible class) shall not be
considered in case their present residual work in hand is more than FIVE TIMES their present tendering
limit. However in case such contractors fulfil the criteria of upgradation to the stipulated eligible class
based on past experience of completed works (individual work experience and/ or average annual
turnover, as applicable) and financial soundness (solvency/ financial soundness and working capital),
the ceiling of present residual work will not apply and they will be considered for issue of tender. Such
bidders shall upload in their Cover-1. Bid details related to residual work in hand like details of works in
hand showing names of work, names of Accepting Officers, Contract amounts, dates of commencement
and completion (stipulated) and progress as on bid submission date. Such contractors, if claim to fulfill
the criteria of upgradation shall also upload the requisite information/ documents in support of
upgradation. These details shall be verified by the Tender Issuing Authority from concerned formations
in case bids of such contractors are considered for evaluation.

2. In case after opening of Cover 1, the number of MES enlisted contractors of eligible class as well
as un-enlisted contractors, if any, fulfilling the other eligibility criteria given in NIT, are 7 (Seven) or more,
applications of only those one class below the eligible class bidders shall be considered, who have
previously completed similar works satisfactorily and are meeting the criteria of upgradation in
respect of past experience of completed works (individual work experience and/or average
annual turnover as applicable) and financial soundness (solvency/financial soundness and
working capital) as per details given in Manual on Contracts.Therefore such contractors shall upload the
requisite information/documents in the Cover-I.

3. Unenlisted contractor shall be considered provided he meets the criteria. Foreign firms shall not
be eligible for this tender. However Indian Firms having foreign national / Indian national staying
abroad / Indian national having taken foreign citizenship, as director(s) shall be considered subject to
security clearance from the concerned authorities.
4. Contractors enlisted with MES will upload following documents in Cover 1 for checking eligibility :-
(a) Application for tender on Firm's letterhead.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 12
APPENDIX ‘A’ TO NOTICE INVITING TENDER contd……..

(b) Enlistment letter issued by the Registering Authority duly renewed for the cycle period
invogue.

(c) Scanned copy of DD /Bankers Cheque toward cost of tender and Earnest Money Deposit
instrument in case SSD bond is not signed at the time of registration.

(d) Any other document required as described in this Appendix.

5. Contractors not enlisted with MES will be required to upload following documents in Cover-1
for checking eligibility.
(a) Application for tender on Firm's letterhead.

(b) Scanned copy of DD/ Bankers cheque toward cost of tender and Earnest Money
Deposit (EMD) instrument.

(c) Copy of Police Verification Report/Police Clearance Certificate/Character


Certificate from the Police Authority of the area where the registered office of the firm is
located/notarized copy of valid passport of Proprietor/each Partner/each Director.

(d) All documents required for enlistment in MES for the class mentioned in Para 8(b) above as
per Para 1.5 of Section I of MES Manual on Contracts 2020.

(e) Details of works being executed in MES, if any.

(f) Any other document required as described in this Appendix.

6. Tenders not accompanied by scanned copies of requisite DD/Bankers Cheque towards cost of
tender and earnest money (as applicable) in Cover 1 shall not be considered for validation of 'T' bid and
their Financial Bids will not be opened.

7. Contractors should ensure that their original physical DDs and Earnest Money Deposit (EMD)
instruments (as applicable) reach the office of Accepting Officer within 5 (Five) days of bid submission end
date failing which following action shall be taken.

(a) In case of tenders from an enlisted contractor of MES, where scanned copies of
requisite DD/ Bankers Cheque towards cost of tender have been uploaded in Cover 1 but physical
copies are not received within the stipulated period, their financial bids (Cover 2) will be
opened. However non-submission of physical copies of cost of tender shall he considered as willful
negligence of the tenderer with ulterior motives and such tenderer shall be banned from bidding for
a period of six months commencing from the date of opening of Financial Bid (Cover 2).

(b) In case of tenders from unenlisted contractor, where scanned copies of requisite
DD/Bankers Cheque towards cost of tender have been uploaded in Cover 1 but physical copies are not
received within the stipulated period, their financial bids (Cover 2) will not be opened. Name of such
contractors along with complete address shall be circulated for not opening of their bids for a period of
six months commencing from the date of opening of Financial hid (Cover 2).

(c) In case of tenders from enlisted and unenlisted contractors, where scanned copies
of instruments for Earnest Money Deposit (as applicable) have been uploaded in Cover 1 but the
same arc not received in physical form within stipulated period, such tenders shall not qualify for
opening of financial bid (Cover 2).

8. Contractor will not be allowed to execute the work by subletting or through power of attorney
to a third party/another firm on his behalf. However a contractor can execute the work through power of
attorney to sons/daughters/ spouse of Proprietor/Partner/Director and firm's own employees, director,
project manager provided they are not having a separate enlisted firm in MES in their name as
Proprietor/Partner/Director.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 13
APPENDIX ‘A’ TO NOTICE INVITING TENDER contd……..

9. After opening of Cover 1 and during its technical evaluation, in case any deficiency is noticed in
the documents required to be uploaded by the tenderers as per NIT, a communication in the form of e-
mail/SMS/Speed Post etc shall be sent to the contractor to rectify the deficiency within a period of seven
days from date of communication failing which their financial bid (Cover 2) shall not be opened and
contractor shall not have any claim on the same.

10. Invitation for e-tender does not constitute any guarantee for validation of Technical bid and
subsequent opening of financial bid of any applicant/bidder merely by virtue of enclosing DD. Accepting
Officer reserves the right to reject the Technical bid and not to open the financial bid of any applicant/bidder.
"Technical bid validation shall be decided by the Accepting Officer based on eligibility of the firm as per
criteria given in this Appendix. Tenderer/bidder will be informed regarding non-validation of his
Technical bid assigning reasons therefore through tender evaluation report which shall be uploaded
on the website. Such tenderer, if desires, may appeal to the next higher Engineer Authority(NHEA) i.e.
HQ CE (AF) Zone Udhampur on email id cezafu2-mes@nic.in with copy to the Accepting Officer on
email before the scheduled date of opening of Cover 2. NHEA shall decide the matter within a period of
seven working days from the date of receipt of appeal. The decision of the HQ CE (AF) Udhampur
shall be final and binding. The tenderer/bidder shall not be entitled for any compensation whatsoever
for rejection of his bid.

11. In case an un-enlisted contractor is already executing works in MES, he shall not be
considered eligible for the subject tender if the total value of such works is more than twice the tendering
limit of the MES Class of contractor for which it is eligible. For this purpose, details of the works being
executed by such a contractor shall be uploaded in the Cover-1of the bid and shall be checked/verified by
the Accepting Officer.

12. In case the BOQ is revised through the corrigendum and the bidder has failed to quote on revised
BOQ (ie he has quoted on pre revised BOQ), such bid shall be treated as willful negligence by the
bidder and his quotation shall be considered non-bonafide. In such cases the lowest tender shall be
determined from amongst the valid/bonafide bids only. Accepting Officer may decide whether to re-
tender or consider the lowest bonafide tender for acceptance.

13. Revoking the offer or revising the rates upward or offering voluntary reduction by the lowest
tenderer after opening of Cover 2 shall be considered as a willful default. For this default a penalty of an
amount equal to Earnest Money shall be levied. In case of an un-enlisted tenderer, Earnest Money
deposited by him shall be forfeited. In case of MES enlisted tenderer having deposited the Standing
Security Bond, an amount equal to the earnest money stipulated in the NIT, shall he notified to the tenderer
for depositing through MRO and consideration of such tenderer in tender evaluation for future works shall
remain suspended till the aforementioned amount is deposited in the Government Treasury. No other
disciplinary/administrative action shall be taken against such tenderers. In such a situation, the next
lowest offer shall not be considered for acceptance. Instead, retendering shall be resorted to in a
transparent and fair manner and the defaulting tenderer and his related firm if any, shall not be eligible
for this tender in second call or subsequent calls.

14. Tender to related firms shall not be issued simultaneously. Firms shall be termed as related if
Proprietor/one or more Partners/Directors are common. Decision of Accepting Officer on issue/deny
the tender to any one of the related firms shall be final and binding.

Signature of Contractor DCWE (Contracts)


For Accepting Officer

Dated 27 Jun 2023


CA No : CWEAFJ-11 /2023-24 Serial Page No: 14

IN LIEU OF IAFW-1779-A

(To be read in conjunction with General Conditions of contracts IAFW-2249, 1989 print)

Tele No : 0191-2956666 REGISTERED/ACK DUE


Email : cweafjammu-army@nic.in HQ CWE (AF) Jammu
Military Engineer Services
Near Gurudwara Sahib & Mandir
Air Force Station Satwari, Jammu
PIN-180003

81023/CWEAFJ-11/22-23/ /E8 27 Jun 2023

NAME OF WORK: CA NO CWEAFJ- /2023-24: CONSULTANCY


SERVICES FOR SEWAGE TREATMENT PLANT (STP) AT AF STN UDHAMPUR

1. M/s_________________________________________________
of __________________________________is/are hereby authorized to tender for the above work.
The tender is to be QUOTED ONLINE AT THE WEBSITE OF MES defproc.gov.in by
__________ 2023 up to 1800hrs.

2. All correspondence concerning this tender shall be addressed as indicated at the top of this
sheet quoting the reference as given above.

THE PRESIDENT OF INDIA DOES NOT BIND HIMSELF


TO ACCEPT THE LOWEST OR ANY TENDER

SIGNATURE OF THE OFFICER


ISSUING TENDER
APPOINTMENT: DCWE (Contracts)

SIGNATURE OF CONTRACTOR DATED____________________


DATED____________________
CA No : CWEAFJ-11 /2023-24 Serial Page No: 15

SCHEDULE ‘A’
( LIST OF WORKS AND PRICES )

CONSULTANCY SERVICES FOR SEWAGE TREATMENT PLANT (STP) AT AF STN


UDHAMPUR

NOTES:

1. Tenderer is required to quote his unit rates against each items of schedule ‘A’ (BOQ).

2. The tender rates shall be deemed to be subject to all special conditions and all preambles as
given in the MES Standard Schedule of Rates Part-II – 2020 and also all preambles of schedule ‘A’
unless specifically mentioned to the contrary in any item of schedule ‘A’ (BOQ) or in the Special
Conditions or Particular Specifications.

3. The items of Schedule ‘A’ (BOQ) shall be read in conjunction with the particular
specifications, drawings and specifications given in SSR Part-I (2009).

4. Period of completion for the entire work under this contract shall be 03 (Three) Months
from the date of handing over site mentioned in the WORK ORDER NO 1.

4. Unit rate to be quoted by the tenderer shall be deemed to include for any minor details of
construction/minor accessories which are obviously and fairly intended which might not have been
referred to in these tender documents but which are essential for the execution and entire
completion of the work. The decision of the Accepting Officer as to what constitutes minor details of
construction/minor accessories shall be final and binding.

5. Unless otherwise indicated unit rates quoted in Schedule ‘A’ (BOQ) shall be deemed to
include for labour and material/supply and fix and testing etc complete.

6. All quantities mentioned in Sch ‘A’ (BOQ) are approximate and are inserted as guide only.
They shall however, not be varied beyond the limits laid down in condition 7 of IAFW-2249.

7. GST:
The rates quoted shall be deemed to be inclusive of all charges/taxes etc. as applicable as per
latest Govt Notification i.e. GST as applicable. Aforesaid provisions shall be the liability of the
contractor and shall be deemed to be included in the rates quoted by the tenderer. No claim
whatsoever shall be entertained in this account.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 16

9. Site for execution of work will be available as soon as the work is awarded. In case it is not
possible to make the entire site available on the award of work, the contractor will have to arrange his
working program accordingly. No claim whatsoever, for not giving entire site on award of work and
for giving site gradually, will be tenable.

10. Performance security deposit within 28 days of receipt of letter of acceptance, the successful
contractor shall deliver to the Accepting Officer a Performance Security in any of forms given in condition
19 of IAFW-2249 (Amended vide amendment No 47 of IAFW-2249) for an amount equivalent to 5% of the
contract sum.

11. Defect liability period for the subject work shall be 24 calendar months after the work have been
handed over to the Government. (Refer condition 46 of IAFW-2249 amended vIde amendment No 48 of
IAFW-2249). The consultant shall have contractual obligation to reply/resolve any query relating to design,
drgs and or execution, which may arise during the execution of the STP plant, for which the consultant
services is being catered for under this contract.

Signature of the contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 17
INSTRUCTIONS TO TENDERERS

1.0 INTRODUCTION

2.0 TENDERING DOCUMENT, CLARIFICATION AND ADDENDUM

(a) The tender shall be accompanied by a certified true copy of power of attorney in favour of the
signatory to the tender documents. If the tender is submitted on behalf of a partnership firm, it must be
signed either by all partners or partners holding a valid power of attorney from all partners constituting the
firm and in case of company, it should be signed by Managing Director /Director / Representative of the
company who has been empowered to do so through resolution passed by board of directors of the
company. The person signing the tender on behalf of another partner or on behalf of a firm or company
shall attach with the tender a proper power of attorney duly executed in his favour by any other person or
by the partners or in accordance with the constitution of the company in case of company, stating that he
has authority to bind such other person of the firm or the company as the case may be in all matters
pertaining to the contract including arbitration clause.

(b) Even in case of firm or company which have already granted power of attorney to an individual
authorizing him to sign tender and in pursuance of which tenders are being signed by such persons as a
routine, fresh power of attorney duly executed in his favour stating specifically that the person has authority
to bind such partners of the firm, or the company as the case may be to the conditions relating to
arbitration clause, should be submitted with the tender unless such authority has already been given to the
concerned by the firm or the company.

(c) Clarification Requests by Tenderer : Although the details presented in the Tendering Document
consisting of Conditions of Contract, Scope of Work have been compiled with all reasonable care, it is the
tenderer’s responsibility to ensure that information provided are adequate, clearly understood and it
includes all documents as per Index. Tenderer shall examine the tendering document thoroughly in all
respects and if, any conflict, discrepancy, error or omission is observed, tenderer may request clarification
minimum fifteen days prior to the bid closing date. Such clarification requests shall be made with HQ CWE
(AF) Jammu

(d) Confidentiality of Document: Tenderer shall treat the Tendering Document and contents thereof as
confidential.

3.0 PREPARATION OF TENDER

(a) Tender Validity: Tender shall remain valid for acceptance for a period of 60 days from the BID
SUBMISSION END DATE. The tenderer shall not be entitled during the said period to vary the tender
except and to the extent required by HQ CWE (AF) Jammu in writing.

(b) Cost of Tendering: All direct and indirect cost associated with the preparation and submission of
tender shall be to tenderer’s account and the HQ CWE (AF) Jammu will in no case be responsible or liable
for those costs regardless of the conduct or outcome of the tendering process.

(c) Applicable Language: The tender and all correspondences incidental to and concerning the
tender shall be in the English language. For supporting documents and printed literature submitted in any
other language, an equivalent English translation shall also be submitted. Responsibility for correctness in
translation shall lie with the tenderer. In case of any conflict for the purpose of interpretation of the tender,
the English translation shall govern.

Signature of the contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 18
INSTRUCTIONS TO TENDERERS (Contd…)

(d) Compliance to Tendering Document Requirement: HQ CWE (AF) Jammu expects tenderers
compliance to the requirement of tendering Document without any deviation. In case tenderer stipulates
any deviation(s), HQ CWE (AF) Jammu shall have the right to reject such tender at his absolute discretion
and without giving any opportunity for such Tenderers to make good such deficiencies.

4.0 PROJECT COMPLETION SCHEDULE AND CONSEQUENCES THEREOF.

4.1 The project shall be completed within the stipulated period as indicated below:-

PHASE/STAGE PERIOD:- As mentioned with phases/stages in the BOQ

TOTAL PERIOD 03 (Three) Months

Note:-

5.0 The tender shall be on e-tendering basis and shall submit as per the details given in the tender.

6.0 The valid tender for consultancy will be accepted by HQ CWE (AF) Jammu.

7.0 CLIENT’S SCOPE OF SERVICES.

(a) Client shall provide following information / details/services to the Consultant for completing the
work. It is clearly understood that the Consultant shall be responsible for obtaining information/ details from
GE (AF) Udhampur for ensuring completion of the work in all respects within the time schedule agreed for
the Project.

(b) Military Engineer Services Standard Schedule of Rates 2009 Part-I and 2020 Part-II with
amendment No 01 to 03 and 01 to 122 respectively.

(c) Approval to all procedures / formats required for performance of the services by the Consultant
mentioned in this agreement and any other requirement necessitated based on discussions.

(d) NODAL OFFICER: Garrison Engineer (AF) Udhampur shall be the “Nodal Officer‟ who shall in all
circumstances correspond with the consultant and consultant shall be submitting all his drawings and
designs/submissions to “Nodal Officer‟, who shall convey the approval of Accepting Officer for the
complete work done by the consultant

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 19
CONSULTANCY AGREEMENT

This agreement made this ______________ day of ________________2023 BETWEEN

HQ CWE (AF) Jammu (On behalf of the President of India) hereinafter referred to as “The Client” and
M/s______________________________________________________having
registered office at ____________ here-in-after referred to as the “The Consultant”

WHEREAS the client proposes to carry out survey for preparation of DPR for Sewage Treatment Plant with
sewage pipe line for disposal of waste water herein after referred to as ‘the project’ and intends to obtain
only consultancy services as listed in Clause 1 hereinafter, and the consultant is agreeable to render the
said consultancy services on the terms and conditions stipulated hereinafter, it is hereby agreed to by both
the Parties as under:-

I. Consultancy services shall be provided by the Consultant as per the Terms of Reference given at
Appendix ‘A’

II. The scope of work is described as given in Appendix ‘B’ and certificate to be supplied by the
consultant during structural drawing and design is given in Appendix ‘C’.

III. HQ CWE (AF) Jammu is the “Client” referred hereinafter.

IV. The consultant shall provide and complete the Consultancy Services, within stipulated time frame
to the entire satisfaction of the Client or his authorized representative, within a period of 03 (Three)
Months of conclusion of this Consultancy Agreement.

V. Extension of time may be granted for delays caused, which in the opinion of the Client, were
beyond the Consultant’s control, provided that the Consultant applies for such extension of time in writing
within seven days of the occurrence of any event which caused delay.

VI. The consultant shall provide and complete the Consultancy services, to the entire satisfaction of the
Client or his nominated representatives and shall carry out the services required in terms of this
consultancy Agreement, according to accepted norms of sound engineering practices and conforming to
Indian Standard Codes/B.S. codes as appropriate and shall be fully responsible for the technical accuracy,
safety and soundness of his design, drawings and specifications, quality assurance of structures and the
best possible quality of equipments and other systems of the project, as obtainable, checking approval of
drawings, Design by the department / any other nominated agency shall not absolve the Consultant from
his total responsibility.

VII. The calculation sheets, drawings, reports and similar documents provided by the Consultant in
terms of this Agreement to the Client, shall remain the property of the Client and the Client shall have full
right to use them in any manner or for any other purpose, at the Client’s sole discretion.

VIII. The consultant shall use the data and other information supplied by the Client solely for the
purpose of performing and carrying out his obligations under this Consultancy Agreement and shall not
disclose the same to any other person, except to the extent required in performance of the agreement of
the project and shall maintain utmost secrecy.
IX. The consultant shall not, without the consent in writing of the Client, publish any article or
photographs relating to the project.

X. For providing the Consultancy Services as stipulated, in this Agreement in accordance with
provision of clause II to VIII here in before, the Client shall pay fees to the Consultant

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 20

CONSULTANCY AGREEMENT (Contd…)

XI. If at any time after conclusion of this Agreement, the Client decides to postpone or abandon the
project he may by giving seven days’ notice in writing to the Consultant, terminate this Agreement,
provided that if the project or any part thereof is postponed, the Client may in lieu of terminating this
Agreement, request the Consultant in writing to suspend the carrying out of his Services under this
Agreement, for the time being. If the Client does not require the Consultant to resume performance of
Services in respect of any postponed work within a period of three months from the date of the ‘Client’s
requirement in writing to the Consultant to suspend the carrying out of his Services, such work shall be
considered to have been abandoned and this Agreement shall deemed to be terminated.

XII. If this agreement is terminated, the Consultant shall be eligible for payment of proportionate fees
for the portion of consultancy Services already rendered, as assessed by the Client. The Client’s decision
in this respect shall be final and binding and no other compensation whatsoever shall be payable.

XIII. If the Consultant commits any breach of any of the provisions of this Agreement, the Client shall be
entitled to cancel this Agreement and on such cancellation the fees payable shall be proportionate to the
Services if any, already rendered by the Consultant as assessed by the Client as per General Condition of
contract (IAFW-2249).

XIV Essentials of Consultancy for Sewage Treatment Plant: -


i) Review of existing layout plan of station with existing network of sewers, conduct studies
and other related documentation to obtain a better understanding of the Sewage Treatment Plan
prior to the start of field work. The consultant will search for and obtain maps and records of related
past studies at his own cost & risk.
ii) Necessary detailed layout plans and contour survey forms the basis of finaization of the
location and alignment of sewer lines and STP shall be done by the consultant for the area of
approximately 280 Acres at Udhampur Air Force Station. Recommended methods to be
incorporated while carrying out contour survey for the station are, (i) Google Earth or other GIS
based software providing levels of ground. (ii) Total station contour survey by consultants.

iii) The parameters for raw sewage to be ascertained using grab sampling and the procedure
to carryout sampling to be as per CPHEEO (Central Public Health & Environmental Engineering
Organisation) manual or as per given in Appendix ‘D’.

iv) The water consumption data in litres per person per day must be correctly estimate based
on the water supply data in the station or Scale of Accommodation Appendix ‘C’ must be used for
working out water requirement and subsequently to calculate the sewage generated.

v) The total strength of personnel in family accommodation in military station must be based on
the sample survey carried out on the group of houses in each category of accommodations of
Officers and PBORs.

vi) In MES MBBR has been accepted as standard technology for STPs of 100 KLD capacity
and more. However, there is no embargo on the technology to be used for any sewage treatment
scheme. Any technology selected for the STP should also take into account availability of the
expertise in the area, life cycle cost of the STP and intended reuse of treated wastewater. Before
final selection of technology, comparison must be carried out with all possible technologies on
various factors like cost-benefit analysis, OPEX, CAPEX, ease of operation, land requirement,
availability of spares, availability of OEM, footprint or technology, etc. The technology selected must
be a field tested and proven technology.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 21
CONSULTANCY AGREEMENT (Contd…)

(vii) Various options should be provided by consultant/planning team, in respect of planning of


scheme as centralized or decentralization with advantages and disadvantages of all potions
including CAPEX and OPEX costs during the life cycle of the scheme. Based on the cost-benefit
analysis, good engineering practices, including reuse of treated wastewater, for all options
presented by consultant/planning team should be as per E-in-C’s Branch guidelines. The final
option chosen should be given in writing by HQ CE (AF) Zone Udhampur to the consultant.

(viii) Consent to establish and operate the STP should be taken from SPCB (State Pollution
Control Board) by consultant. Also, NOC for discharge of treated waste water into nallah/drain/river
to be taken from local authorities by the consultant, even when reuse is planned for contingencies
which require discharge of treated waste water into drains, like during monsoons when treated
wastewater is not required for arboriculture.

(ix) Provision of water table data especially high flood levels during peak monsoons should be a
part of consultancy.

(x) If any existing sewage treatment/disposal system is available for which STP are being
planned, then accurate measurement of sewage quantity must be carried out using flow meters.

(xi) Phasing of the consultancy/DPR should be carried out with collection of data and presenting
various options on data collected as a phase. The finalization of design philosophy for the sewage
treatment scheme will act as the basis for the next phase which includes detailed planning,
collection of ground levels from proposed sewer network location, etc. Structural drawings, if part of
consultancy, should be carried out after the sewage treatment scheme is finalized and vetted.
Consultant being part of the Commission team should also be a separate phase.

(xii) Accommodation Statement Part-I duly vetted by station HQ, and Accommodation statement
Part-II clearly showing the strength of personnel in the station which can influence the sewage load
to be attached along with DPR.

(xiii) Type of pipe used for laying of sewer, along with justification, if DWCPE pipes are not used.
NP3 pipelines are recommended only in cases where high water table is encountered or places
with high overburden like road crossings.

(xiv) The depth of excavation for laying sewer lines going beyond 3.5 meters for 150 to 300 mm
diameter pipes must be accepted only if there are no alternatives available for construction of lift
wells or sewage pumping stations. Holding period for sewage in lift wells/ sewage pumping station
must not be more than 15 minutes.

(xv) The rationale for option selected by HQ CE (AF) Zone Udhampur as


decentralization/centralization of STP must be given with the DPR. Also, the reasons for adoption of
particular technology for STP should be get certified from HQ CE (AF) Zone Udhampur.

(xvi) SCADA including automation be planned for the scheme. Sensors to monitor the levels of
water in sumps and treated waste water parameters are a must. Sample analyzer to give treated
wastewater parameters should be ensured.

(xvii) Area drainage for all lift wells, sewage pumping stations and STP should be ensured. Fire
fighting equipment and sign boards also must be catered in the DPR.

(xviii) In works where consultancy for DPR or water/sewage audit is not carried out, the sewage
load of station arrived through theoretical calculation should be reduced by a factor of 2/3 rd while
planning of sewage treatment schemes. In event of considering sewage load excess of factor of
2/3rd, same must be suitably justified along with the AE/scheme.
CA No : CWEAFJ-11 /2023-24 Serial Page No: 22
CONSULTANCY AGREEMENT (Contd…)

vii) Sewage treatment schemes through Engineering, Procurement and Construction (EPC)
methodology. When sewage treatment schemes are planned to be executed through EPC
methodology, the bidder should have full freedom to plan the scheme. Treatment technology to be
used for STP as well as layout of sewer network should not be mandated. It is instructed that in
EPC contracts, only the treated wastewater parameters required at the end of treatment process to
be specified. The specific intended usage water, which requires particular quality water also needs
to be defined, such as for use in HVAC, flushing, arboriculture, fire fighting construction, etc. to
ensure correct level of planning of treatment. All actions, as instructed by E-in-C’s branch on
adoption of EPC Methodology in MES to be ensured.

• Out comes and deliverables


By the completion of this task MES authorities shall have:

1) Planning and execution of the soil investigation works including soil parameters. SBC at required
depth, plate load test carrying out the same as per NBC and BIS code provisioning and submission
of the reports in hard and soft copy with photographic records.
2) An accurate assessment and understanding of the Sewage Treatment Plant with sewage pipe line
for area Approx 280 Acre.
3) DPR with the study report for the entire Udhampur Air Force Station up to design period
showing complete details of Sewage Treatment Plant with sewage pipe line.
4) Topographical details including marking of existing/proposed sewage network plan and providing
soft and hard copy of plan/contour plan all as specified and directed for complete STP project at Air
Force Station Udhampur pocket wise as feasible and economically suitable showing following
details: -
(i) Buildings (ii) Trees (iii) Line, transformer, Power House etc. (iv) Telephonic lines
(v) Temporary Structures (vi) Contours at 300 mm interval (vii) Land area survey
(viii) Roads and security walls (ix) Scale used (x) Drainages network (xi) Marking of available
distance of project flood sump with size and pump capacity (xii) Design of drainage system with
actual discharge calculation belonging to catchment area (xiii) Design of flood sump
5) Preparation of architectural drawing and specifications of STP as per estimates in hard and soft
copy ( Pump rooms etc with other similar amenities for STP project).
6) Designing structural drawing of the STP with sewage pipe line as per Approximate Estimate
considering the seismic criteria moderate expose conditions for SBS valves and depth already
conducted and submitting the design drawing alongwith design folder in hard and soft copy duly vetted
by IITs/ NITs/Govt Engineer Colleges. Short and long term drainage strategy.

7) Planning of side clearance and area development, water conservation, energy saving devices and
estimates new and preparation of credit of materials based on market rates.

8) Preparation of estimation bill of quantities including framing the tender specification, pre-
qualification criteria for proposed contractors to be deployed.
9) The DPR for the work should be prepared and submitted for STP with sewage pipe line with detail
Planning Design Drawing and Cost Estimate at the prevailing Schedule of Rates .
Data & Information required.
All the required data, information, maps and plans shall be obtained from the concerned department of any
other sources by the Consultant at his cost & risk. The consultant shall carry out any tests or investigations
for the study only. The consultant shall include the expenses towards collec.ion of information / data etc. in
the overall quotation and no extra payment will be admissible for this purpose

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 23
CONSULTANCY AGREEMENT (Contd…).

Final Outputs and submittals


Format
Format
 All final outputs are to be submitted in both hard and soft copies.
 All survey data, maps, drawings and analysis shall be in appropriate formatted and digitized
compatible with Government of India / MES standards.
 Present practices of operation and maintenance including type of tools and equipment available
should be analyzed and improvements suggested.
 Use only A4, A3 and A0 paper sizes of all reports and plans

 Plans shall be produced on AutoCAD (or equal application) on appropriate size sheets at
appropriate scales to show the Air Force Station drainage system and its components as defined in
each section of the TOR and necessary for understanding of the situation (existing as well as
proposed). Reports submitted without satisfactory plans will be considered in-complete.

Submittals

During the study period the consultant shall make the submittals, as indicated below:

1 Submission of soil investigation report including soil parameters for SBC at required
depth. Plate load test carrying out the same as per NBC and BIS codal.

2 Submission of Architectural drawing, structural drawing and specifications of STP as per


estimates

3 Submission of Designing structural drawing of STP as per Approximate Estimate


considering the seismic criteria moderate expose conditions for SBS valves and depth
already conducted and submitting the design drawing alongwith design folder in hard and
soft copy duly vetted by IITs/ NITs/Govt Engineer Colleges.

4 Submission of Approximate Estimate Part I & II; BOQ, abstract of BOQ.

5 Submission of Detailed Project Report for domestic area comprising of various Md Accn,
Single living Accn and other OTM Accn, area approx 280 Acre.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 24

CONSULTANCY AGREEMENT (Contd…)

Duration and Execution Schedule

The DPRs shall be prepared in all respects within a period of 03 (Three) months and during
this period the consultants shall submit a number of progress reports, working papers & draft and final
reports for the consideration of the employer as clearly stipulated in BOQ.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 25

CONSULTANCY AGREEMENT (Contd…)

COMPENSATION:- If the Consultant fails to complete the Works on or before the stipulated time as
mentioned here-in-before, he shall, without prejudice to any other right or remedy of Client on account of
such breach shall become liable for compensation calculated at 1% (ONE percent) per week of the
Consultant's fee stipulated or part thereof worked out for the specific item of works, However the same
shall not exceed 10% (TEN) of the Consultants total fee. If the delay is on account of reasons apparently
not attributable to the Consultant or emanating due to a situation which could not have been foreseen by
an experienced Consultant resulting in his failure to meet the agreed time schedule, the Consultant shall in
writing inform the Client within one week of happening of such event and seek extension of time based on
which the Client may grant extension at his sole discretion. Decision of Client shall be final and binding on
the Consultant in this respect.

ARBITRATION / LITIGATION.:- further agree to refer all disputes as required by Condition 70 of IAFW-
2249 be referred to the Arbitral Tribunal of a Sole Arbitrator from MoD Panel of Arbitrators. The officers so
considered for appointment of Sole Arbitrator shall be having degree in Engineering or equivalent or having
passed Final/ Direct Final examination of Sub Division II of Institution of Surveyor (India) or similar other
Institutes recognized by the Govt of India to be appointed by the HQ Chief Engineer (AF) Udhampur Zone
or in his absence the officer officiating as HQ Chief Engineer (AF) Udhampur Zone whose decision shall
be final, conclusive and binding.

All payment to the Consultant shall be made through crossed / A/c payee cheques or online transfer by
Garrison Engineer (AF) Udhampur.

IN WITNESS THEREOF the Parties aforesaid have set their hands as shown below:-

(THE CONSULTANT) (THE CLIENT)

CWE AF Jammu,
(On Behalf of the President of India)
Signature of Witness:-

_____________________

_____________________

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No : CWEAFJ-11 /2023-24 Serial Page No: 26

BOQ (Pages)- 26 to 27
CA No CWEAFJ-11/2023-24 Serial Page No 28

TENDER (CONTD.)

Signature ________________________ in the capacity of _________________________________

duly authorized to sign tender for on behalf of __________________________________ (in block capitals)

Witness_____________________ Postal Address____________________________________

Signature___________________
Address _____________________ Telegraphic Address _______________________________

ACCEPTANCE

____________Alterations have been made in this document and as evidence that these alterations were made
before the execution of the contract agreement; the contractor and Lt Col K.Yashvir Singh, DCWE (Contracts) have
initialed these. The said officer’s is/are hereby authorized to sign and initial on my behalf all the documents forming
part of the contract.

The above tender is/was accepted by me on behalf of the President of India for the contract sum of Rs.
________________________________________________________________________________

(Rupees________________________________________________________________________________

_________________________________________________________________________________

________________________________________________________________________________).

on the _______________________ day of _______________________________________ Month of 2023

Dated this_______ day of _______________________2023.

Signature_________________

APPOINTMENT: ACCEPTING OFFICER


Commander Works Engineers (AF) Jammu
(FOR AND ON BEHALF OF THE PRESIDENT OF INDIA)
CA No CWEAFJ-11/2023-24 Serial Page No 29

SPECIAL CONDITIONS

1.0 DEFINITIONS

1.1 For the purpose of this CONTRACT, unless otherwise specified or repugnant to or inconsistent
with subject, context or meaning thereof, the following terms shall be deemed to have the following
meanings:

1.2 “CONTRACT” shall mean this CONTRACT including all sections, annexure, and appendices
hereto and all documents herein attached and amendments to be made to this CONTRACT, if any, which
the PARTIES may hereafter mutually agree in writing.

1.3 “CLIENT” shall mean President of India represented by HQ CWE (AF) Jammu.

1.4 “Consultant” shall mean M/s …………………………… ………………………… having its registered
office at………………………………….……………………...……………(Address) and shall include all other
known offices of M/s……………………………………….……………

1.5 “PARTIES” shall mean CLIENT and consultant, one individually referred to as party.

1.6 “SERVICES” shall mean all the responsibilities to be discharged by consultant for fulfilling its
obligations under this contract.

1.7 “AUTHORISED REPRESENTATIVE” shall mean the representatives of “CLIENT” and/or


“CONSULTANT” as the case may be, who are duly empowered and authorized by their respective
organization to act for and on their behalf.

1.8 “DATE OF ACCEPTANCE” shall mean the date on which CLIENT confirms written acceptance of
consultants SERVICES.

1.9 “PROJECT” shall mean the Structures/ Building at location (s) for which consultant is to provide
SERVICES under this CONTRACT.

1.10 “PROJECT COST” shall mean summation of cost of contracts concluded with lowest tenderers
adjusted with cost of variations/deviations during execution or DPR cost of work contracted, whichever is
less.
Note:- It is expressly mentioned that project Cost shall not include cost of land and escalation, if any and
percentage quoted by consultant of project cost shall not be paid on cost of land, escalation, if any.

1.11 “CONSULTANCY CHARGES” shall mean the amount as quoted by Consultant in Schedule ‘A’
items listed in BOQ.

1.12 “CDA” shall mean Controller of Defence Accounts.

1.13 “PCDA” shall mean Principal Controller of Defence Accounts.

1.14 “CPR” shall mean Concept Project Report.

1.15 “DPR” shall mean Detailed Project Report.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 30

SPECIAL CONDITIONS(Contd….)

2.0 LANGUAGES
2.1 This Contract has been executed in English, which shall be the binding and controlling language for
all matters relating to the meaning or interpretation of this Contract.

3.0 HEADINGS
3.1 The headings shall not limit, alter or affect the meaning of this Contract.

4.0 OFFICIAL SECRETS ACT AND SECURITY OF CLASSIFIED INFORMATION AND


DOCUMENTS

4.1 The Consultant shall not disclose to any third person or party any information, data, tender
documents and contents thereof, design, drawings, plans, specifications etc. received from the client or
collected during their site visits to various military stations at any time either in whole or in part and shall
ensure to preserve the secrecy of the above information and shall not use the same for any purpose other
than construction, maintenance and operation of the resultant Project/Plant. Officers, staff, employees of
the Consultant handing all such information shall be subject to the OFFICAL SECRETS ACT and
violations, if any, shall be dealt with accordingly.

5.0 CLIENTSHIP OF INFORMATION / DATA/ DESIGNS/ DRAWINGS/ DEVELOPED BY THE


CONSULTANT UNDER THE CONTRACT

5.1 Clientship of all data, documents, drawing, designs developed by the Consultant at client cost
under this contract shall rest with the client. The consultant shall hand over all such materials (in print as
well as in electronic media) to HQ CWE (AF) Jammu, before the payment of that material/document is
claimed. Authority for future use of these materials shall solely rest with the client. Accordingly a certificate
to this effect that these documents will not be utilized by them for any other project without the permission
of HQ CWE (AF) Jammu, shall be rendered at the time of claiming of running account payments.

6.0 INDEMNITY
6.1 The consultant shall hold harmless and indemnify the client, against any claims or liability because
of personal injury including death of any employees of consultant arising out of or in consequence of the
performance of this CONTRACT.

6.2 CLIENT shall not be responsible for any loss or damage to property of any kind belonging to
consultant or his employees, servants or agents during execution of the contract.

7.0 ASSIGNABILITY
7.1 The contract and benefits and obligations thereof shall be strictly personal to the parties.

8.0 GOVERNMENT LEVIES


8.1 The Consultant remuneration shall be inclusive of all statutory levies imposed by Government of
India, such as GST as applicable on the Consultant from time-to-time. Any change in such levies after the
date of opening of Priced Tender shall be adjustable.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 31

SPECIAL CONDITIONS(Contd….)
.

9.0 PERFORMANCE SECURITY

9.01 Within 28 days of receipt of letter of Acceptance, the successful un-enlisted /enlisted contractor
would be required to deposit performance security in any of the forms given in condition 19 of IAFW-2249
for an amount equal to 5% of the contract sum. Failure of the successful contractor to comply with the
requirements of sub-condition 19.1 of IAFW-2249 shall constitute sufficient grounds for cancellation of the
award of work and forfeiture of the Earnest Money. In case of MES enlisted contractor, amount equal to
the Earnest Money stipulated in the Notice Inviting Tender, shall be notified to the tenderer for depositing
the amount through MRO. Issue of tender to such tenderers shall remain suspended till the aforesaid
amount equal to the Earnest Money is deposited in Government Treasury.

9.2 The total consultancy fee for this purpose shall be as quoted by the Consultant under Appendix ‘C’.

10.0 NOTICES

10.1 Any notice, request or consent required or permitted to be given or made pursuant to this Contract
shall be in writing. Any such notice, request or consent shall be deemed to have been given or made when
delivered in person to an authorized representative of the Party to whom the communication is addressed,
or when sent by registered mail, telex, telegram or facsimile to such Party at the address specified below:-
Client : - HQ CWE (AF) Jammu
Consultant : - M/s ______________________

11.0 EFFECTIVENESS OF CONTRACT: This Contract shall come into force and effect on the date (the
“Effective Date”) of Acceptance.

12.0 SUSPENSION
12.1 The client may, by written notice of suspension to the Consultant, suspend all payments the
Consultant hereunder if the Consultant fail to perform any of their obligations under this Contract, including
the carrying out of the Services provided that such notice of suspension.
(a) Shall specify the nature of the failure and.
(b) Shall request the Consultants to remedy such failure within the period not exceeding thirty
(30)days after receipt by the Consultants of such notice of suspension.

13.0 TERMINATION:
13.1 If at any time in spite of reasonable notices, the client considers that the consultant is making
default or is not progressing diligently or that the quality of services rendered by the consultant is not
satisfactory, or that the consultant is not effectively cooperative in achieving the targets of the scheme in
one way or other or that the consultant is lacking in professional ethics or misconducts himself, then client
may at his own discretion terminate this contract in whole or in part as he deems fit without assigning any
reason, In the event such termination, the consultant shall be entitled to be paid only for those stages of
work/services which have been fully completed by the consultant. No compensation whatsoever for
payment shall be due to the consultant for any incomplete stage or on any other account. Drawings, design
etc for any incomplete stage received by the client however becomes the property of the client.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 32

SPECIAL CONDITIONS (Contd….)

13.2 In the event of contract being cancelled, under Condition 52, 53 & 54 of General Conditions of
Contract, the Performance Security shall be forfeited in full and shall be credited into Consolidated Fund of
India

14.0 FORECLOSURE

14.1 At any time before his services and obligations under the contract is completed by the consultant,
the client, shall have right to foreclose this agreement without assigning any reason to the consultant. In
case of such foreclosure the consultant shall be entitled to be paid for the stages of work already
completed by him at applicable rates and a reasonable compensation as decided by Employer (which shall
be final and binding) for any part or any stage of services of the consultant already completed by the
consultant before he was served with a notice of foreclosure.

15.0 FAIRNESS AND GOOD FAITH


15.1 The Parties undertake to act in good faith with respect to each other’s rights under this Contract
and to adopt all reasonable measures to ensure the realization of the objectives of this Contract.

15.2 OPERATION OF THE CONTRACT


The Parties recognize that it is impractical in this Contract to provide for every contingency which may
arise during the life of the Contract, and the Parties hereby agree that it is their intention that this Contract
shall operate fairly as between them, and without detriment to the interest of either of them, and that, if
during the term of this Contract either Party believes that this Contract is operating unfairly, the Parties will
use their best efforts to agree on such action as may be necessary to remove the cause or causes of such
unfairness, but on failure to agree on any action pursuant to this clause shall give rise to a dispute subject
to arbitration in accordance with Clause thereof.

16.0 SETTLEMENTS OF DISPUTES


16.1 All disputes, between the parties to the contract (other than those for which the decision of the HQ
Chief Engineer (AF) Zone Udhampur or any other person is by the contract expressed to be final and
binding) shall, after written notice by either party to the Contract to the other of item, be referred to the sole
arbitration of serving officer having degree in Engineering or equivalent or having passed Final/Direct Final
Examination of Sub Division II of Institution of Surveyors (India) recognized by the Government of India to
be appointed by the Engineer-in-Chief, E-in-C’s Branch, Kashmir House, New Delhi-11 or Director General
of Works if specifically delegated in writing by Engineer-in-Chief, Army Headquarters, New Delhi whose
decision shall be final, conclusive and binding. The Arbitration shall be governed by Arbitration and
Conciliation Act, 1996.

16.2 Unless both parties agree in writing, such reference shall not take place until after the completion or
alleged completion of the Works or termination or determination of the Contract under conditions of this
contract.

16.3 Provided that in the event of abandonment of the works or cancellation of the Contract under
conditions of this contract, such reference shall not take place until alternative arrangements have been
final by the client to get the works completed by or through any other consultant or consultants or Agency
or agencies.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 33

SPECIAL CONDITIONS (Contd….)

16.4 Provided always that commencement or continuance of any arbitration proceeding hereunder or
otherwise shall not in any manner militate against the client’s right of recovery from the consultant as
provided in conditions of this contract.

16.5 If the Arbitrator so appointed resigns his appointment or vacates his office or is unable or unwilling
to act due to any reason whatsoever, the authority appointing him may appoint a new Arbitrator to act in
his place.

16.6 The Arbitrator may proceed with the arbitration, exparte, if either party, inspite of notice from the
Arbitrator, fails to take part in the proceedings.

16.7 The Arbitrator shall give his reasoned award in writing on all matters referred to him and shall
indicate his findings, along with sums awarded, separately on each individual item of dispute.

16.8 The venue of arbitration shall be such place or places as may be fixed by the Arbitrator in his
discretion.

16.9 The language of the arbitration proceedings and that of all documents any communications
between the parties shall be “English”.

16.10 The award of the Arbitrator shall be final and binding on both the parties to the contract.

16.11 Notwithstanding the fact that the stations of work are anywhere in India, only the courts at Jammu
shall have the jurisdiction to adjudicate and settle any disputes between client and the consultant. No other
court outside Jammu shall have any jurisdiction on any matter requiring reference to Civil Court.

17. CONSULTANTS NOT TO BENEFIT FROM COMMISSIONS, DISCOUNTS ETC.,


17.1 The remuneration of the Consultant pursuant to ‘Consultant Price’ hereof shall constitute the
Consultant’s sole remuneration in connection with this Contract or the Services and, the Consultant shall
not accept for own benefit any trade commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Service or in the discharge of their obligations hereunder, and the
Consultant shall use their best efforts to ensure that any sub-consultants, as well as the Personnel and
agents of either of them, similarly shall not receive any such additional remuneration.

18.0 CONSULTANTS AND AFFILIATES NOT TO ENGAGE IN CERTAIN ACTIVITES


18.1 The Consultant agree that, during the term of this Contract and after its termination, the Consultant
and any entity affiliated with the Consultant, as well as any sub-consultant and any entity affiliated with
such sub-consultant shall be disqualified from providing goods, works or services (other than the Services
and any continuation thereof for any project resulting from or closely related to the Services).

19.0 PROHIBITIONS OF CONFLICTING ACTIVITIES


19.1 Neither the Consultant nor their sub-consultants or the Personnel of either of them shall engage,
either directly or indirectly, in any of the following activities:-
(a) During the terms of this Contract, any business or professional activities in the Government’s
country which would conflict with the activities assigned to them under this Contract.
(b) After the termination of this Contract, such other activities as may be specified in the contract.

20.0 LIABILITY OF THE CONSULTANT


20.1 Subject to additional provisions, if any, set forth in the contract, the Consultant’s liability under this
Contract shall be as provided by the Applicable Law.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 34

SPECIAL CONDITIONS(Contd….)

21.0 FORCE MAJEURE

21.1 Definition : For the purpose of this contract, “Force Majeure” means an event which is beyond the
reasonable control of a party, and which makes a Party’s performance of its obligations under this contract
impossible or so impractical as reasonably to be considered impossible in the circumstances , and includes
but not limited to, war, riots, civil disorder, earthquake, fire explosion, storm, flood, strikes, lockouts, or
other industrial action (except where such strikes, lockouts or other industrial action are within the power of
the Party invoking Force Majeure to prevent), confiscation or any other action by government agencies.

21.2 Force Majeure shall not include:-


(a) Any event which is caused by the negligence or intentional action of a Party nor;
(b) Any event, which a diligent Party could reasonably have been expected to both;
(i) Take into account at the time of conclusion of this contract and;
(ii) Avoid or overcome in the carrying out of its obligations under this contract.

21.3 The failure of a Party to fulfil any of its obligations under this contract shall not be considered to be
a breach of, or default under, this contract insofar as such inability arises form an event of Force Majeure,
provide that the party affected by such an event has taken all reasonable precautions, due care and
reasonable alternative measures, all with the objective of carrying out the terms and conditions of this
contract.

21.4 Measures to be taken


(a) A Party affected by an event of Force Majeure shall take all reasonable measures to remove such
Party’s inability to fulfil its obligations under this contract with minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the other Party of such events as soon
as possible, and in any event not later than 14 (Fourteen) days following the occurrence of such event,
providing evidence of the nature and cause of such event, and shall similarly give notice of the restoration
of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences of any event of
Force Majeure.

21.5 Extension of Time: The Consultant shall keep a record of the circumstances referred to above
information, which are responsible for causing delays in the execution of the project and shall intimate to
HQ CWE (AF) Jammu within seven days of the happening causing delay requesting for extension of time
for entire completion of his services. Such extension of time shall be granted by HQ CWE (AF) Jammu
after due consideration of circumstances intimated by the consultant. In case of any difference of opinion,
the decision of client shall be final and binding.

22.0 PATENTS
22.1 The consultant shall indemnify and hold client harmless from all costs, damages, and expenses
arising out of any claim, action or suit brought against client by third parties in respect of any infringement
of any patent or registered design or similar rights resulting from the use of any technical information, data
or process or design belonging to the Consultant and furnished to CLIENT.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 35

Appendix ‘B’
CONSULTANCY SERVICES

SCOPE OF WORK
:
(a) The study area is about 280 Square Acres under GE (AF) Udhampur.

(b) All requisite documents shall be submitted for Payment of RAR / Final Bill to GE (AF)
Udhampur. The scope of services to be rendered are as follows :-

1. Carrying out Digital Topographical Survey of domestic area of AF Stn Udhampur comprising of
various MD Accn, Single living accn and other OTM accn approx 280 acre covered by STP of
complete area at contour intervals min @ 0.5 mtr for plain areas and n.exc 1 mtr for sloppy
grounds contour should be linked to nearest survey of India permanent bench mark) for provn of
sewage network system duly marking all existing buildings with plinth level, roads, culverts,
existing sewage network including septic tank and soakage wells/ pits, trees, cable markers,
electric and telephone poles, nallahs, boundary wall, retaining walls and their invert levels by
using total Electronic Station and DGPS. Following data shall also be finished in above survey
report :
(a) Marking of existing sewerage system by indicating their invert bed levels, size of pipe,
manhole locations with invert level so as to workout the slope of existing sewerage network.

(b) Establishing Bench Marks by driving MS rod 16 mm dia (450 mm long) in ground over
30cm x 30cm PCC of suitable height with metal strip welded on top Bench mark can also be
established on existing permanent features as available (minimum 1 for each 25000 Sqm).

(c) Survey sheet hard copy shall be developed at the scale 1:1000

(d) 10 Hard copies with two soft copies in CD shall be submitted by consultant.

2. Planning and designing of sewerage system and pipe line network for treated water for entire
area covered under Srl No 1 consisting of following details for STP: (a) Planning & Designing of
sewerage system shall depend upon topography population load, connectivity to civil area with
regards to underground, over ground and location of proposed STP. (b) Submission of detailed
estimate of proposed sewerage system and pipe line network. (c) Submission of detailed report
including proposed layout of sewerage network, design calculations, drawings, hydraulic
calculations of scheme and capacity of pumps required for distribution of water 10 hard copies
with two soft copies in CD.

3. Soil Investigation and soil data collection for design of proposed sewerage system and STP for
connected area sumps/ lift wells etc. Preparation of bore hole of dia 100 to 150 mm upto 10 mtr
below existing ground level for sewerage system including boring sampling and conducting STP
percolation test and other tests for preparation of sub-soil profile. Conducting shear and UCT test
in the lab including other tests like gradation index properties, specific gravity field density/ FMC.
MDD/ OMC etc. Determination of SBC by analytical methods . Preparation and submission of
consolidated detailed report in 5 hard copies and 3 soft copies in CD.
CA No CWEAFJ-11/2023-24 Serial Page No 36

CONSULTANCY SERVICES

SCOPE OF WORK (CONTD.....)

4. Planning and designing of sewage treatment plant comprising of collection tank/ pump house/ lift
wells/ flush tank and all other infrastructure required (including mechanical, electrical & hydraulic
system/ components) for modified/ upgraded sewerage system to cater the collection of sewage
for area considered under item No 1. The specification of construction shall depend upon its
subsequent uses as described below :
(a) Planning and designing of tanks/ lift wells if required of capacity to cater for an amount of
sewage considered above for installation of pumping machinery.

(b) Planning and designing of pump house and machinery for pumping sewage. The design
details of pumping unit shall invariably include submersible sewage pump with auto sensor for
automatic operation of pump (one pump for avg. two pumps for peak flow and one standby pump)

(c) Detailed estimate of designed structures and machinery separately.

(d) Treatment procedure of sewage of STP to include primary, secondary and tertiary
treatment below disposal of treated sewage water.

(e) The parameter for reuse of treated sewage as per E-in-C guideline.

5. Preparation, presentation and submission of DPR for sewerage network system as proposed as
per standard format and as specified elsewhere in tender documents. DPR shall also contain
report generated for all items of BOQ. Five sets of hard copies and three soft copy shall be
submitted in CD on approval.

Note :
(i) The assessed rate included of proposed sewage network scheme vetting by IIT/NIT/DG
(D&C)/ nominated PHE expert from command/ E-in-C's. The basis of the design scheme shall be
clearly brought out in documents i.e. the BIS code adopted, publications/technical reference
books/ journals referred, software package proposed to be used etc. The consultants shall be
required to make available any reference material if needed by the client.

(ii) Payment to consultant for completion of consultancy services shall be made after
completion of each stage as above/mentioned in each Sl No 1.00 to 5.00.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 37

CERTIFICATE
Appendix ‘C’

1.0 It is certified that the structural design including safety from natural hazards based on soil
conditions have been duly incorporated.

2.0 The structural drawings are based on structural design calculations.

3.0 The design / specifications included in drawing are in accordance with the current Govt. Policy, IS
specifications, Technical Instructions and sound engineering practice and earthquake resistant design for
Seismic Zone – IV.

Signature of Contractor DCWE (Contracts)


For Accepting Officer
CA No CWEAFJ-11/2023-24 Serial Page No 38

CERTIFICATE
Appendix ‘D’
CA No CWEAFJ-11 /2023-24 Serial Page No 39 to 100

GENERAL CONDITIONS OF CONTRACTS (IAFW-2249 1989 PRINT)


* LUMP-SUM CONTRACT (IAFW-2159)
* MEASUREMENT CONTRACTS (IAFW-1779 AND 1779A)
* TERM CONTRACT FOR ARTIFICER WORKS (IAFW-2249)

1. A copy of the GENERAL CONDITIONS OF CONTRACT (IAFW-2249) (1989 PRINT) with


errata 1 to 20 and amendment No. 1 to 40 has been supplied to me/us and is in my/our
possession. I/We have read and understood the provisions contained in the aforesaid
GENERAL CONDITIONS OF CONTRACTS before submission of this tender and I/We agree that
I/We shall abide by the terms and conditions there-of as modified, if any elsewhere in these
tender documents.

2. It is hereby further agree and declared by me/us, that the GENERAL CONDITIONS OF
CONTRACTS (IAFW-2249: 1989 PRINTS) including condition 70 of thereof pertaining to
settlement of disputes by Arbitration, containing 33 pages (Serial page 39 to 71) with errata 1
to 20 and amendment No. 1 to 49 containing 29 pages (Serial page 72 to 100) form part of
these tender documents.

* Retain as applicable

DCWE (Contracts) Signature of the Contractor


for Accepting Officer Dated : ______________

______________________________________________________________________________________________

CA No CWEAFJ-11/2023-24 Serial Page No. 101 to 108

SCHEDULE OF MINIMUM FAIR WAGES

It is hereby agreed that the ‘Schedule of Minimum Fair Wages’ (SMFW) as published
vide Government of India Notification dated 19 Jan 2017 forms part of these documents.

My / our signature hereunder accounts to my/our having read and understood the
provisions contained therein and I/we shall abide by the same and that aforesaid documents
forms part of this tender.

It is expressly mentioned here that although latest notification of labour wages as


available with the Dept has been included in the tender, in case the Government has further
revised the wages, the latest revised wages shall be taken minimum wages in place of wages
mentioned in above notification.

Note : “SCHEDULE OF MINIMUM FAIR WAGES” referred to above is available for


reference in the office of Accepting Officer.

DCWE (Contracts) Signature of the Contractor


for Accepting Officer Dated : ______________

You might also like