Traffic Tender PDF

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 27

TENDER DOCUMENT

Tender No. WAP/P&H/ WAPCOS/NW/TS/2016-2017/1 dated 08th December 2016

NAME OF THE WORK : DETAILED TRAFFIC SURVEY IN 03


NATIONAL WATERWAYS (MAHI,
NARMADA, TAPI RIVERS) IN THE
STATE OF GUJARAT & MAHARASHTRA

Deputy Chief Engineer, Ports & Harbours,


WAPCOS Limited
(A Government of India Undertaking)
76-C, Sector-18, Institutional Area, Gurgaon (Haryana)-122015
Contact No. 0124 – 2397388/2348028
E-mail –ports@wapcos.co.in, wapdelhi@rediffmail.com
Website – www.wapcos.gov.in
December 2016
TERMS OF REFERENCE FOR DETAILED TRAFFIC SURVEY IN MAHI,
NARMADA, TAPI RIVERS IN THE STATE OF GUJARAT &
MAHARASHTRA

1.0 INTRODUCTION

WAPCOS Ltd. intends to undertake detailed Traffic survey in Mahi, Narmada,


Tapi Rivers in the state of Gujarat & Maharashtra. The approximate length and
approx. average width of all rivers are given in the table below:

Table 1: Approximate Length and Approx. Average Width of all Rivers

Length
River State
(km)
1 MAHI RIVER Gujarat 226
2 NARMADA RIVER Maharashtra & Gujarat 227
3 TAPI RIVER Maharashtra & Gujarat 172
Total Length 625

2.0 GENERAL INFORMATION

IWAI had entrusted WAPCOS to conduct the detailed Traffic survey in Mahi,
Narmada, Tapi Rivers in the state of Gujarat & Maharashtra. The details of all
River stretches are given in the table below:

Table 2: Details Origin and End Point of all Rivers

Sr.
River Stretch Details
No.
226 kms length of the river from Gulf of Khambhat near Kavi
1 MAHI RIVER:
railway station at Lat 22°10'34.71"N, Long 72°30'36.31"E
227 km length of the river from Gulf of Khambhat Lat
2 NARMADA RIVER
21°38'26.81"N, Lon 72°33'28.24"E
172 kms length of the river from Gulf of Khambhat (Arabian
TAPI RIVER:
3 Sea) at Lat 21° 2'15.51"N, Long 72°39'29.63"E
3.0 RESPONSIBILITIES OF WAPCOS LTD.
 Approvals/permissions required for carrying out the work
 Letters to concerned Government Departments to make available the
relevant data, if any, if available.
 Location plan of the Survey Area
 Other related drawings available with WAPCOS

4.0 MINIMUM ELIGIBILITY CRITERIA

4.1 Technical Criteria – Similar Work Experience

Similar works means carrying out Detailed Traffic Survey/ Port/ Inland
Waterway Terminal Development Projects. Experience of successfully completed
similar works during last 7 years ending 30.03.2016 should be either of the
following:

 ONE (1) similar works costing not less than 12 Lakhs as Consultancy Fee.
OR
 TWO (2) similar works costing not less than 10 Lakhs as Consultancy Fee.
OR
 THREE (3) similar works costing not less than 8 Lakhs as Consultancy Fee.

Experience details as asked for are to be submitted as per the format given in
Tech Form -2 with necessary work completion certificates from the client.
Works without experience certificates shall not be considered for evaluation.

4.2 Financial Criteria

 Average Annual Turnover during last three financial years (i.e. F.Y. 2013-14,
2014-15 & 2015-16) should be more than 8 lakhs.
 The firms should be profitable for last three years.
Chartered Accountant Certificate in support of the list given as in the format
given at Tech Form-3 is to be submitted in support of the same along with copies
of Audited Balance Sheets and Income Tax Returns for last three Financial Years.

5.0 INSTRUCTIONS TO BIDDERS

5.1 The selection process will proceed in two stages – Technical and Financial. Bid
documents should therefore be submitted in two separate sealed covers as
listed below:

Part – I : Technical Proposal


Part – II : Financial Proposal

Each of the above mentioned two parts shall be sealed in separate envelopes
duly super scribing Part – I (Technical Proposal) and Part – II (Financial
Proposal) on the respective envelopes. In case the first envelope (hard & soft
copy both) is not submitted with Earnest Money & Tender document fee in a
proper form, the second envelope shall not be opened and rejected summarily.
Both the Envelope - 1 & Envelope - 2 are to be placed in a single envelope super-
scribing “Tender for Detailed Traffic Survey and shall be received in this office
on or before 1500 hours IST on 14/12/16 and shall be opened by the duly
constituted Tender Evaluation Committee (TEC) of WAPCOS Limited on 14/12/16
at 1530 hours IST. Bidder(s) or his authorized representative may remain present
at the time of opening, if they so desire.

Sealed Bids duly complete in all aspects should reach the following address latest
by 1500 hrs on or before 14.12.2016:

Deputy Chief Engineer,


Ports and Harbour Division,
Room No. C-11,
WAPCOS Limited,
76-C, Sector-18, Institutional Area,
Gurgaon, Haryana – 122015.
Contact No. 0124 – 2397388/2348028
E-mail – wapdelhi@rediffmail.com

WAPCOS shall not be responsible for delay caused due to postal/courier or any
other modes of delivery. Local Bidder(s) may, if so desire, deposit TENDER
document in person at this office for this purpose.

5.2 The bidder shall submit the following information in the Technical Proposal:
The Technical Bid should contain only the following documents as per the listed
sequence. In case, if a bidder fails to submit any of the following documents in
the Technical Bid, it shall be considered non-responsive and liable to be rejected.

1) Bid Submission form as per the format given in Tech Form -1.
2) Organization profile, General organizational capability and resources including
manpower, other resources etc.
3) List of similar works undertaken (both completed and ongoing) along with the
cost and project duration as per format given at Tech Form -2.
4) Work Order and Work Completion Certificates from Clients for the works to be
considered for evaluation
5) Detailed methodology and work plan, along with Manpower Deployment
(Teams) & Resource (Machinery/Equipment) Deployment including their
specification proposed for this project at all waterways to cover the entire
stretch within scheduled time frame in not more than 15 pages.
6) Activity Schedule for the completion of study preferably in excel format week
wise.
7) List of consultant’s customers in the last 7 years.
8) An undertaking that financial proposal does not contain any condition (s).
9) Copy of Service Tax/ VAT Registration Certificate
10) Chartered Accountant Certificate mentioning Turnover of the Company during
Last three financial years (as per format given in Tech Form -3
11) Auditor Certified Copies of Audited Balance Sheets for last three financial Years
12) Auditor Certified Copies of Income Tax Returns of Last three Financial Years
13) Banker's Certificate/ Working Capital Certificate from a Scheduled Bank as on
date of request for the purpose of bidding (as per format given in Tech Form - 4.
14) Name and Address of Bankers for verification
15) Proof of Constitution, Memorandum and Articles of Association etc.
16) List of Key Staffs Proposed along with their detailed CV as per format given in
Tech Form -5.
17) Self-Declaration of Litigation History / Arbitration cases pending with details, if
any
18) Copy of PAN Card
19) Copy of EPF Registration
20) A certified copy of the Power of Attorney must be submitted along with the Bid.
(On non-Judicial Stamp Paper)
21) The bidder should enclose a copy of this tender document without rates and
cost along with the technical proposal duly signed in token of having read the
tender documents, failing which the bid shall be disqualified.

5.3 All the Pages of Bid document shall be signed and numbered serially. If any
information in Bid is missing or not clearly specified or found ambiguous, it will
be assumed that the bidder is not in a position to supply/ share the information
and therefore will be evaluated accordingly.

5.4 The bids shall be accompanied by Tender Document Fee of Rs. 1000/-(Rupees
One Thousand only) and an EMD of Rs. 25000/- (Rupees Twenty Five Thousand
only) in the form of a Demand Draft drawn in favour of WAPCOS Limited
payable at New Delhi / Gurgaon. No other form of EMD shall be accepted. The
quotations received without EMD or any other form of EMD shall be summarily
rejected. The EMD of unsuccessful bidder shall be returned. However, in case of
successful bidder the EMD shall be returned on submission of Bank Guarantee
towards the security Deposit.
5.5 The bidder shall submit only tender cost along with breakup as per BOQ in the
financial bid. The financial bid shall not contain any conditions.

5.6 The bidders are advised to undertake at their discretion a reconnaissance of the
site at their own cost, to familiarize themselves with the site conditions before
tendering the bid.

5.7 Sealed Bids duly complete in all aspects should reach us at our Gurgaon office by
14th December 2016 by 15.00 hrs and Wapcos shall not be responsible for any
delay in receipt of the tender. Late tenders shall not be considered. WAPCOS
reserves the right to reject any or all the tenders, without assigning any reasons
thereof. The technical proposal (Envelope 1) shall be opened on the same day
at 15.30 hrs. Financial bids of the technically qualified bidders shall be opened
after intimation to technically qualified bidders. Bidder(s) or his authorized
representative may remain present at the time of technical and financial
opening, if they so desire. The tender will be awarded to the bidder quoting
highest total score.
5.8 Evaluation Criteria

5.8.1 The evaluation criteria is detailed below:


Each responsive proposal will be attributed a technical score.

Sl. Maximum
No. Parameters Technical
score
1 Contractor’s work Experience (Tech Form-2) 20
2 Experience of Key Personnel (Tech Form-5) 25
Organizations and Financial Status (Tech
3 10
Form-3)
4 Approach and Methodology 30
Work plan schedule (each river separately)
5 15
(Bar chart)

5.8.2 After opening of financial proposals, the lowest financial proposal (FM) will be
given a financial score (SF) of 100 points. The financial scores of other proposals
will be computed as follows:
SF = 100 x FM/F
(F = Amount of financial proposal)
Proposals will finally be ranked according to their combined Technical (ST) and
Financial (SF) scores as follows:

S = ST x Tw + SF x Fw
Where S is the combined score, and Tw and Fw are weight assigned to Technical
Proposal and Financial Proposal that shall be 0.80 and 0.20, respectively. The
qualified bidder who secures highest combined score would be declared as the
successful Bidder. In the event that two or more bidders secure same combined
score, the work will be awarded to the lowest price bidder.

6. OTHER GENERAL CONDITIONS OF CONTRACT:

6.1 The bidder shall make their own arrangement for boarding, lodging, travel,
transportation of equipment, boat/launch, labourers, local transport etc. required
for assigned work and shall include costs in their Bid/offer.

6.2 Time period for the work – 8 weeks from the date of award of the work.
If the Contractor fails to complete the scheduled works within the period(s) as stipulated
in the aforesaid tender pay compensation (not by way of penalty) at the rate of 1/2 %
(half percent) per week or part of the week on the total value of the contract subject to a
maximum of 10% of the total value of the contract shall be imposed.

6.3 The successful bidder shall sign an Agreement on Non judicial stamp paper of Rs.
100/- before commencement of the work.

6.4 Data Collection: Data required for carrying out the survey work and land maps
are to be collected from all concerned agencies and department by the
contractor. However, WAPCOS shall issue necessary authorization letters
required, if any for collecting the same.

6.5 Financial Conditions:


The Bill of Quantities is only indicative in order to arrive at the total value. The
payment shall be made as per actual quantities as accepted by WAPCOS LTD.
The Payment towards carrying out various items of works shall be made to the
successful bidder as under:
a) Mobilization advance (10% of Contract value) on award of work, against
submission of non-revocable bank guarantee valid till 3rd stage payment.
Mobilization advance will be interest bearing at the rate of 10.7% (simple
interest) per annum. Interest will be applicable from the date of issue of
mobilization advance to the date of submission of Final report. If the
mobilization advance is not taken, this will be paid along with 3rd stage
payment.
b) 20 % of the contract value on submission of Draft Report
c) 60% of contract value on submission of Final report.
d) 10% of contract value on acceptance of Final.
All payments will be made on back to back basis i.e. after receipt of
payment from the Client (i.e. IWAI)
The Bidders should quote their price only in Indian Rupees (INR). All rates
quoted shall be inclusive of all duties, taxes, (except service tax) octroi etc. as may
be applicable. Service tax shall be paid as applicable on production of
documentary proof. No extra claim shall be payable. WAPCOS shall however
deduct taxes at source, demand draft charges etc. as may be applicable and shall
provide a certificate to this effect.

6.13 WAPCOS reserves the right to reject any one or all the tenders without
assigning any reason thereof.

7. SCOPE OF WORK

The main objective is to carry out detailed Traffic study to prepare traffic
demand assessment report for developing the 03 rivers as National Waterways
and evaluation of present plying traffic and future projection for upcoming years
and different scenarios viz. Pessimistic, Normal and Optimistic. Towards this,
following scope of work has been identified, but not limited to, as follows:

7.0 Consolidation and Collection of Primary data by carrying out Road Survey of
potential goods moved from/to in and around catchment area of the location.
Survey should include breakup of cargo presently moving as bulk but with
potential to be converted to conatinerizable form. Survey should be carried out
at National/international checkpoints and relevant check-post /octroi post
(Where the trucks/trailers normally stops) in and around the study area.

7.1 Analysis of existing freight traffic

1. Collection of data pertaining to the existing freight movement:

a) In Gujarat/Maharashtra for both inter as well as intra state movement for


all modes of transport.
b) Freight and passenger movement by the identified rivers (if any)

2. Undertake statistical analysis of the data collected and analyse the historical
trends based on past data (at least over last 10 years).
3. The Consultant will carry out an assessment of existing as well as future
growth in cargo volumes by mapping the existing and planned industrial
centres in proximity of all the three rivers.
4. Cost and time delays across major freight corridors under various modes of
freight transport together with capacity assessment at the rivers.
7.2 Traffic Modelling

1. Mapping the hinterland or Influence Zone for the identified rivers. See the
traffic potential for the rivers ( eg. from coastal shipping activity, present
land infrastructure, and present industries located on River banks)
2. Identification of the major freight corridors (including rail, road, sea, air)
based on the current movement trends in the hinterland along with analysis
of the key commodities transported.
3. Carry out origin Destination studies (O-D studies), Development of Origin-
Destination matrix based on the existing traffic volumes and movement of
major commodities at all three rivers.
4. Multi-Modal Traffic modelling for route optimization based on
time/cost/capacity/distance etc. under different scenarios highlighting
likelihood of cargo volumes shifting to coastal shipping.
5. Estimation of modal shift in freight traffic under various scenarios till year
2040. One of the scenario to include the impact of proposed and existing
industrial corridor development.
6. Forecasting of estimated freight traffic flows for horizon year (2040).
7. Consultant to analyse the potential of existing as well as proposed IWT in
tune with the coastal movement, State Govt policies, GMB Projections.

7.3 Integration with Coastal Shipping Network

1. Integrate river transport with coastal shipping, Road and Rail transport and
connectivity with Major Roads, Railway stations, Airports.
2. Study the impact of the future developments proposed in the hinterland on
the river for each of the above mentioned parameter.
3. Assessing the potential of integrating inland waterways with the coastal
shipping network. IWAI has identified 3 key routes for development of
Inland waterways in the State.
4. Mapping of existing and upcoming industries along the proposed riverine
routes and analyzing the traffic potential for seamless integration for coastal
movement.
5. Feasibility of the above mentioned routes on standalone basis
6. Analysis of time and cost implication together with evaluating the
implications of amalgamating the transportation of coastal cargo through
inland waterways in the hinterland vis a vis other modes of transportation
for the proposed routes.
7.4 Economic Analysis

1. Evaluate the benefits of transporting using inland waterway and coastal


shipping vis-à-vis road/rail/air to the economy of Gujarat and calculate the
EIRR, FIRR, ROI & Cost Benefit ratio. This shall include a comparison of whole
life costs and benefits of usage of river for transport purpose.

a) Costs of diverting traffic to roads/rail/air when river transport is no


longer possible because of limited depths
b) Costs of having to use smaller vessels
c) Costs to the economy of no longer transporting by river because no
alternate transport is available.

7.5 Assessment of existing business / regulatory/infrastructure scenario of the


state

1. Benchmarking of the global and domestic best practices adopted in shipping


business in context of regulatory and monetary incentives in order to
enhance the operational/business effectiveness.
2. Firm to undertake the review of existing policy and regulatory environment
related to shipping by centre and state independently.
3. Firm should also evaluate the existing port infrastructure in the state and
assess its suitability to handle projected coastal cargo movement. This will
include analysis of existing capacities and projection of future capacity with
respect to increase in cargo volumes. The projected capacity addition should
be in line with GMB’s plans

7.6 Recommendations (Fiscal and Non-Fiscal)

1. Identification of proposed terminal locations in all the three rivers with


detailed assessment.
2. Based on various scenarios developed during the traffic modelling study and
SWOT & PEST analysis recommended actions are to be given by the firm.
3. The recommendations should lay the foundation of incremental shipping
activity as well as clearly establish the feasibility of cargo activity in the river
route
4. Sensitivity Analysis: Recommendations should clearly identify the major
factors/threats under each scenario as well as their sensitivity.
5. Detailed recommendations on interventions (fiscal/non fiscal) required by
GMB & other government agencies to attain the potential coastal and River
cargo in all three national waterways.
6. Recommendations may include but not limited to concession in port
charges, incentives for modal shift, development of new infrastructure and
facilities etc.
7. The new projects, if recommended will have to be in line with the
development plan of GMB in place and financial justification for the same
shall have to be produced when desired.
8. Recommendations pertaining to integration of proposed inland waterways
with coastal shipping.

7.7 Presentations/Meeting at WAPCOS/IWAI/GMB:

The consultant shall attend meetings, give presentations for Traffic studies to
present the work done under above scope of work at WAPCOS/IWAI and/or
GMB or at any other venue in respect of above work.

7.8 Details of the output required from consultants:


Template
Item Guidance
The Catchment Describe local economic geography in a reasonably
baseline defined potential IWT catchment area including main
urban settlements, populations, economic activities,
major industries, and accessibility connectivity to road
and rail networks, specific relevant developments (e.g.
new power houses under active planning). Provide a clear
scaled map of such catchment area with named
towns/subjects marked relative to waterway.
The Navigation Describe existing waterway usage including country-boat
baseline or commercial use (if any) in general terms, drawing
attention to any significant existing IWT flows, market
limitations (e.g. seasonal water constraints). Note any
permanent IWT infrastructure in place e.g. jetties,
barrages. Also major constraints (e.g. unlocked
dams/inadequate bridge clearances)
The Market Disaggregate and investigate potential markets on a
baseline commodity basis within the realistic catchment area of
the waterway:
 Bulk and semi-bulk: coal, Ores, Grains, Cement,
Sand & gravel: Oil products: Iron & steel: Fertilizers
and chemicals; Forestry products: other as
relevant
 General cargo:
 Containers (only on waterways connecting into
container ports)
Identify origins/destinations as far as possible for the
major industries and movements that might realistically
be transferable to IWT, especially for bulk traffics. Specify
identifiable companies or state enterprises involved in the
catchment area.
Forecasting years Provide total market and IWT share projections for 2020,
2030 and 2040 by Commodity
Presentation of Present as total freight tons and tons-km by total, and by
forecasts major waterway section and direction (tabular and chart).
Section should be selected to reflect discreet points of
major variation in traffic flow (freight sources or sinks) or
be related to staging options. Commodity breakdown of
these forecasts to be provided.
Market success Discussion of the required fairway availability and
factors reliability required in the specific markets, generic vessel
types and capacities, fleet capacity, loading/discharge
points, complementary investments into e.g. connecting
modes where these are remote from waterway etc.
Forecasting Provide clear description allowing replication of forecasts
Methodology from data and assumptions made, justify assumptions.
Qualify data gaps. Traffic projections should be consistent
with the specific IWT upgrading scheme (s) investigated or
proposed, taking account of operating costs of barges of
size proposed vis a vis alternative mode.

8.0 PROJECT DELIVERABLES AND TIMELINE


The proposed study should be completed within 8 weeks from the date of award
of work, in phase-wise manner as listed below:

Sl.No. Deliverable Timeline

1. Interim Report 2 weeks from the date of


award of the work
2. Draft Report (including identification 5 weeks from the date of
of proposed terminal locations in all award of the work
the 3 rivers with detailed assessment)
3. Final Report 8 weeks from the date of
award of the work
The Traffic Consultant shall prepare and submit the above deliverables each one
hard copy along with soft copy (pdf, doc., xls, format of report in CD/DVD
ROM/e-mail). In addition to the reports, the traffic consultant should also submit
all the raw data collected and analysed for the projection of traffic.
Tech Form – 1
Bid Submission Form

To
Dy. Chief Engineer
Ports and Harbour Division,
Room No. C-11,
WAPCOS Limited,
76-C, Sector-18, Institutional Area,
Gurgaon, Haryana – 122015.

Sub: DETAILED TRAFFIC SURVEY IN 03 NATIONAL WATERWAYS (MAHI, NARMADA,


TAPI RIVERS) IN THE STATE OF GUJARAT & MAHARASHTRA – Reg.

Ref: Notice Inviting Tender (NIT) in WAPCOS portal, No….. & dated ………..

Sir,

With reference to the NIT No……., published in WAPCOS portal on ……………, I/we, the
undersigned, having examined, understood the Employer’s Requirements for Carrying
out the work for the above mentioned project and on behalf of
………………………………………………..…………………………( Name of Firm/ Agency) do hereby
submit our application along with all the essential documents for consideration please.

I/ We hereby declare that the information furnished herewith is correct to the best of
my / our knowledge and belief. However, I/ We agree to abide by the decisions of the
Employer for dismissal of our candidature in case any information furnished along with
this application is found to be false and / or inaccurate at any point of time in future.

Thanking you.

Yours faithfully,

Signature
Position
Seal
Dated:
Place:
Tech Form – 2

Details of Similar Works

Assignment No.

Name of Work

Name of the Client

Contact Details of Client

Cost of project in Rs.

Consultancy Fee of the


Project in Rs.

Commencement of Date

Scheduled date of
Completion
Actual Completion Date

Reason for Delay, if any

Detailed description of
Services provided by the
firm including type of
surveys
Key Professionals
involved in the Study and
their proposed position

We hereby certify the information as given in below in table is correct and we have
attached Client Completion Certificates in support of list of works given as above.

Signature of Bidder Date Place


Tech Form – 3

Turnover Details

Name of firm:

Sr. No. Financial Year Turnover (In Lakh Rs.)


1. 2013-2014 -
2. 2014-2015 -
3. 2015-2016 -

Avg. Annual Turnover -

Certificate from the Statutory Auditor

This is to certify that..................... (Name of the Applicant) has received the payments
shown above against the respective years on account of professional fees.

Name of the audit firm:

Seal of the audit firm

Date:

(Signature, name and designation of the authorized signatory)

In case the Applicant does not have a statutory auditor, it shall provide the certificate
from its chartered accountant that ordinarily audits the annual accounts of the
Applicant.
Tech Form – 4

Form of Banker’s Certificate From a Scheduled Bank

This is to certify that to the best of our knowledge and information M/s/ Shri/ Smt.
………………………………… having marginally noted address, a customer of our bank are/ is
respectable and can be treated as good for any engagement up to a limit of Rs…………….
(Rupees…………………………………………..).

This certificate is issued on the request of WAPCOS Limited, 76-C, Sector 18,
Institutional Area, Gurgaon (Haryana) - 122015 for purpose of bidding for Tender
No……………………..dated………

(Signature) For the Bank

Note:
I. Banker’s certificates should be on letter head of the bank
II. In case of partnership firm, certificate to include names of all partners as
recorded with the bank.
………………………………………………………………………………………………………………………………………
OR

Form of working capital certificate from a scheduled bank

Certified that M/s/ Shri / Smt.………………………………………………………….S/o/W/o


…………………………. And resident(s) of
…………………………………………………………………………………………………………………………. has/
have been maintaining a savings bank account/ current account/ fixed deposit account
with this branch of bank since ………………. and an amount not less than Rs………….
(Rupees ……………………………) has been available to the credit in his/ her/ their account
No. ………………. for the last six months.

This certificate is issued on the request of WAPCOS Limited, 76-C, Sector 18,
Institutional Area, Gurgaon (Haryana) - 122015 for purpose of bidding for Tender
No……………………..dated………

(Signature) For the Bank

Note:
I. Banker’s certificates should be on letter head of the bank
II. In case of partnership firm, certificate to include names of all partners as
recorded with the bank.
Tech Form – 5

List of Key Professionals Available

Name of Firm:

Sr. Name Education Total Years Summary of


No. qualification Experience with Professional
in years firm Experience

CVs of Persons as in above list is attached

Signature of Bidder Date Place


Bill of Quantities

NAME OF WORK : DETAILED TRAFFIC SURVEY IN 03 NATIONAL WATERWAYS


(MAHI, NARMADA, TAPI RIVERS) IN THE STATE OF GUJARAT &
MAHARASHTRA

S. Item of work Amount (INR) Amount (INR)


No. In Words
1. Mahi River

2. Narmada River

3. Tapi River

Total Amount (INR) in Words

Service Tax @ 15 %

Total Amount (Including Service Tax) in words

Signature of Tender:
Name & Designation
Name of Firm and seal
Annexure-I

APG

M/s WAPCOS Limited,


76-C, Sector 18,
Gurgaon-122015.

In consideration of WAPCOS LTD. (hereinafter referred to as "the Employer")


which expression shall, unless repugnant to the context or meaning thereof
include its successors, administrators and assigns) having awarded to
_______________________(Contractor’s name) with its Registered /Head
Office at __________________(hereinafter referred to as "the Contractor “
which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) a contract, by
issue of Employer’s Notification of Award No. ____________________dt.
__________and the same having been unequivocally accepted by the
Contractor, resulting into a contract valued at Rs. _________ (Rupees )
____________________only) for _______________ (hereinafter called “ the
contract”) and the Employer having agreed to make an advance payment to the
Contractor for performance of the above Contract amounting to Rs.
_________________(Rupees ______________only) as an advance against
bank guarantee to be furnished by the Contractor.

We, __________________(name & address of bank) having its Head Office


at _____________(hereinafter referred to as "the Bank" which expression shall,
unless repugnant to the context or meaning thereof, include its successors,
administrators, executors and assigns) do hereby guarantee and undertake to
pay the Employer immediately on demand any or, all monies payable by the
Contractor to the extent of Rs. ______________ (Rupees
________________only) as aforesaid at any time upto ___________without any
demur, reservation, contest , recourse or protest and/or without any reference
to the Contractor. Any such demand made by the Employer on the bank shall be
conclusive and binding notwithstanding any difference between the Employer
and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator
or any other authority. We agree that the Guarantee hereincontained shall be
irrevocable and shall continue to be enforceable till the Employer discharges this
guarantee. We further agree that no change in the constitution of the Bank or
of the Employer shall affect this guarantee.

The Employer shall have the fullest liberty without affecting in any way the
liability of the Bank under this guarantee, from time to time, to vary the advance
or to extend the time for performance of the Contract by the Contractor. The
Employer shall have the fullest liberty without affecting this guarantee, to
postpone from time to time the exercise of any powers vested in them or of any
right which they might have against the Contractor and to exercise the same at
any time in any manner, and either to enforce or to forbear to enforce any
covenants, contained or implied, in the Contract between the Employer and the
Contractor or any other course or remedy or security available to the Employer.
The bank shall not be released of its obligations under these presents by any
exercise by the Employer of its liberty with reference to the matters aforesaid or
any of them or by reason of any other act or forbearance or other acts of
omission or commission on the part of the Employer or any other indulgence
shown by the Employer or by any other matter or thing whatsoever which under
law would but for this provision, have the effect of relieving the Bank.

The bank also agrees that the Employer at its option shall be entitled to enforce
this Guarantee against the Bank as a principal debtor, in the first instance without
proceeding against the Contractor and notwithstanding any security or other
guarantee that the Employer may have in relation to the Contractor's liabilities.

We The Said Bank do hereby declare that we have absolute and


unconditional power to issue this guarantee in your favour under the
Memorandum and Articles of Association or such other constitutional documents
of the Bank and the undersigned have full power to execute this guarantee under
the Power of Attorney/ Post Approval Authorization
dated_____________________ of the bank granted to him / us by the Bank. We
the said bank do hereby declare and undertake that your claim under the
guarantee shall not be affected by any deficiency or other defect in the powers of
the bank or its officials and the guarantee shall be deemed to have been issued
as if the bank and its officials have all the powers and authorization to give this
guarantee on behalf of the bank.

We the said bank do hereby certify the genuineness and appropriateness


of the Stamp paper and stamp value used for issuing the guarantee. We the said
bank do hereby declare and undertake that your claim under the guarantee shall
not be affected by any deficiency or other defect in the stamp paper or its stamp
value.

We the said bank do hereby declare that our payments hereunder shall be
made to you , free and clear of and without and deduction, reduction on account
of any reasons including any and all present and future taxes, levies, charges of
withholding whatsoever imposed or collected with respect thereto.

Notwithstanding anything contained hereinabove our liability under this


guarantee is limited to Rs.______________(Rupees ________________only)
and it shall remain in force upto and including ________________and shall be
extended from time to time for such period (not exceeding one year), as may be
desired by M/S _____________on whose behalf this bank guarantee has been
given.
Notwithstanding anything contained herein

i) our liability under this guarantee shall not exceed


Rs.__________(Rupees _______________________only);
ii) This bank guarantee shall be valid upto ________________ and
iii) our liability to make payment shall arise and we are liable to pay the
guaranteed amount or any part thereof under this guarantee, only and only
if you serve upon us a written claim or demand in terms of the guarantee
on or before ___________(indicate a date six months after the validity
of the guarantee).
Dated this ________day of _________at New Delhi.

WITNESS
_______________________
________________________
(Signature) (Signature)
________________________
________________________
(Name) (Name)

________________________
________________________
(Official address) (Designation with bank
stamp)

________________________ Attorney as Power of


Attorney
(Signature) No.__________
dt._______
________________________
(Name)
________________________
Annexure-I I

Figure 1: Location map of all Rivers (for reference only)


Annexure-III
AGREEMENT FORMAT

This agreement made on day year_ between the WAPCOS Limited


(hereinafter called the `Client’ which expression shall unless excluded by or repugnant, to the
context, be deemed to include heir, successors in office) on one part and
M/S (hereinafter called the ‘Contractor’ which expression, shall unless
excluded by repugnant to the context be deemed to include his heirs, executors, Administrators,
representatives and assigns of successors in office) on the other part.

WHEREAS THE WAPCOS Limited desirous of undertaking the works


_
_

WHEREAS the Contractor has offered to execute and complete such works and whereas
WAPCOS Limited has accepted the tender of the Consultant and WHEREAS the Contractor
has furnished
_ _

as security for the due fulfilment for all the conditions of this contract.

NOW IN THIS AGREEMENT WITNESSTH AS FOLLOWS


In this agreement words and expression shall have the same meaning as are respectively as
assigned to them in the conditions of contract hereinafter referred to:

The following documents shall be deemed to form and be read and construed as part of this
agreement VIZ.

i) (a) Notice Inviting Tenders

(b) Tender form


ii) Information & instruction for Tenders
iii) Schedule : Bill of Quantity

iv) General Conditions of Contract


v) Technical specifications and Special Conditions of Contract
vi) Corrigendum, if any
vii) Work order

The contract agreement has been compiled by the WAPCOS Limited from the
original tender documents and all the correspondences from the tendering stage till acceptance.
In the event of any difference arising from the completion of the contract, the original tender
documents, Contractor’s offer, minutes of meetings and correspondence between the party
ended vide letter
No. may be referred to by either party. These documents shall take
Precedence over the compiled documents.

The Contractor hereby covenants with the WAPCOS Limited to complete and maintain the
“Works” in conformity in all respect, with the provisions of the agreement.

The WAPCOS hereby covenants to pay the Consultant in consideration of such


completion of works, the contract price at the time and in the manner prescribed by the contract.

IN WITNESS WHEREOF the parties hereunto have set their hands and seals on the day
year first written.

For and on behalf of For and on behalf of

(WAPCOS Limited) Contractor

Signature _ _ Signature _

Name &Designation Name & Designation _

Stamp Stamp

Witness: Witness:

1) Signature _ 1) Signature _

2) Name & Designation_ _ 2) Name & Designation


Annexure-IV
BG

In consideration of ____________________ (Employer’s name) (hereinafter referred to as


"the Employer") which expression shall, unless repugnant to the context or meaning
thereof include its successors, administrators and assigns) having awarded to
_____________________ (Contractor’s name & address) (hereinafter referred to as "the
Contractor “ which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) a contract, by issue of
Employer’s Notification of Award No. _______________ dt. _____________ and the same
having been unequivocally accepted by the Contractor, resulting into a contract valued at
Rs. _____________(Rupees ______________only) for ________________(name of
work) (hereinafter called “ the contract”) and the Contractor having agreed to provide a
Contract Performance Guarantee for the faithful performance of the entire contract
equivalent to Rs. _____________ (Rupees ______________________only) (10 % of the
said value of the Contract to the Employer.

We, ____________________(name & address of bank) (hereinafter referred to as "the


Bank" which expression shall, unless repugnant to the context or meaning thereof, include
its successors, administrators, executors and assigns) do hereby guarantee and undertake
to pay the Employer, on demand any or, all monies payable by the Contractor to the extent
of Rs. _____________(Rupees __________________only) as aforesaid at any time upto
___________without any demur, reservation, contest , recourse or protest and/or
without any reference to the Contractor. Any such demand made by the Employer on the
bank shall be conclusive and binding notwithstanding any difference between the
Employer and the Contractor or any dispute pending before any Court, Tribunal, Arbitrator
or any other authority. The Bank undertakes not to revoke this guarantee during its
currency without previous consent of the Employer and further agrees that the guarantee
herein contained shall continue to be enforceable till the Employer discharges this
guarantee.

We the said Bank further agree that the guarantee herein contained shall remain in
full force and effect during the period that would be taken for the performance of the said
Contract and that it shall continue to be enforceable till all the dues of the Employer under
or by virtue of the said contract have been fully paid and its claims satisfied or discharged
or till the Employer certifies that the terms and conditions of the said Contract have been
fully and properly carried out by the said Contractor and accordingly discharges the
guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of
the Bank under this guarantee, from, time to time to extend the time for performance of the
Contract by the Contractor. The Employer shall have the fullest liberty without affecting
this guarantee, to postpone from time to time the exercise of any powers vested in them or
of any right which they might have against the Contractor and to exercise the same at any
time in any manner and either to enforce or to forbear to enforce any covenants, contained
or implied, in the Contract between the Employer and the Contractor or any other course
or remedy or security available to the Employer. The bank shall not be released of its
obligations under these presents by any exercise by the Employer of its liberty with
reference to the matters aforesaid or any of them or by reason of any other act or
forbearance or other acts of omission or commission on the part of the Employer or any
other indulgence shown by the Employer or by any other matter or thing whatsoever which
under law would but for this provision, have the effect of relieving the Bank. The guarantee
shall not be affected by a change in the constitution of the bank or of the employer.

The bank also agrees that the Employer at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance, without proceeding
against the Contractor and notwithstanding any security or other guarantee that the
Employer may have in relation to the Contractor's liabilities.

Notwithstanding anything contained hereinabove our liability under this guarantee is


restricted to Rs. _____________(Rupees ____________________ only) and it shall
remain in force upto and including _____________ and shall be extended from time to
time for such period as may be desired by M/S WAPCOS Limited on whose behalf this
bank guarantee has been given.

Notwithstanding anything contained herein

i) our liability under this guarantee shall not exceed Rs. _____________ (Rupees
_______________ only) ;
ii) This bank guarantee shall be valid upto _____________; and
iii) our liability to make payment shall arise and we are liable to pay the guaranteed
amount or any part thereof under this guarantee, only and only if you serve upon us
a written claim or demand in terms of the guarantee on or before
_________(indicate a date six months after validity of guarantee).

Dated this ________day of ________ at New Delhi.

You might also like