Request For Proposal: RFP Reference: Dated: 2 Feb 2021

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 28

REQUEST FOR PROPOSAL

For

Detail Project Report (DPR) preparation and technology


selection for the Decentralised and Sustainable IN-Situ
Nallah Treatment by using Proven Technology

RFP Reference:
Dated: 2nd Feb 2021

Issued By:
Chief Officer,
Bhusawal Municipal Council, Bhusawal, District Jalgaon

1
DISCLAIMER
The information contained in this Request for Proposal (RFP) or subsequently provided to
Applicants, whether verbally or in documentary or any other form by or on behalf of the Bhusawal
Municipal Council (BMC) or any of its employees or advisers, shall be considered confidential and
not to be reproduced / transmitted / adopted / displayed for any purpose whatsoever.
This RFP is one of the steps in the process of selection of an entity for the project of Decentralized
Waste Water Treatment through In-Situ Nallah Treatment Technology for Bhusawal City.
This RFP is not an agreement or an offer by the Authority to the applicants or any other person. The
purpose of this RFP is to provide interested parties with information that may be useful to them in
the formulation of their Proposals pursuant to a specific Request for Proposal (RFP).
This RFP includes statements, which reflect various assumptions and assessments arrived at by the
Authority in relation to the Project. It is not possible for the Authority, its employees or advisers to
consider the objectives, technical expertise and particular needs of each Applicant who reads or
uses this RFP. The assumptions, assessments, statements and information contained in this RFP,
may not be complete, accurate, adequate or correct. Each Applicant should, therefore, conduct its
own investigations and analysis and should check the accuracy, adequacy, correctness, reliability
and completeness of the assumptions, assessments and information contained in this RFP.
The information provided in this RFP is not intended to be an exhaustive account of statutory
requirements and should not be regarded as a complete or authoritative statement of law. BMC
accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law
expressed herein.
BMC and their employees and advisors make no representation or make no representation or
warranty and shall have no liability to any person including any Applicant under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss,
damages, cost or expense which may arise from or be incurred or suffered on account of anything
contained in this RFP or otherwise, including the accuracy, adequacy, correctness, reliability or
completeness of the RFP and any assessment, assumption, statement or information contained
therein or deemed to form part of this RFP or arising in any way in this subject.
BMC may in its absolute discretion, update, amend or supplement any information, objective,
assessment or assumption contained in this RFP. Any such change would be communicated to the
applicants by posting it on the website www.mahatenders.gov.in

The issue of this RFP does not imply that BMC is bound to select an Applicant for the project and
BMC reserves the right to terminate the process at any time without assigning any reasons
whatsoever. The Applicant shall bear all its costs associated with or relating to the participation in
this process regardless of the conduct or outcome of the process.

2
INDEX

Contents
1 NOTICE INVITING TENDER ............................................................................................................................................................. 4
2 DETAILS OF NOTICE INVITING TENDER................................................................................................................................... 5
3 Form 1: Bidder Information Form ................................................................................................................................................ 8
4 Declaration of Site Visit...................................................................................................................................................................... 9
5 Eligibility Criteria and Qualification ..........................................................................................................................................10
6 Scope of Technologies and respective DPR preparation ..................................................................................................11
6.1 Screens .........................................................................................................................................................................................11
6.2 Grit Chamber with scum or similar material removal system ............................................................................11
6.3 Anoxic Treatment ....................................................................................................................................................................11
6.4 Bio-curtain ..................................................................................................................................................................................11
6.5 Aerobic zone ..............................................................................................................................................................................11
6.6 Bio-mat .........................................................................................................................................................................................11
6.7 Coirvel Treatment Unit .........................................................................................................................................................12
6.8 Floating Bed ...............................................................................................................................................................................12
6.9 Disinfection System ................................................................................................................................................................12
6.10 General Arrangement of Treatment for InSitu Nalla Treatment ........................................................................12
7 GENERAL CONDITION OF CONTRACT......................................................................................................................................13
7.1 Desired Performance of the In situ Nallah Treatment Technology ........................................................13
The treated water AS per standards defined by CPCB/ state pollution authority or NGT related to mainly
but not limited to .................................................................................................................................................................................13
7.2 Currency of Payment..............................................................................................................................................................13
7.3 Payment condition ..................................................................................................................................................................13
7.4 Indemnity against All Actions of Contractor ...............................................................................................................13
7.5 Indemnity against All Claims of Patent Rights and Royalties ..............................................................................14
7.6 Employment of Technical Staff and Employees .........................................................................................................14
7.7 Force Majeure............................................................................................................................................................................14
7.8 Cancellation of Contract in Full or Part ..........................................................................................................................14
8 Selection Criteria ................................................................................................................................................................................15
8.1 OPENING OF TECHNICAL BID ...........................................................................................................................................15
8.2 CLARIFICATION OF BIDS .....................................................................................................................................................15
8.3 EVALUATION OF BIDS ...........................................................................................................................................................15
8.4 Award Criteria ...........................................................................................................................................................................16
9 Letter of Technical Bid .....................................................................................................................................................................17
10 Letter of Price Bid...............................................................................................................................................................................19
11 List of Documents to be submitted .............................................................................................................................................22
12 Commercial Bid Format ...................................................................................................................................................................23

3
1 NOTICE INVITING TENDER

Bhusawal Municipal Council (BMc) inviting sealed tenders under two bid systems for the work of

"Detail Project Report (DPR) preparation and technology selection for the Decentralised and
Sustainable IN-Situ Nallah Treatment By using proven Technology" at Bhusawal Municipal
area at different locations with 1 Year 0&M from the agencies having experience including valid
licensees from the reputed technology owners. The agency should have successfully carried out
under single/ multiple contracts in Govt, Semi-Govt. Organizations during last three years ending
last day of the month previous to the one in which tender is invited.

Documents Required: Tenderers are required to produce attested copies as mentioned in tender
with valid authorization from technology owners for application of said Technology, valid GST
registration, PAN, EPF registration and similar work completion certificate along with technical
bid.

Name of work Estimated Earnest Securityy Time of Similar work


Cost Money Deposit (2%) Completio experience
EMD) at the time of n
agreement
Detail Project Report (DPR) |Rs. 35 Rs. 35,000 Rs.70000/- Three AS per
preparation and technology Lakh months mentioned in
selection for the Decentralised approx. from the ldetails
and Sustainable IN-Situ Nallah date of
Treatment By using proven work order

Technolog issued.

Tender documents can be downloaded from www.mahatenders.gov.in up to 17th February 2021.


Tenders will be received up to 3.00 PM on 17th February 2021
and the technical bid will be
opened
on the same day at 3.30 PM at Bhusawal Municipal Council office, Bhusawal time as per e-clock of
procurement website.

Oficer Inviting the RFP is CHIEF OFFICER, Bhusawal. We the


reserves right to reject any or all
the tenders or to accept them in part or to reject the lowest tender without
assigning any reason
For bid enquiries please contact or mail Mr. NitinLunge, Jr. Engineer, Department of Water
supply
&Sanitation, Bhusawal Municipal Council. Phone: +91 2582
223275. Mail
Unic/o

COunc
ID:bmcbsl1882@gmail.com

TER}C
ug /EMES Chief Officer
Bhusawal Municipal Council
2 DETAILS OF NOTICE INVITING TENDER

Bhusawal Municipal Council inviting sealed tenders under two bid systems for the work of “Detail
Project Report (DPR) preparation and technology selection for the Decentralised and
Sustainable IN-Situ Nallah Treatment By using proven Technology” at Bhusawal Municipal
area at different locations with 1 Year O&M from the agencies having experience including valid
licensees from the reputed technology owners. The agency should have successfully carried out
under single/ multiple contracts in Govt., Semi-Govt. Organizations during last three years ending
last day of the month previous to the one in which tender is invited.

1. Estimated Cost is for Rs. Thirty Five Lakhs

2. Time for carrying out the work will be 3 months and thereafter as per scope defined in detail
project report as per the date of commencement shall be reckoned from the tenth day after the date
of order to commence work or actual date of start whichever is earlier. In case the site is handed
over at later date, the same shall be reckoned as date of start.

3. Tender fee is Rs.3500 (Rupees Three Thousand Five Hundred) should be paid in online mode

4. The bidders may submit their duly sealed bids only by online mode though website. Bids are
invited on two part basis hence the Bidder shall submit the application along with credential
document as asked above along with requisite EMD as per process defined in online bid process
First, an application along with credential documents will be opened. After scrutinizing of
application along with credential documents, the financial bid of the qualifying bidder will be
opened. Request for extension of submission date of tenders will not be considered. Tender
received after due date and time of submission, will not be accepted.

5. The Earnest Money amounting to Rs. 35,000 (Rupees Thirty Five Thousand) should be paid in
online mode Tenders received without EMD shall be rejected.

6. The tender is based on Quality and cost based selection process (QCBS)

7. Canvassing in connection with the tenders is prohibited and the tenders submitted by the
contractor who resort to canvassing are liable for rejection.

8. The tenderer shall not be permitted to tender for works in the concerned unit of BMC in
which a relative is posted in the grade between the Controller of Administration and Junior
Engineer. (Both inclusive) He shall also intimate the names of persons who are working with
him in any capacity or subsequently employed by him and who relatives are as mentioned
above.

5
Note: A person shall be deemed to be a relative of another if, and only if, (a) they are members of a
Hindu undivided family; or (b) they are husband and wife; or (c) the one is related to the other in
the following manner: Father, Mother (including step mother), Son (including step son), Son's wife,
Daughter (including step daughter), Father's father, Son's son, Son's wife, Son’s daughter, Son's
daughter's husband, Daughter's husband, Daughter's son, Daughter's son's wife, Daughter's
daughter, Daughter's husband, Brother ( including step brother), Brother's wife, Sister (including
step sister), Sister's husband.

9. Tender submitted shall remain valid for 180 days from the date of opening for the purpose of
acceptance and award of work, validity beyond 180 days from the date of opening shall be by
mutual consent.
10. The tenderer shall quote rates both in figures and words. He shall also work out the amount
for each item of work and writes in both figures and words. On check if there are differences
between the rates quoted by the tenderer in words and in figures or in the amount worked out
by him, the following procedure shall be followed:

 When there is a difference between the rates in figures and in words, the rates, which
correspond to the amounts worked out by the tenderer, shall be taken as correct
 When the tenderer does not work out the amount of an item or it does not correspond with the
rate written either in figures or in words, the rate quoted by the tenderer in words shall be
taken as correct
 When the rate quoted by the tenderer in figures and in word tallies but the amount is not
worked out correctly the rate quoted by the tenderer shall be taken as correct and not the
amount
 The schedule of quantity contains same item in different/same head. The bidder is supposed to
quote same rate in different/same head. If quoted differently lowest rate in any of the head will
be considered for preparation of comparative statement for complete bid document

11. The tenderer should see General drawings and BOQ in case of doubt obtain required
particulars, which may in any way influence his tender from the Engineer as no claim
whatsoever will be entertained for any alleged ignorance thereof.

12. Before tendering, the tenderer shall inspect the site to fully acquaint himself about the
condition in regard to accessibility of sight, nature and extent of ground, working conditions of
the site and locality including stacking of materials, installations of tools and plants (T&P) etc.,
conditions affecting accommodations and movement of labour etc. required for the satisfactory
execution of the work contract. No claim whatsoever on such account shall be entertained by
the Employer in any circumstances.

13. Earnest money will be forfeited fully if the contractor fails to commence the work as per letter
of award. If any tenderer withdraws this tender within the validity period or makes any

6
modification in terms and conditions of the tender which are not acceptable to the Department,
then Bhusawal Municipal Council shall, without prejudice to any right or remedy, be at liberty
to forfeit 50% (fifty percent) of the Earnest Money absolutely.

14. Except writing rates and amount, the tenderer should not write any conditions or make any
changes, additions, alterations and modifications in the printed form of tenders. Tenders who
are desirous to offer rebate the same should be brought out separately in the covering letter
and submitted along with the tender.

15. SECURITY DEPOSIT – 2% at the time of agreement & 7% will be deducted from running bill.

16. Programme and Progress Schedule


The contractor shall furnish within 8 days from the date of work order a progress schedule
indicating the date of starting, weekly progress expected to be achieved and anticipated date of
completion of each major item of the work. The schedule should be capable of achievement towards
completion of whole work in the stipulated time. The Contractor shall submit his own programme
as per time limit stipulated in the tender, in the form of Bar Chart which should give details of
milestones of physical stages of each sub work.

17. Arbitration
In case any dispute arises out during execution of works, arbitrator shall be appointed for redressal
of the dispute. In this regard, decision of the arbitration authority shall be final and remain binding
on both parties. Arbitrator shall be appointed based on per mutually agreement basis

18. Security Deposit


The security deposit shall be returned to the contractor without any interest when the contractor
ceases to be under any obligation under the contract. This shall be read with other Clauses of Form
for Security Deposit and Defect Liability Clause respectively notify the owner of any such difference.

19. Laws And Regulations


The contract documents shall be governed by the laws and bylaws of India, the State of
Maharashtra and the local bodies in this region. In case of disputes, between a Contractor and
authority, the decision of the arbitration shall be final and binding.

7
3 Form 1: Bidder Information Form
[Bidders shall provide the following information:]

Bidder's legal name


[insert full name]
Bidder's actual or intended country of registration:
[insert country of registration]
Bidder's actual or intended year of incorporation:
[insert year of incorporation]
Bidder's legal address in country of registration
[insert street/ number/ town or city/ country]
Bidder's authorized representative information
Name: [insert full name]
Address: [inset street/ number/ town or city/ country] within state of maharashtra as a mandate
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address: [insert E-mail address]
1. Attached are copies of original documents of registrations
2. Included are the organizational chart, a list of Board of Directors and management
3. Proof of address for office in state of Tripura or Declaration of office set up post work order
4. Additional relevant document if any

8
4 Declaration of Site Visit

Bhusawal Municipal Council inviting sealed tenders under two bid systems for the work of “Detail
Project Report (DPR) preparation and technology selection for the Decentralised and
Sustainable IN-Situ Nallah Treatment By using proven Technology” at Bhusawal Municipal
area at different locations with 1 Year O&M from the agencies having experience including valid
licensees from the reputed technology owners. The agency should have successfully carried out
under single/ multiple contracts in Govt., Semi-Govt. Organizations during last three years ending
last day of the month previous to the one in which tender is invited.

DECLARATION on letterhead of the agency


I/We hereby declare that I/We have visited the site of work and made myself/ourselves thoroughly
conversant with local conditions regarding all materials such as stones, Murum, sand, bio media,
availability of water etc. and labour, on which I / We have based my / our rates for this work. The
specifications and requirements of lead for this work have been carefully studied and understood
by me / us before submitting the tender. I undertake to use only the best materials as per BOQ
before starting the work

I hereby undertake to pay the labors engaged on the work as per Minimum Wages Act,

Agency/Contractor's Signature

9
5 Eligibility Criteria and Qualification
The following will be the minimum pre-qualification criteria. Each eligible consultant should
possess all the following pre-qualification criteria. Responses not meeting the minimum pre-
qualification criteria will be rejected and will not be evaluated further. The details are as per below:
1. The bidder can be a company registered under Indian Companies Act, 1956 or partnership
firm or proprietary firm
2. The bidder must have a valid PAN for Partnership firm or company registered under Indian
Companies Act, 1956 or proprietary firm.
3. The bidder must have a valid GST Registration, copy of Registration certificate should be
submitted along with bid.
4. The Bidder’s average annual turnover should be at least Rupees 50 Lakh in last 3 financial
years ending 31st March 2019. Provide CA audited/ CA certified balance sheets for last 3
financial years i.e. FY 2016-17, FY 2017-18, FY 2018-19
5. The bidder should be a profit making company since last 3 years at least .Bidder should
submit audited balance sheets for the last three years certified by Chartered accountant.
6. The bidder must have a local office in state of Maharashtra ,documentary evidence in this
regards must be submitted
7. Bidder should have positive net worth as on 31st March 2020. CA certificate to be attached
8. The bidder should have Experience of in wetland Sewage treatment/ Nalla rejuvenation/
conventional sewage treatment/ related waste management services during last 5 years
ending last day of month of tender published
9. Preference shall be given to agencies having valid licensees from the reputed technology
owners for In-Situ Based Nalla Treatment
10. Preference shall be given to agency who has deployment/ execution record of the said
technology under INSITU treatment
11. Bidder should have strong knowledge of respective domain and their application into
practice.
12. The bidder should have adequate and qualified manpower regarding same scope of work.
CVs or respective manpower to attach for evaluation
13. The bidder should not have been blacklisted/ banned/ suspended by any government
organization at the time of submission of the bid. Attach the declaration form
14. Consortium is not allowed to bid or meet the above pre-qualification criteria
15. All related documents mentioned in tender document or required as per tender document
shall be attached with self-attestation
16. Brochures and technical brief of technology should be attached for better understanding of
technology understanding

10
6 Scope of Technologies and respective DPR preparation

The technology shall be defined based on similar scope. No proposal shall be accepted without
below mentioned process which is predefined defined.

6.1 Screens
a. Coarse Screen: Larger floating matter, such as plastic bags, plastic bottles, debris, and other
garbage, was removed using coarse screens with spacing of 20 to 25 mm.
b. Fine screen: Particles that bypassed the coarse screen were removed using a fine screen
which had a spacing of 10 to 15 mm.

6.2 Grit Chamber with scum or similar material removal system

Grit consisting of sand, gravel, or other heavy solid materials and having specific gravity greater
than organic solids in waste water are allowed to settle in this zone. Grit zones in the drains should
deploy to reduce formation of heavy deposits and excessive accumulation of grit in the downstream
units. A top baffle should be provided as per technical requirement

6.3 Anoxic Treatment


In the anoxic zone, a cover should be provided on top of the drain along with the gates at the inlet
and outlet. In this zone, we expect nitrate in the wastewater to be removed and converted into
nitrogen gas by denitrifying bacteria.

6.4 Bio-curtain
It is a curtain like structure, where multiple chains made of coconut coir are suspended into the
drain, perpendicular to the flow of water. Bio-curtain should acts as a filter media as well as
provides higher surface area for growth of biofilm. Multiple segments of bio-curtains should be
provided to reduce BOD and to enhance the treatment process.

6.5 Aerobic zone


Aerobic treatment should help in the reduction of BOD, phosphorous and nitrogen. Aerobic
environment is maintained through continuous supply of oxygen in this zone. Diffused aeration
system using solar energy can be facilitated to provide aeration so that no external electricity
source is require but subject to design

6.6 Bio-mat
Bio-mat is a cylindrical frame made of plastic mesh, wherein coconut coir is stuffed in the frame.

11
6.7 Coirvel Treatment Unit
Subject to requirement of the design and process

6.8 Floating Bed


In floating bed, the aquatic vegetation is not rooted in a solid substrate, but it grows on floating
rafts. Selected plant species are grown on floating mats and their hanging roots would provide a
large surface area for passive filtration (extensive roots entrap the suspended matter thus reducing
the overall TSS of the system) as well as development of microbial consortium. In the floating
wetlands, plants acquire nutrition directly from the water column for their growth and
development, thus reducing the organic as well as inorganic pollutant.

6.9 Disinfection System


Disinfection helps in the removal of pathogenic microorganisms by damaging the cell wall, which
results in cell lysis and death of microorganisms. After disinfection, treated water can be discharged
into the River.

6.10 General Arrangement of Treatment for InSitu Nalla Treatment

12
7 GENERAL CONDITION OF CONTRACT

7.1 Desired Performance of the In situ Nallah Treatment Technology


The treated water AS per standards defined by CPCB/ state pollution authority or
NGT related to mainly but not limited to

S. No. Parameters Units Inlet Concentration Outlet Concentration

1 BOD mg/L As per survey and As PER DIRECTION OF


respective approved THE HONOURABLE
2 COD mg/L
laboratory report NATIONAL GREEN
3 TSS mg/L TRIBUNAL OR
RESPECTIVE
4 PH -
CENTRAL/ STATE

5 TN mg/L AITHORITY

6 TP mg/L

7.2 Currency of Payment

Unless specifically provided for in the Contract, all payments shall be in Indian rupees only.

7.3 Payment condition


 Nothing extra shall be paid unless otherwise specified on account of cutting of grass, bushes,
leveling of undulation in the ground, existence of drain and temporary structures etc. requiring
removal and difficulty due to space constraints.
 Nothing extra shall be paid for working in foul conditions unless otherwise specified.
 The tendered rates shall not be subject to any revisions for want of any information.
 Unless otherwise specified in Special Conditions of Contract, the Contract Price shall be
inclusive of all the taxes, duties, cess/GST or any other taxes on the materials.
 Service Tax shall be included in bidding proposal

7.4 Indemnity against All Actions of Contractor

The Contractor shall hold and save harmless and indemnify the Employer, from and against all
actions, suits, proceedings, loss, costs, damages, charges, claims and demands of every nature and
description brought or recovered against the Employer, by reason of any act or omissions of the
Contractor, his representative or his employees, in the execution of the Works or in the guarding of
13
the same. All sums payable by way of compensation under any of these conditions, shall be
considered as reasonable compensation payable to the Employer by Contractor, without reference
to the actual loss or damage sustained, and whether or not any damage shall have been sustained.

7.5 Indemnity against All Claims of Patent Rights and Royalties

The Contractor shall hold and save harmless and indemnify the Employer, its agents and employees
from and against all claims and proceedings, for or on account of infringement by the Contractor of
copyright, any patent rights, design trademark or name, secret process, patented or unpatented
invention, articles or appliances manufactured or used for or in connection with the Works and
from and against all claims, proceedings, damages, costs, charges and expenses whatsoever in
respect thereof or in relation thereto. Except where otherwise stated, the Contractor shall pay all
royalties, rent and other payments or compensation, if any, for getting stone, sand, gravel, clay or
other materials required for the Works.

7.6 Employment of Technical Staff and Employees

The Contractor shall employ a qualified engineer(s) for supervision of the Works

7.7 Force Majeure


As used in this Contract, the expression “Force Majeure” or “Force Majeure Event” shall mean
occurrence in India of any or all of Non-Political Event, Indirect Political Event and Political Event,
as defined in clauses respectively, if it affects the performance by the Parties claiming the benefit of
Force Majeure (the “Affected Party”) of its obligations under this Contract and which act or event
(i) is beyond the reasonable control of the Affected Party, and (ii) the Affected Party could not have
prevented or overcome by exercise of due diligence and following Good Industry Practice, and (iii)
has material adverse effect on the Affected Party.

7.8 Cancellation of Contract in Full or Part


The authority without prejudice to any other right or remedy which shall have accrued or shall
accrue hereafter to Authority, by a notice in writing to cancel the Contract as a whole or only such
item of Works in default from the Contractor due to occurrence of any of the events mentioned in
agreement. The Authorised Person shall on such cancellation by the Authority have powers to: but
may be subject to right to arbitration

14
8 Selection Criteria
8.1 OPENING OF TECHNICAL BID

The BMC shall open the Technical bid in the presence of bidder’s authorized representatives who
choose to attend the bid opening at a date and time specified in the tender document or may be
process defined in e tender method

8.2 CLARIFICATION OF BIDS


 To assist evaluation and comparison of bids, the Purchaser may at its discretion ask a bidder for
clarification of the bid. The clarification and response from bidders shall be in writing. All
clarifications given by a bidder will form part of his bid.
 The Purchaser does not bind himself to accept the lowest or any tender and reserves to him the
right to accept the whole or any part of the tender and altering the quantities offered and
Bidder shall supply the same at the rate quoted.

8.3 EVALUATION OF BIDS

 The Evaluation of Bids will be done by a duly officials of BMC.


 The Evaluation will be carried out in multiple stages. At stage 1 Eligibility criteria of bidders
shall be evaluated & the successful bidder/bidders of this stage will be promoted for stage 2
evaluation i.e. Technical Bid.
 The technical bid will be evaluated based on marking system as per below which is also based
on capability of bidder to understand the project and deliver the same.

Sr Details Total Marks Sub Marks


Details of Qualified staff CVs to attach with
minimum
3 Marks
three employees with master degree from
1 Total 5 Marks
Civil/ Environment domain and

should have on roll at least one PHD staff in- 2 Marks


house with knowledge in respective domain
Average Annual Turnover for last 3 financial years as
mentioned above
1 Marks
Annual turnover upto Rs.1 Cr.
2 Total 10 Marks 5 Marks
Annual Turnover upto Rs. 1.5 Cr
7 Marks
Annual Turnover upto Rs. 2 Cr
10 Marks
Annual Turnover above Rs. 3 Cr
Technology based project executed under Nallah/
treatment
5 Marks
3 For 1 Project with completion certificate Total 20 Marks
10 Marks
For 2 Project with completion certificate
For 3 Project with completion certificate 20 Marks
Relevant Experience of DPR preparation with DPR order
4 Total 10 Marks
copy attached

15
For minimum 1 DPR orders 5 Marks
For Minimum 3 DPR orders 7 Marks
For Minimum 7 DPR orders 10 Marks

Drain/ Nallah treatment proposed based on IP/ Patent


5 By Indian company Total 15 Marks
15 Marks
By Foreign company
10 Marks
Marking based on concept note submitted and solution
6 Total 20 Marks
offered as per defined in scope
Presentation about understanding of the project
7 Total 20 Marks
deployment based on sustainable technology

8.4 Award Criteria


 The bid will be evaluated based on QCBS method which is as per mentioned below.
 The Technical Bid shall be considered as 80% value where Commercial Bid will carry 20
Marks (So it is 80: 20 basis) QCBS Tender
 The formula for the bid evaluation shall be as per below
o B = (C Low/ C * 20)+(T/T High * 80)
o Where
 B = Evaluated Bid score
 C = Evaluated Bid Price
 C Low = The lowest of all evaluated bid price among qualified bid
 T = Total Score awarded to the bid
 T High = The technical score achieved by the Bid that was scored best among
all qualified Bid
 Bidder obtaining Highest Evaluated Bid Score (B) ( who will be further referred as L1)will
be invited for the Award of the contract will be awarded to the agency whose Bid has been
determined to be substantially responsive and has been determined as the Best Value Bid
(basis the combined scores of the technical and financial bid)

16
9 Letter of Technical Bid

Date: [insert date of Bid submission]

To:

[Insert name of Head of Tender authority],

[Insert name of Tender authority],

[Insert Address],

[Insert Pin code]

Maharashtra

Tel: _______________

e-mail: _______________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including addenda
issued in accordance with Instructions to Bidders document. [Insert the number and issuing
date of each addendum];

(b) We, including subcontractors (if required for survey work) meet the eligibility requirements in
accordance with RFP document;

(c) We, including subcontractors have no conflict of interest in accordance with mentioned in RFP
;

(d) We offer to execute in conformity with the Bidding Documents

(e) Our Bid shall be valid for a period of 180 days from the date fixed for the Bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period;

17
(f) We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in any type of fraud and corruption.

Name of the Bidder*[insert complete name of person signing the Bid

Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name
of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are
shown above]

Date signed [insert date of signing] day of[insert month], [insert year]

**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid.

18
10 Letter of Price Bid

Date: [insert date of Bid submission]

To:

[Insert name of Head of Tender authority],

[Insert name of Tender authority],

[Insert Address],

[Insert Pin code]

Maharashtra

Tel: _______________

e-mail: _______________

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including addenda
issued in accordance with Instructions to Bidders.[Insert the number and issuing date of each
addendum];

(b) We offer to execute in conformity with the Bidding Documents and Technical Bid;

(c) Our Bid shall be valid for a period of 180 days from the date fixed for the Bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us and
may be accepted at any time before the expiration of that period;

(d) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the
Bidding Documents;

19
(e) We understand that this Bid, together with your written acceptance thereof included in your
Letter of Acceptance, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and

(f) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that
you may receive.

Name of the Bidder**[insert complete name of person signing the Bid]

Name of the person duly authorized to sign the Bid on behalf of the Bidder***[insert complete name
of person duly authorized to sign the Bid]

Title of the person signing the Bid [insert complete title of the person signing the Bid]

Signature of the person named above [insert signature of person whose name and capacity are shown
above]

Date signed [insert date of signing] day of[insert month], [insert year]

*: This form is to be attached with Financial Proposal only.

***: Person signing the Bid shall have the authorization by the Bidder Owner/ Director to be attached
with the Bid.

20
11 Terms & Conditions

1.
500 15
will be forfeited fully.
2.
3.
4.

5.

6.

21
7.

12 List of Documents to be submitted

In Technical Bid

1. Letter of Technical bid


2. Bidders information, ROC, vat ,PAN , EPF accompanied with the organization chart and board of
directors details
3. Address proof of having office in Maharashtra
4. Balance sheets for last 3 years
5. Order copies of similar work
6. EMD/Bank Guarantee
7. Power of Attorney
8. Declaration of non black listing
9. List of CV's
10. Authorization letter from technology provider
11. Annexure – 1 on Rs.500/- Stamp Paper.
12. Annexure – A on Rs.100/- Stamp Paper & Annexure – B on letter head of company.
13. All Additional documents mentioned in tender document

In Commercial Bid
1. Letter of Commercial bid
2. Commercial bid as per format only

22
13 Commercial Bid Format

Bhusawal Municipal Council


Nallah Treatment

Table: Commercial Bid


Charges Quotation

DPR preparation cost as per mentioned in scope ______%

DPR preparation cost as per mentioned in scope in percentage (in words)_______________%

23
Bhusawal Municipal Council, Bhusawal,

E- Tender Notice

Bhusawal Municipal Council, invites E- Tenders for Detail Project Report (DPR) preparation
and technology selection for the Decentralized and Sustainable IN-Situ Nallah Treatment By
using proven Technology For Bhusawal Municipal Council, Dist Jalgaon
For more details Please Visit website http://mahatenders.in from 03/02/2021, 10:00 AM
onwards.
Date -02/02/2021 Sandip Chidrawar,
Chief Officer,
Outward No. Health/871/2020-21
Municipal Council, Bhusawal.

THTa TRURTG, HC

IL.5./T/3HTRT/ CO?/RoRo-R?
f-HC R/ 0R/ RoR

. HT5,
---*
----

Tcb1.

C p a r

Coun THIC RUYE THIGS


JeN
Phone No.-02582-225403 Toll Free No.-1800 233 Website- www.bhusawalnp.org
5264,
Email- BMCBSL1882@GMAIL.COM

TL.7//39RÍT/ C0R/RoRo-
TH5 oR/ o/ RoR?

TTY ERT PA HERI ITEFTAT https:/mahatenders.gov.in r derekzar ft. o3/ o3/ RoRR IET UTREvaTT
347 3T.

fTa
Ha
3H. 6T4TET fAfaaT
FHRT

(R%) (R%)
Detail Project Report (DPR)
preparation and technology
selection for the
Decentralized and
Sustainable IN-Situ Nallah 7.4ooo/ 5.900oo/ T.3oo
Treatment By using proven
Technology" at Bhusawal
Municipal area at different
locations with 1 Year 0&M

. o/0/oR? FHT R0:00 TT


f. o/ oR/ RoRR FDIt 20;00 aYIRT
3. Ro/ o/RoRR ZURTOR:oo amyea
T. C/ 0/RoRR ZURT oX:00 TIT (TRI HAE)

pal C
/eMes
snue TEAYeRRT
शासि निणवय िमाांकः सीएटी/2018/प्र ि 127/इमा-2

परिरिष्ट -1

(1) मिाठी

नमुना सत्यप्ररिज्ञापत्र (रु.500/- च्या स्टॅम्प पेपिवि)

सत्यप्ररिज्ञापत्र (Affidavit)

मी ------------------------------------- वय वर्षे ---------------- राहणार ----

------- या सत्यप्रतिज्ञा पत्राव्दारल तूहद दल िक ,ीम मी ------------------------------------- या

फममचा/ ,ंपदीचा माू, असद ------------------------- या ,ामासाठी तदतवदा सादर ,रीि

आहल . त्या तदतवदल च्या तूफाफा क्र.1 मध्यल जी ,ागदपत्रल सादर ,लूी आहल ि िी खरीम बरकबर व

पणम आहल िम त्यामध्यल ,कणत्याही त्रुटीम चु,ा दाहीिम याची मी खात्री ,लूलूी असद असल

शपथपवम, खाूीू अटी व शथीसह मान्य ,रीि आहल . या ,ागदपत्रांमध्यल ,ाही चु,ीची म

तदशाभू ,रणारीम खकटी व िसलच अपणम मातहिी आढळल्यास मी भारिीय दं डसंतहिा अंिगमि

,ायदल शीर ,ायमवाहीस पात्र राहीद.

1. जर ,ंत्राट ,ाूावधीदरम्याद, मीम माझ्या ,ायाूयादल क,वा माझ्या ,ममचा-यांदी

सावमजतद, बांध,ाम तवभागाूा ,कणिीही खकटी मातहिी क,वा दल य,ासमवलि िसलच

पत्रव्यवहाराि खकटी / बदावट सातहत्य खरल दीची ,ागदपत्रल सादर ,लूी असल्यासम मी भारिीय

दं डसंतहिा अंिगमि ,ायदल शीर ,ायमवाहीस पात्र राहीद.

2. जर ,ंत्राट ,ाूावधीदरम्याद आतण ,ाम समाप्िी दंिर, अंतिम दल य, दल ण्याच्या

िारखलपयंि सादर ,लूलूल ,कणिलही ,ागदपत्रल खकटी / बदावट क,वा फसवी आढळल्यास, मी

भारिीय दं डसंतहिा अंिगमि ,ायदल शीर ,ायमवाहीस पात्र राहीद.

3. जर ,ाम समाप्िीदंिर दकर्ष दातयत्व ,ाूावधी दरम्याद क,वा त्यादंिर ,कणत्याही

वलळी, ,कणिीही मातहिी क,वा ,ागदपत्रल खकटी/बदावट, फसवी क,वा तदशाभू ,रणारी

आढळल्यास, मी भारिीय दं डसंतहिा अंिगमि ,ायदल शीर ,ायमवाहीस पात्र राहीद.

कंत्राटदािाची सही/रिक्का

पृष्ट्ि 6 पैकी 4
“º»œà»£º¦}àj
  

Tenderer No of Corrections Chief Officer


“º»œà»£º¦}à–ºà

Tenderer No of Corrections Chief Officer

You might also like