Professional Documents
Culture Documents
Providing Consultancy Services For Waste Water Analysis
Providing Consultancy Services For Waste Water Analysis
Providing Consultancy Services For Waste Water Analysis
Department, Gandhinagar
Tender
For
Providing consultancy services for carrying out annual
treated/untreated domestic and Industrial waste water Analysis along
Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar Reservoir.
Superintending Engineer,
Gulf of Khambhat Development Project (W.R.),
Project Implementation Unit No. 1,
Plot No.1794, Panchashil Society, Sardarnagar,
Bhavnagar, Gujarat – 364 001
August 2022
Page 1 of 86
Table of Contents
1 Section 1- Tender Notice and Request for Proposal Letter/ Letter of
Invitation (LOI) ................................................................................................................. 7
2.3.4 Tests shall be carried out at NABL approved laboratory and testing of the
collected samples as per the relevant IS standard. .......................................... 20
2.3.5 Preparation of prototype design, drawing and estimation for the proposed
infrastructure facilities (CETP/STP) etc. ........................................................... 20
3.1 Definitions......................................................................................................... 22
3.2 Introduction....................................................................................................... 23
Page 2 of 86
3.10 Preparation of Proposal ............................................................................. 28
4.1 General:............................................................................................................ 32
4.2.7 Contract Period and additional payment for extended period .................... 35
4.2.10 Initial security deposit for due performance of contract as per below, .... 37
5.3.4 Tests shall be carried out at NABL approved laboratory and testing of the
collected samples as per the relevant IS standard. .......................................... 45
5.3.5 Preparation of prototype design, drawing and estimation for the proposed
infrastructure facilities (CETP/STP/other) etc. .................................................. 47
5.4 Deliverables:..................................................................................................... 51
6.1.5 Headings.................................................................................................... 55
Page 4 of 86
6.2.3 Expiration of Contract ................................................................................ 57
6.5.3 Change in the Applicable Law Related to Taxes and Duties ..................... 65
Page 6 of 86
1 Section 1- Tender Notice and Request for Proposal Letter/
Letter of Invitation (LOI)
1. 2. 3. 4. 5. 6.
1 “Providing consultancy 36,63,793.80/- 36,700/- 1500/- 12 months
services for carrying out
annual treated/untreated
domestic and Industrial waste
water Analysis along
Sabarmati, Mahi, Dhadhar
rivers flowing to Kalpasar
reservoir.”
Page 7 of 86
Online/Physical verification of Tender 29/08/2022 at 12.00 Hrs. (If possible) in
(iv)
Fee, EMD & other documents. the office of the Superintending Engineer,
Project Implementation Unit-1, Bhavnagar.
Online opening of Financial Bid of Price Bid opening schedule will be
(v)
qualified bidders only. intimated to qualified bidders after approval
of preliminary stage.
3.2 All bids should be digitally signed, for details regarding digital signature certificate
and related training involved the below mentioned address should be contacted:
(n)Code solutions
A division of GNFC
301, GNFC Info tower, Bodakdev,
Ahmedabad-380054
(India)Tel:+9126857316/17/18
Fax:+917926857321
Email:nprocure@gnvfc.netMobile:
9327084190,9898589652
3.3 Bidders who already have a valid Digital certificate need not procure a new Digital
certificate.
4.0 Online Submission of Bid.
4.1 Bidders can prepare &edit their offers number of times before tender submission
date & time. After tender submission date & time, bidder cannot edit their submitted
offer in any case. Now written or online requesting this regard shall be granted.
4.2 Tenderer shall submit their price bid in Electronic format on above mentioned
website & Date shown above after Digitally signing the same.
4.3. Offers submitted without digitally signed will not be accepted.
4.4 Price bid in physical form will not be accepted in any case.
5.0 Submission of Tender Fees, Bid Security and other valid Documents:
Page 8 of 86
5.1 Tender Fee: Rs.1500/- (Rupees One Thousand Five Hundred only) by Demand
Draft in favour of "Executive Engineer, Gulf of Khambhat Development Project,
Project Implementation Unit No.1”, payable at Bhavnagar from any
Nationalized/Scheduled Bank except Co-operative Bank. Demand draft issued after
the last date of submission of Bids will not be considered or accepted. The Tender
Fee Exemption certificate will not be accepted.
5.2 EMD: Rs.36,700/- (Rupees Thirty Six Thousand Seven Hundred only) in the
form of FDR in favour of "Executive Engineer, Gulf of Khambhat Development
Project, Project Implementation Unit No.1” from any Nationalized/Scheduled
Bank except Co-operative Bank. The EMD less than 180 Days validity will not be
accepted and the offer will not be considered. The EMD Exemption certificate
will not be accepted. FDR issued after the last date of submission of tender will not
be considered as valid or accepted in any case.
5.3 Other valid Documents required to be submitted by scanning:
Page 9 of 86
(n) Code solutions
A division of GNFC
301, GNFC Info tower, Bodakdev, Ahmedabad-380054(India)
Tel:+9126857316/17/18 Fax:+917926857321 Email:nprocure@gnvfc.net
Mobile:9327084190, 9898589652
8.2 The fees for online tender document will not be refunded under any circumstances.
8.3 EMD in the form specified in tender document shall only be accepted.
8.4 Tenders without valid Tender document, fees, Earnest Money Deposit (EMD) and
which do not fulfill all or any of the condition or submitted incomplete in any respect
will be rejected.
8.5 Conditional tender shall not be accepted.
8.7 The tenderers are advised to read carefully the "Instruction for Tenderer" and
"Eligibility Criteria" contained in the tender documents.
8.8 The Internet site address for E-Tender is http://nwr.nprocure.com and that of
corporate website is www.nprocure.com
8.9 Free training camp for bidders will be organized on every Saturday between 4.00 to
6.00 P.M. at (n) Code solutions, A division of GNFC, 301, GNFC Info tower,
Bodakdev, Ahmedabad-380054(India). Bidders are requested to take benefit of the
same.
8.10 The NARMADA, WATER RESOURCES, WATER SUPPLY & KALPASAR
DEPARTMENT reserves the Rights to reject any or all tenders without assigning any
reason thereof.
Executive Engineer
Gulf of Khambhat Development Project
Project Implementation Unit No.1
Bhavnagar
Page 10 of 86
1.1 Request for Proposal Letter /Letter of Invitation (LOI)
NAME OF ASSIGNMENT:
Selection and Appointment of agency for Providing consultancy services for carrying out annual
treated/untreated domestic and Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar
rivers flowing to Kalpasar reservoir
The applicant consultant should have Schedule I Environmental Auditor Accreditation certificate
from GPCB OR NABET (QCI) Accredited EIA Consultant Organizations can participate for this
BID. The applicant can be a Company, Consultancy Institute or any other providing consultancy
services consultant shall have its office in India. No joint venture will be permitted.
This is a National Bidding Process for Appointment Process comprising of (a) Pre-requisite and
(b) Financial Bid.
The Narmada, Water Resources, Water Supply & Kalpasar Department, Government of Gujarat
invite tender for Providing consultancy services for carrying out annual treated/untreated
domestic and Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar rivers flowing to
Kalpasar reservoir
Page 11 of 86
1.2 The Timeline for online Tender Process is as under:
1 Date of uploading of the 01st August 2022 Notice Can be viewed on the
tender Document on e-tender “Tenders” link of GOG’s
websitehttps://www.nprocure.co Website www.statetenders.com.
m: Tender documents can be
downloaded from
https://www.nprocure.com
2 Last date of downloading 17th August 2022 up to 18.00
of Tender Document Hrs.
The issue of the tender does not imply that NWRWS&K DEPARTMENT is bound to select and
pre-qualify Bids for any Bid Stage or to appoint the selected Bidder as the case may be, for the
project and NWRWS&K DEPARTMENT reserves exclusive right to reject all or any of the Bids
without assigning any reasons whatsoever.
NWRWS&K DEPARTMENT reserves its absolute and unquestionable power and authority to
make changes in the tender as may be required before the last date of submission of the
Financial Bid.
Page 12 of 86
The Applicant Consultants may contact the following official for any further information /
clarification on the tender document.
- Executive Engineer Gulf of Khambhat Development Project (W.R.), Project
Implementation Unit-1, Plot No.1794, Panchashil Society, Sardarnagar, Bhavnagar – 364
001, Phone No: 0278-2563594.
Bidders who wish to participate in this Tender will have to register on https://www.nprocure.com.
Further Bidders who wish to participate in online Tenders will have to procure Digital Certificate
as per Information Technology Act 2000 using which they can sign their electronic Bids. Bidders
can procure the same from GNFC, Ahmedabad, who are licensed certifying authority by Govt. of
India and they will assist them in procuring the same at below mentioned address. Bidders who
already have a valid Digital Certificate need not procure a new Digital Certificate.
In case Bidder needs any clarification or if training is required for participating in online
Tendering, they can contact the following office.
Page 13 of 86
1.3 Details to be furnished along with application
A- Pre-Requisite documents/Preliminary stage (Online and Physical)
1. Bid Submission letter
2. Latest Income Tax return, PAN and Income Tax ward where assessed and GST
No.
3. Company Registration Certificate
4. Power of Attorney and undertaking as per clause 4.1.6
5. Tender fee
6. Bid Security (Earnest Money Deposit)
7. Form showing details of tender fee and Bid Security
8. Certificate of experience having cost of Rs.14.65 lacs for the work of domestic or
Industrial waste water Analysis of similar work under single work order in last five
financial years.
9. The consultant should have a minimum annual turnover in the form of
consultancy fees of Rs.36.64 lacs in any one of the last five financial years i.e.
2017-18 to 2021-22.
10. Schedule I Environmental Auditor Accreditation certificate from GPCB OR
NABET (QCI) Accredited EIA Consultant Organizations
11. Annexure II, III, IV.
Page 14 of 86
DISCLAIMER
1. Narmada, Water Resource, Water Supply & Kalpasar Department (hereinafter referred to
as NWRWS&K DEPARTMENT) has issued the tender for selection and appointment of
agency for Providing consultancy services for carrying out annual treated/untreated
domestic and Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar rivers
flowing to Kalpasar reservoir. on such terms and conditions as set out in the TENDER
document, including but not limited to the requirements set out in different parts of the
TENDER document.
2. The TENDER has been prepared with an intention to invite prospective
Applicants/Bidders/Consultants and to assist them in making their decision regarding
submission of proposal. It is hereby clarified that the TENDER is not an agreement and
the purpose of the TENDER is to provide the bidder(s) with information to assist them in
the formulation of their proposals. The TENDER document does not purport to contain all
the information bidders may require. The TENDER is for the limited purpose of getting
financial bid for the assignment mentioned in Para-1 herein above. NWRWS&K
DEPARTMENT is in no way responsible for financial situation and particular needs of
each bidder for participating in this bidding process.
3. NWRWS&K DEPARTMENT has taken due care in preparation of information contained
herein. However, this information is not exhaustive. Interested parties are required to
make their own inquiries and parties will be required to confirm in writing that they have
done so and they do not solely rely on the information contained in the TENDER in
submitting their Proposal. The TENDER includes statements, which reflect various
assumptions and assessments arrived at by NWRWS&K DEPARTMENT in relation to
the Project. Such assumptions, assessments and statements do not purport to contain all
the information that each Bidder may require.
4. The TENDER is not an agreement by and between NWRWS&K DEPARTMENT and the
prospective bidders or any other person. The information contained in the TENDER is
non–binding on NWRWS&K DEPARTMENT, any of its authorities or agencies, or any of
their respective officers, employees, agents, or advisors. NWRWS&K DEPARTMENT
makes no representation or warranty and shall incur no liability under any law as to the
accuracy, reliability or completeness of the information contained in the TENDER
document. Each Bidder shall consider the TENDER document as per his understanding
and capacity. The bidders shall undertake appropriate examination, enquiry and scrutiny
of all aspects mentioned in the TENDER document before bidding. Bidders shall also go
through the TENDER document in detail and bring to notice of NWRWS&K
DEPARTMENT any kind of error, misprint, inaccuracies, or omission in the document.
NWRWS&K DEPARTMENT reserves the right not to proceed with the project, to alter
the timetable reflected in this document, and to change the process or procedure
Page 15 of 86
mentioned in the TENDER in larger public interest. NWRWS&K DEPARTMENT also
reserves the right to decline to discuss the Project with any party submitting a proposal.
5. Persons / entities / Bidders / Applicants / Consultants / Agencies submitting this Proposal
shall not be entitled for any type of reimbursement from NWRWS&K DEPARTMENT.
The Bidder shall bear all costs arising from, associated with or relating to the preparation
and submission of its Bid including but not limited to preparation, copying, postage,
delivery fees, expenses associated with any demonstrations or presentations which may
be required by NWRWS&K DEPARTMENT or any other costs incurred in connection
with or relating to its Bid.
6. The issue of the TENDER does not imply that NWRWS&K DEPARTMENTs bound to
select Bids for any Bid Stage or to appoint the selected Bidder as the case may be, for
the project and NWRWS&K DEPARTMENT reserves exclusive right to reject all or any of
the Bids without assigning any reasons whatsoever.
7. NWRWS&K DEPARTMENT may, in its absolute discretion but without being under any
obligation to do so, update, amend or supplement the information, assessment or
assumptions contained in the TENDER.
8. NWRWS&K DEPARTMENT, its employees and advisors make no representation or
warranty and shall have no liability (for any cost, damage, loss or expense which may
arise from or is incurred or suffered on account of anything contained in this TENDER or
otherwise, including but not limited to the accuracy, adequacy, correctness,
completeness or reliability of the TENDER and any assessment, assumption, statement
or information contained therein or deemed to be part of this TENDER or arising in any
way with eligibility of Bidder for participation in the Bidding Process) towards any
Applicant or Bidder or a third person, under any law, statute, rule, regulation or tort law,
principles of restitution or unjust enrichment or otherwise.
9. NWRWS&K DEPARTMENT also accepts no liability of any nature whether resulting from
negligence or otherwise howsoever caused arising from reliance of any Bidder upon the
statement contained in this TENDER.
10. Interested parties, after careful review of all the clauses of the ‘TENDER, are encouraged
to send their suggestions in writing to NWRWS&K DEPARTMENT on E-mail : ee-piu1-
bvn@gujarat.gov.in such suggestions, after review by NWRWS&K DEPARTMENT,
may be incorporated into this ‘tender’.
11. The submitted bid/drawings/concepts/IPR/patents/clarifications etc. shall be exclusive
property of NWRWS&K DEPARTMENT once submitted. The same shall be retained by
NWRWS&K DEPARTMENT and shall be produced by NWRWS&K DEPARTMENT for
any deemed use for implementation of project in larger public interest. The Bidder shall
have no right or claim on the submitted drawings / documents/ models/ presentations /
walkthrough etc. soft and hard copies and bidder shall not seek any compensation for
Page 16 of 86
any information submitted by bidder to be used by NWRWS&K DEPARTMENT. The
submission by Bidder empowers NWRWS&K DEPARTMENT to retain and use
information at NWRWS&K DEPARTMENT’s discretion multiple times in multiple forums
in multiple formats.
Page 17 of 86
2 Section 2: Project Description & Work Components
2.1 General Description of the Project:
The Saurashtra region of Gujarat has been experiencing severe droughts from few decades
due to reduction in ground water table and scarcity of fresh water. To meet the fresh water
demand for drinking and irrigation, the Government of Gujarat (GoG) proposes an ambitious
project called Kalpasar which involves constructing a dam across the Gulf of Khambhat and
to create a fresh water reservoir by storing the run-off of 7,807 million cubic meter water
from rivers namely, Sabarmati, Mahi, Dhadhar, Narmada via Narmada diversion canal
(NDC) and other Saurashtra rivers on upstream side of the dam.
The Kalpasar project, known as the Gulf of Khambhat Development Project, involves the
construction of around 60 km long dam across the Gulf connecting Bhavnagar and Dahej,
road and railway lines over the dam to reduce the distance between Saurashtra and
Bharuch, generation of power required for the pumping of water to Saurashtra region
through renewable energy resources by setting up of wind power project. This multipurpose
project will also create a large fresh water lake by harnessing the excess waters of the
Narmada through Narmada Diversion Canal.
Page 18 of 86
2.2 Objectives of the Study:
Kalpasar department proposes to Providing consultancy services for Providing consultancy
services for carrying out annual treated/untreated domestic and Industrial waste water
Analysis along Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar reservoir. The objective
of the work is to understand the water quality of rivers flowing to kalpasar reservoir.
Page 19 of 86
2.3.2 Collection, packing, handling water/waste water sample.
Collection, packing, handling water/waste water sample to the CONSULTANT’s NABL
accredited laboratory. Each sample shall be labeled properly with location of site and date of
sample collection.
2.3.4 Tests shall be carried out at NABL approved laboratory and testing of
the collected samples as per the relevant IS standard.
Tests shall be carried out at NABL approved laboratory and all the laboratory tests shall be
conducted as per relevant IS Codes as specified. Analysis of laboratory test results and
recommendations for each of the samples and submit remedial measures for polluted
location in a draft report which shall be finalized after approval of the Department.
Page 20 of 86
etc. shall be covered in the technical report and all location should be Marked on GIS data
base and prepare Map for the same. Report should include proposed prototype design,
drawing, estimation for the required Infrastructure facilities for prevention of pollution in
respective polluted sources.
All the above chapters/individual reports shall first be submitted as Draft reports to the
engineer-In-Charge. The engineer-In-Charge shall process the same and shall get approval
from the Government. The Government may suggest/modifications /corrections/additions
etc. which the Consultant shall comply and the final reports shall be submitted. After
finalization of the individual reports the Consultant shall prepare Consolidated Report
covering all the aspects and individual reports finalized. The Consultant shall submit six hard
copies and one soft copy of the Consolidated Report to the EIC.
Page 21 of 86
3 Section 3: Instructions to the Bidders:
3.1 Definitions
a) “NWRWS&KD” and “NWRWS & K DEPARTMENT” means Narmada, Water
Resources, Water Supply & Kalpasar Department of the Government of Gujarat
represent by the Secretary (Kalpasar) for the purpose of implementing the Project.
b) “Consultant” means any entity or person that may provide or provides Services to the
NWRWS & K DEPARTMENT for the Kalpasar project described under Section 2.
c) “Tender Contract” means the Contract signed by the Authorized Representatives of
the NWRWS & K DEPARTMENT and consultant to which the Scope of Work, Terms
of Reference, General Conditions (GC) and Special Conditions are made a part of it.
d) “Engineer in charge” means the Executive Engineer, Project Implementation Unit
No.1, shall be the Engineer-in-charge for administration and management of the
contract.
e) “Data Sheet” means such part of the Instructions to Bidders used to reflect specific
assignment conditions.
f) “Day” means calendar day.
g) “Government” means the Government of Gujarat, India.
h) “Instructions to Bidders” (Section 3 of the TENDER) means the document which
provides Consultants with all information needed to prepare their Proposals.
i) “LOI” (Section 1 of the TENDER) means the Letter of Invitation made a part of the
Request for Proposal Document uploaded by the NWRWS & K DEPARTMENT on
the e-tender website.
j) “Personnel” means professionals and support staff provided by the Consultant or by
any Sub-Consultant and assigned to perform the Services or any part thereof;
“Foreign Personnel” means such professionals and support staff who at the time of
being so provided had their domicile outside the beneficiary’s country; “Local
Personnel” means such professionals and support staff who at the time of being so
provided had their domicile inside the beneficiary’s country. (Over and above key
personnel, supportive field staff required for timely completion of the project shall be
deployed.)
k) “Proposal” means the Financial Proposal.
l) “Services” means Carrying out annual treated/untreated domestic and Industrial
waste water Analysis along rivers flowing to Kalpasar reservoir.
m) “Sub-Consultant” means any person or entity with whom the Consultant subcontracts
any part of the Services.
n) “Terms of Reference” (TOR) means the document included in the TENDER as
Page 22 of 86
Section 5 which explains the objectives, scope of work, activities, tasks to be
performed, respective responsibilities of the NWRWS & K DEPARTMENT and the
Consultant, and expected results and deliverables of the assignment
o) In case of any typographical error in this TENDER, the decision of Engineer-in-
charge will be final & binding to the Consultant.
3.2 Introduction
a) NWRWS & K DEPARTMENT will select a consulting company/organization (the
consultant) among those who submit their proposals in response to the Letter of
Invitation, in accordance with the method of selection specified in the Data Sheet.
b) The consultants are invited to submit a Financial Proposal, as specified in the Data
Sheet for consulting services required for the assignment named in the Data Sheet.
The proposal will be the basis for contract negotiations and ultimately for a signed
contract with the selected consultant.
c) Consultants should familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first-hand information on the
assignment and local conditions, Consultants are encouraged to visit the site of the
Kalpasar Project and also office of the Superintending Engineer, Project
Implementation Unit No. 1, Gulf of Khambhat Development Project (W.R.), Plot. No.
1794, Panchshil Society, Sardarnagar, Bhavnagar, Gujarat – 364 001. before
submitting a proposal. Consultants should contact the NWRWS & K DEPARTMENT
officials named in the Data Sheet to arrange for their visit. Consultants should ensure
that these officials are advised of the visit in adequate time to allow them to make
appropriate arrangements.
d) NWRWS & K DEPARTMENT will timely provide at no cost to the Consultants the
inputs and facilities specified in the Data Sheet, assist the firm in obtaining licenses
and permits needed to carry out the services, and make available relevant project
data and reports
e) Consultants shall bear all costs associated with the preparation and submission of
their proposals and contract negotiation. The NWRWS & K DEPARTMENT is not
bound to accept any proposal, and reserves the right to annul the selection process
at any time prior to Contract award, without thereby incurring any liability to the
Consultants
Page 23 of 86
3.3 Conflict of Interest
a) NWRWS & K DEPARTMENT policy requires that Consultants have to provide
professional, objective, and impartial advice and at all times hold the NWRWS & K
DEPARTMENT’s interests paramount, strictly avoid conflicts with other assignments
or their own corporate interests and act without any consideration for future work
b) Without limitation on the generality of the foregoing, Consultants, Agencies and any
of their affiliates, shall be considered to have a conflict of interest and shall not be
appointed, under any of the circumstances set forth below
1) As aforesaid The Consultancy / Companies who have provided services or
Presently providing services of preparation of TENDER- only will consider in
conflict of interest. The bid submitted by such Consultancy / Companies shall not
be processed and out rightly rejected.
2) A Consultant (including its Personnel) or any of its affiliates shall not be hired
for any assignment that, by its nature, may be in conflict with another
assignment of the Consultant for the same or for another Client.
3) The Consultant shall have to comply with following contractual obligations.
a) The Consultant shall not deploy professionals who are retired
employees / persons of NWRWS & K DEPARTMENT including its
public sector undertakings / companies for Providing Consultancy
Services for Providing consultancy services for carrying out annual
treated/untreated domestic and Industrial waste water Analysis along
Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar reservoir. under
this Contract. In case if the Consultant intends to deploy professional,
who are retired employee / persons of NWRWS & K DEPARTMENT
for this assignment, he shall have to obtain specific written approval
from the NWRWS & K DEPARTMENT. Such persons proposed for
deployment should meet with the qualification and experience criteria
as contained in the Terms of Reference.
b) Use its best efforts not to assign any Personnel to the Contract who
are relatives of current NWRWS & K DEPARTMENT staff, and in the
event that the NWRWS & K DEPARTMENT or Consultant discovers
that any Personnel is a close relative of a current NWRWS & K
DEPARTMENT staff member, to promptly replace the said Personnel
at no cost to the NWRWS & K DEPARTMENT with an individual
having equivalent skills. For purposes of this clause, a relative is
defined as (including those related by adoption and/or step or half
Page 24 of 86
relationships): Mother, Father, Sister, Brother, Son, Daughter, Aunt,
Uncle, Niece and Nephew; etc.
c) Confirm, at the time of signing the Contract, that the Consultant is not
knowingly advising any “outside party,” defined to mean an individual
or company (A) with which the NWRWS & K DEPARTMENT is
engaged in a formal dispute (i.e., The outside Party is suing or has
been sued by the NWRWS & K DEPARTMENT), (B) who is being
investigated by the NWRWS & K DEPARTMENT for fraud or
corruption, or is ineligible to be awarded a NWRWS & K
DEPARTMENT - financed contract because of fraud or corruption, or
(C) whose complaint against a procurement decision is under review
by the NWRWS & K DEPARTMENT.
c) Consultants have an obligation to disclose any situation of actual or potential conflict
that impacts their capacity to serve the best interest of the NWRWS &K
DEPARTMENT, or that may reasonably be perceived as having this effect. Failure to
disclose said situations may lead to the disqualification of the Consultant or the
termination of its Contract.
d) No agency or current employees of NWRWS & K DEPARTMENT shall be deployed
as professionals for providing services for this assignment. Recruiting former
government employees / persons or retired officers of NWRWS & K DEPARTMENT
shall be subject to specific written approval to be obtained by the Consultant from the
NWRWS & K DEPARTMENT provided no conflict of interest exists. When the
Consultant nominates any government employee as Personnel in their technical
proposal, such Personnel must have written certification from their government or
employer confirming that they are on leave without pay from their official position and
allowed to work full-time outside of their previous official position. Such certification
shall be provided to the NWRWS & K DEPARTMENT by the Consultant as part of his
technical proposal.
e) If a Consultant could derive a competitive advantage from having provided consulting
services related to the assignment in question, the NWRWS & K DEPARTMENT
shall make available to all the Consultants together with this TENDER all information
that would in that respect give such Consultant any competitive advantage over
competing Consultants.
Page 25 of 86
during the selection process and throughout the execution of a contract. In
pursuance of this policy, the NWRWS & K DEPARTMENT.
1) Defines, for the purpose of this paragraph, the terms set forth below as
follows
a) “corrupt practice” means the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the action of
NWRWS & K DEPARTMENT official in the selection process or in
contract execution.
b) “fraudulent practice” means a misrepresentation or omission of facts in
order to influence a selection process or the execution of a contract
c) “collusive practices” means a scheme or arrangement between two or
more consultants with or without the knowledge of the NWRWS & K
DEPARTMENT, designed to establish prices at artificial,
noncompetitive levels.
d) “coercive practices” means harming or threatening to harm, directly or
indirectly, persons or their property to influence their participation in a
procurement process, or affect the execution of a contract.
2) Department will reject a proposal for award if it determines that the Consultant
recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for the
contract in question.
3) Department will terminate the contract if it determines at any time that
representatives of the consultant were engaged in corrupt, fraudulent,
collusive or coercive practices during the selection process or the execution
of the contract.
4) Department will sanction a Consultant, including declaring the Consultant
ineligible, either indefinitely or for a stated period of time, to be awarded a
NWRWS & K DEPARTMENT contract if at any time determines that the
Consultant has, directly or through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing or in executing a NWRWS & K
DEPARTMENT contract.
5) Department will have the right to require that, in contracts financed by the
NWRWS & K DEPARTMENT, a provision be included requiring Consultants
to permit the NWRWS & K DEPARTMENT to inspect their accounts and
records and other documents relating to the submission of proposals and
contract performance, and have them audited by auditors appointed by the
NWRWS & K DEPARTMENT.
Page 26 of 86
b) No Consultant, its Sub-Consultant(s), or associate(s) shall be under a declaration of
ineligibility for corrupt and fraudulent practices issued by the NWRWS & K
DEPARTMENT in accordance with the above Para- a). Furthermore, the Consultants
shall be aware of the provisions on fraud and corruption stated in the specific clauses
in the General Conditions of Contract.
c) Consultants shall furnish information on commissions and gratuities, if any, paid or to
be paid to agents relating to this proposal and during execution of the assignment if
the Consultant is awarded the Contract, as requested in the Financial Proposal
submission form.
Page 27 of 86
3.8 Office Visit & Verification of Information
Consultants who desire to participate in this bid process, can visit the office and site with a
in view to understand and appreciate the facilities, challenges prior to submitting their bid at
their own cost and risk. They may also visit or email to the office of the Superintending
Engineer named in the Data Sheet to verify the Project Information, Scope of Work etc.
b) Consultants who desire to get clarification on any of the provisions of the TENDER
document shall have to request for such clarifications. Any request for clarification
must be sent in writing or by standard electronic means to the NWRWS & K
DEPARTMENT’s address indicated in the Data Sheet. The NWRWS & K
DEPARTMENT will respond in writing, or by standard electronic means and will send
written copies of the response (including an explanation of the query but without
identifying the source of inquiry) to all Consultants who have contacted the
department and shown the interest in bidding and submitted their contact details.
Should the NWRWS & K DEPARTMENT deem it necessary to amend the TENDER
as a result of a clarification, it shall do so following the procedure under Para 6.2.5.
While preparing the Technical Proposal, consultants must give particular attention to the
following
Page 28 of 86
3.11 Financial Proposal
The consultant has to submit the financial proposal as per attached Form Fin-1 & Fin-2
online only.
3.12 Taxes
The Consultant may be subject to taxes and duties as per the prevalent Tax Laws within
India and the State of Gujarat. Goods & Services Tax (GST), as per the Government of
India Notification of July 2017 shall be shown separately under the Price Bid. GST as per
the rates declared by the GST Council from time to time as may be applicable to the Work
shall only be reimbursed separately by the NWRWS & K DEPARTMENT against
documentary evidence of applicability and payment. The applicant consultant shall have to
provide its GST Registration Number. All other applicable taxes and duties shall be included
in the lump sum consultancy fee that may be offered by the applicant consultant under its
price bid.
Consultants may express the price of their services in Indian Rupees Only.
NWRWS & K DEPARTMENT shall not allow payment of any commissions and gratuities
under this work While submitting the Financial Proposal, the Applicant Consultant shall
ensure the following:
All the costs associated with the assignment shall be included in the Financial Proposal.
These shall normally cover remuneration for all the Personnel (Expatriate and Resident, in
the field, home office etc.), accommodation, air fare, equipment, printing of documents,
surveys, lab testing etc. including each activity which is required to complete within detailed
scope of work.
The total amount indicated in the Financial Proposal shall be without any condition attached
or subject to any assumption, and shall be final and binding.
The Financial Proposal shall consider all expenses and tax liabilities including GST.
As aforesaid, Goods & Service Tax as applicable to the Consultancy Organization as per
Government of India rules and regulations. GST shall be paid by the Consultant.
Further, all payments shall be subject to deduction of taxes at source as per Applicable
Laws. Costs (including break down of costs) shall be expressed in INR.
Page 29 of 86
3.13 Submission, receipt and opening of proposals
An authorized representative of the applicant consultants shall initial all pages of the
physical copy of the pre-requisite document. Financial Proposals is not to be submitted in
physical copy. The authorization shall be in the form of a written power of attorney
accompanying the Proposal or in any other form demonstrating that the representative has
been dully authorized to sign.
The pre-requisite shall be uploaded on the e-tender website and one physical copy will also
be submitted to the address given in the tender. The physical copy of the documents shall
be marked as “Copy of pre-requisite document”. If there are discrepancies between the
uploaded document and physically submitted document the uploaded pre-requisite
documents shall govern.
The Financial Proposal in the prescribed format contained in the tender shall be uploaded
on the e-tender website (i.e. electronic format only). Financial proposal shall not be
submitted in physical form. Any proposal received in physical form shall be outright rejected
and shall not be considered for further evaluation at all.
The applicant consultant shall submit tender fee, EMD, company registration GST no,
certificates of experience in treated/untreated domestic and Industrial waste water Analysis
etc. as listed as prerequisite in one sealed cover, clearly stating the same on cover, and
submitted at the address mentioned before due date. The N.W.R.W.S.& K. DEPARTMENT
shall open the cover named pre-requisites, like tender fee and EMD, the same along with
required documents shall be verified (physically) followed by verification as per timeline of
the tender process. After verification of pre-requisites, the consultants who fulfils the
preliminary stage criteria. the list of consultants will be short listed and only their
Financial Proposal shall be opened online.
From the time the Proposals are opened to the time the Contract is awarded, the
Consultants should not contact the N.W.R.W.S.& K. DEPARTMENT on any matter related
to its Financial Proposal. Any effort by consultants to influence the N.W.R.W.S.& K.
DEPARTMENT in the examination, evaluation, ranking of Proposals, and recommendation
for award of Contract may result in the rejection of the Consultants Proposal.
Page 30 of 86
who choose to attend. The name of the Bidders and the total financial offer of the bidders
shall be read aloud and the total prices shall be recorded.
The Client will correct any computational errors. When correcting computational errors, in
case of discrepancy between a partial amount and the total amount or between word and
figures the former will prevail. The lowest bid shall be selected and lowest bidder shall be
invited for negotiation, if required.
3.15 Negotiations
Negotiations will be held at the date and address indicated in the Data Sheet for selected
bidder. The invited Consultant will as a pre-requisite for attendance at the negotiations.
Failure in satisfying such requirements may result in the NWRWS & K DEPARTMENT
proceeding to negotiate with the next-ranked Consultant. Representatives conducting
negotiations on behalf of the Consultant must have written authority to negotiate and
conclude a Contract. During such negotiations, the proposed Team Leader shall have to
remain present and confirm to the Authority that they will provide their services for the
assignment.
Negotiations will conclude with a review of the draft Contract. To complete negotiations the
NWRWS & K DEPARTMENT and the Consultant will initiate the agreed Contract. If
negotiations fail, the NWRWS & K DEPARTMENT will invite the next-ranked Consultant to
negotiate a contract.
3.17 Confidentiality
Information relating to evaluation of Proposals and recommendations concerning awards
shall not be disclosed to the Consultants who submitted the Proposals or to other persons
not officially concerned with the process, until the winning Consultant been notified.
Page 31 of 86
4 Section 4: Bid Data Sheet
4.1 General:
4.1.1 Name of the Assignment:
This TENDER is for “Providing consultancy services for carrying out annual
treated/untreated domestic and Industrial waste water Analysis along Sabarmati, Mahi,
Dhadhar rivers flowing to Kalpasar reservoir” in the State of Gujarat.
Page 32 of 86
The Executive Engineer, Project Implementation Unit No.1, Bhavnagar shall be the
Engineer-in-charge for administration and management of this contract.
4.1.6 Undertaking:
The Applicant Consultant shall submit duly notarized undertaking along with pre-requisite
document stating that the bidder is not debarred / blacklisted by the Government of India /
Indian State Governments / Public Sector Undertakings in the last five financial years
(between the year 2017-18 to 2021-22). In case if the bidder was debarred / blacklisted, the
details thereof shall be provided as a part of the undertaking.
Page 33 of 86
4.2.4 Details and documents to be submitted:
A- Bid Submission letter
B- Copy of Latest Income Tax return, PAN and Income Tax ward where assessed and GST
no.
C- Copy of Company Registration Certificate
D- Power of Attorney and undertaking as per clause 4.1.6.
E- Tender fee- Bidder shall pay tender fee Rs 1500 (Rs. One Thousand Five Hundred only)
in form of Account payee Demand Draft payable at Bhavnagar drawn on any
Nationalized/Scheduled bank in favour of “Executive Engineer, Gulf of Khambhat
Development Project, Project Implementation Unit-1, Bhavnagar”. Demand draft issued
after the last date of submission of Bids will not be considered or accepted. The tender fee
shall not be refunded in any case.
F- Bid Security (Earnest Money Deposit)-Rs. 36,700/- (Rs. Thirty Six Thousand Seven
Hundred only) with validity of 180 days as required under Para 4.2.8 of this section. EMD
shall be in favour of “Executive Engineer, Gulf of Khambhat Development Project,
Project Implementation Unit-1, Bhavnagar”.
G- Form showing details of tender fee and Bid Security.
H-Certificate of experience having cost of Rs.14.65 lacs for the work of domestic and
Industrial waste water Analysis of similar work under single work order in last five financial
years.
I-The consultant should have a minimum annual turnover in the form of consultancy fees of
Rs. 36.64 lacs in any one of the last five financial years i.e. 2017-18 to 2021-22.
J- Schedule-I Environmental Auditor Accreditation certificate from GPCB OR NABET (QCI)
Accredited EIA Consultant Organizations
K-Annexure II, III, IV
The Bidder shall have to submit above documents (A to K) online as well as physically.
Bidders will have to submit original DD of tender fee, FDR for EMD & other document in one
sealed envelope along with its xerox copies. The physical submission shall be made by
RPAD/Speed post/courier to reach the office of the Superintending Engineer, Project
Implementation Unit-1, Plot No.1794, Panchashil Society, Sardarnagar, Bhavnagar-364001
up to specified date & time. The Physical submission received after the specified date & time
shall not be accepted.
Page 34 of 86
Form FIN-1. Financial Proposal Submission Form
Form FIN-2. Bill of quantity (BOQ)
Page 35 of 86
responsive.
iii. The Earnest Money Deposit will be returned promptly to the unsuccessful bidders
except first three highest ranked bids. The Earnest Money Deposit will be returned to
the first three highest ranked bidders after the successful bidder furnishes Security
Deposit for performance and duly enters into the contract.
The proposal without submission of Earnest Money Deposit shall be rejected as
nonresponsive. If during the offer validity period, the bidder withdraws his Proposal, the
Earnest Money Deposit shall be forfeited and the bidder may be disqualified from tendering
for further works.
(1) Rs. 1,10,000.00/- (Rs. One Lacs Ten Thousand only) in the form of Small saving
Certificate/FDR/performance bond (Of any Nationalized Banks)/In form of Securities
of SSNNL, (2) 2.5% deduction from R.A. bills in such a way that the total security
Page 36 of 86
deposit value shall not be more than 5.5% of bid value quoted by bidder. However,
the initial security deposit (i.e. (1) will be the minimum-security deposit to be
furnished irrespective of contract value. The bidder whose bid is accepted (herein
after called “consultant” which expression shall unless excluded by or repugnant to
the context include his heirs, executors, administrators & assignees) within 10 (Ten)
days from the date of receipt of letter accepting his bid shall deposit.
4.2.10 Initial security deposit for due performance of contract as per below,
as per Sr. No. (1) of the table above in the form of Govt. securities like Small saving
Certificate/BG/FDR (Of any Nationalized Banks) / In form of Securities of SSNNL (of
Minimum One year time limit) including the Public Sector Bank-IDBI Bank / Rajkot Nagarik
Sahakari Bank Ltd. / The Mehsana Urban Co-Operative Bank Ltd / The Surat District Co-Op.
Bank/ The Ahmadabad Mercantile Co-operative Bank Ltd. / Nutan Nagarik Sahakari Bank
Ltd. / The Kalupur Commercial Co-operative Bank Ltd. / Saurastra Gramin Bank / Baroda
Gujarat Gramin Bank / RBL Bank / Karur Vysya Bank / AXIS Bank / ICICI Bank / HDFC
Bank / Kotak Mahindra Bank / IndusInd Bank / DCB Bank / FEDERAL Bank / National
Saving Certificate, duly pledged in the name of the Engineer – In – Charge.
In addition to the above initial Security Deposit, as per Sr. No. (2) of the table above, the
Engineer-in-Charge shall deduct from the intermediate bills i.e. the running account bills, an
amount at the rate of 2.5 % (Two & half Percent) of the total amount of each bills, as a
remaining Security Deposit subject to the condition that the total amount of such deductions
shall not exceed 5.5% (Five & half percent) of the bid value accepted and mentioned in the
letter of acceptance of the tender.
The remaining Security Deposit (SR NO (1)) of above table shall be released after one year
of completion of the work or approval of the same from concern authority, whichever is
earlier under the contract by Engineer-in-charge.
In case of termination of contract by NWRWS & K Department as per GC Clause 6.2.8, the
security deposit of the Consultant shall stand forfeited and be absolutely at the disposal of
the Narmada Water Resources Water Supply & Kalpasar Department.
Page 37 of 86
5 Section 5: Terms of Reference
5.1 Project
• NWRWS & K DEPARTMENT intends to appoint a consultant for “Providing
consultancy services for carrying out annual treated/untreated domestic and
Industrial waste water Analysis at tentative sampling points along rivers flowing to
Kalpasar reservoir” in the State of Gujarat - India.
• The Gulf of Khambhat Development Project (Kalpasar), visualizes a gigantic fresh
water lake to be created by closing the Gulf of Khambhat (in the Arabian sea) and
thereby harness the excess waters of Mahi, Sabarmati, Dhadhar and Narmada (via
NDC) rivers & east flowing rivers of Saurashtra, all of them, finally meeting in the Gulf
of Khambhat. Also, it is envisaged to divert Narmada river water to the proposed
Kalpasar reservoir by constructing barrage across river Narmada at village Bhadbhut,
District Bharuch, and constructing diversion canal from barrage to Kalpasar reservoir.
Gulf of Khambhat Development Project holds the potential to fulfill long term water
needs of Gujarat state.
• Gujarat state located in western part of India has 6% of land and 5% population of
the country. Gujarat is blessed with 2.38% of country's surface water resources.
Pattern of surface water availability within three different regions of the state is quite
skewed from water abundant to totally water scarce regions. The state has only 3
major perennial rivers and all of them are located in its southern part. For all these
perennial rivers, Gujarat is a terminal state. Rainfall varies from 350mm to 2000mm
which underlines state's dependence on dependable irrigation for agriculture. As a
result of over extraction, groundwater tables are falling steadily. Droughts have been
acute and frequent in recent years. The drought of the year 2000 was very severe in
the State. In all, a population of 25 million had been hit. Water in almost all the
reservoirs of Saurashtra, Kachchh and North Gujarat had dried up in the summer
months creating severe problem of drinking water supply for human and for cattle
consumption. All these underscores the pressing need for harnessing and importing
fresh water in drought prone regions to provide a permanent solution.
• The Gulf of Khambhat Development Project is a multi- purpose mega project
comprising the construction of a dam for a length about 30.0 km connecting Bharuch
District and Bhavnagar District on eastern and western coasts of Gulf of Khambhat
respectively. The Pre-feasibility Study for Kalpasar Project was completed in 1996-
1998 by M/s. Haskoning Consulting Engineers Pvt. Ltd., Netherlands. Thereafter, six
separate Specific Studies were carried out by the Government of Gujarat with the
Page 38 of 86
help of prominent International Experts and National Experts in October 1999,
various studies have been carried out thereafter for this project. Now, the
Government of Gujarat intends to prepare a Detailed Project Report (DPR) for the
Gulf of Khambhat Development Project for the whole Kalpasar project.
• Considering above, quantities mentioned in the Form Fin-2 are very tentative and
most likely to vary. The consultant should quote their rates for the above quantities.
The payment will be given as per actual quantity executed and the rates quoted by
the Consultant in the schedule. In this regard, no claims of any decrease / increase in
quantities up to 30% in any proportion will be entertained. And if quantities increase
more than 30%, decision of rate will be decided based on mutually agreed upon.
• The consultant shall identify complete path from origin point (such as villages for
domestic waste and industries for industrial effluent) of polluted discharge to the end,
discharge point, along river Sabarmati, Mahi, Dhadhar and tributaries/drain of these
rivers through which treated/untreated domestic and industrial effluent are being
discharged into the said rivers/tributaries and preliminary assessment of quantity of
Page 39 of 86
pollution discharge at river /tributary points and at all its sources along with
submission of preliminary survey report suggesting any additional sampling station
for approval from EIC. consultant shall carry out further collection and sampling work
for these approved points/locations.
• Treated/untreated domestic discharge and industrial effluent discharge quantities
shall be submitted separately.
• Collection, packing, handling and safe transportation of water/waste water sample to
the CONSULTANT’s NABL accredited laboratory and carrying out laboratory tests as
specified in specification. Each sample shall be labeled properly with location of site
and date of sample collection.
• Tests shall be carried out at NABL approved laboratory only. All expenses towards
this activity, logistics, transportation and reporting shall be arranged by
CONSULTANT. All the laboratory tests shall be conducted as per relevant IS Codes
as specified. All the consumables and equipment required for the Sampling and
Monitoring shall be carried by Consultant.
• All location should be Marked on GIS data base and prepare Map for the same.
• The consultant should also identify sources of pollution, parameters of pollution and
estimation of quantity of polluted water.
• Analysis of laboratory test results and recommendation for each of the samples and
submit remedial measures for polluted location. indicating Quantity of discharge of
major point with GIS Co-ordinates and mitigation measures for that with total cost
estimate.
• The consultants shall collect information regarding existing/proposed Prevention
/Mitigation infrastructure facilities i.e. Common Effluent Treatment Plant
(CETP)/Sewage Treatment Plant (STP), or any other facility from concerned
authorities (such as municipal corporation, municipalities, panchayats, Gujarat
Pollution Control Board, association of industrial, etc.), review the same measures
and after consultation with the department consultant shall propose additional
Infrastructure facilities required for mitigation purpose along with prototype design,
drawing and complete estimation for prevention/ treatment of pollution at particular
polluted sources.
• Mitigation measures should be such that it should be technically viable and as per
prevailing practice and economic feasibility. Combination of the group of villages for
effluent plant if needed is permitted.
• Any other work not specifically mentioned this document but required for completion
of the work shall be done by consultant as per instruction of EIC.
Page 40 of 86
• Outcome of this study will be used for policy making decisions at higher level and will
be submitted to state/central government. Hence the report shall be of highest
standard as per prevailing practice and Indian Standard Code / Central or State
Government Guidelines.
For this work the following major components shall include.
a. Procedure of investigation and method of various testing adopted.
b. Analysis of test results and recommendation of parameters for each location and
recommendations on improvement of polluted location.
c. Tabular statement containing station-wise parameters analyzed including pollution
load details with calculations.
d. Station-wise and parameter-wise Coloured charts (i.e. time as X-axis and parameter
value on Y-axis) of each parameter. The chart should also show the permissible limit
of that particular parameter.
e. Conclusion must include Basin-wise/River-wise maximum polluted with station name
(with station code) and minimum polluted station name.
f. Conclusion must also include the probable reasons of any station being polluted.
g. Conclusion must depict clearly that whether the station-wise water quality is
acceptable or not? If, not, the justifiable reasons along with necessary analytical and
graphical datasets should also be show in the report.
h. Preparing Technical Project Report with recommendation mentioned in this chapter.
• The Consultant shall be responsible to provide Services for the project components
as specified in details in Section 2: Project Description of this TENDER and in full
compliance to the Work Specifications, General Conditions of Contract, Special
Conditions of Contract and other provisions contained in the Contract that may be
awarded by the NWRWS & K DEPARTMENT to Consultant.
• The Contract period for providing the services shall be 12 Months.
Page 41 of 86
The Villages/locations of monitoring shall be subjected to vary as per the requirement of
Kalpasar department or instruction by EIC.
Providing consultancy services for carrying out annual treated/untreated domestic and
Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar
reservoir. Detailed Scope of the works is given in subsequent sections. Brief scope of works
is outlined in this section.
Page 42 of 86
along with submission of preliminary survey report suggesting any additional
sampling station for approval from EIC. Treated/untreated domestic discharge
and industrial effluent discharge quantities shall be submitted separately.
2. Collection, packing, handling of water/waste water sample.
3. Safe transportation of water/waste water sample to the NABL accredited
laboratory.
4. Tests shall be carried out at NABL approved laboratory and testing of the
collected samples as per the relevant IS standard. Analysis of laboratory test
results and recommendations for each of the samples and submit remedial
measures for polluted location. The consultant should identify polluted source,
polluted parameters, estimation of quantity of polluted water.
5. Preparation of prototype design, drawing and estimation for the proposed
infrastructure facilities (CETP/STP) etc. required for mitigation purpose to prevent
pollution along river Sabarmati, Mahi, Dhadhar and tributaries.
6. Preparation Technical Project Report shall be as per clause 5.3.6
Page 43 of 86
quantity for carrying out required test at identified locations on every alternate month over
the year.
Sampling and Handling Requirement
Min sample Maximum
Determination Container Preservation
size (ml) Storage
Analyze immediately
Coliform, Fecal and total G 100 or Cool, ≤6oC do not 24 hours
freeze
BOD P, G, FP 1000 Cool, ≤6oC 6h
P (PTFE)
Boron or 1000 HNO3 to pH <2 28 d
quartz
Analyze as soon as
possible, or add H2SO4
COD P, G, FP 100 7d
to pH <2;
Cool, ≤6oC
Chloride P, G, FP 50 None required N.S.
Color P, G, FP 1000 Cool, ≤6oC 24-48 h
Specific conductance P, G, FP 500 Cool, ≤6oC 28 d
Fluoride P 100 None required 28 d
Add HNO3 or H2SO4
Hardness P, G FP 100 6 months
to pH<2
Chromium (VI) P, G, FP 250 Cool, ≤6oC 24 h
Mercury P, G, FP 500 HNO3 to pH < 2 28 days
Metals, except above P, G, FP 1000 HNO3 to pH < 2 6 months
Analyze as soon as
possible or add H2SO4 to
Nitrogen Ammonia P, G, FP 500 7d
pH<2,
Cool, ≤6oC
Analyze as soon as
Nitrate P, G, FP 100 28 h
possible, Cool, ≤6oC
Analyze as soon as
Nitrite P, G, FP 100 None
possible, Cool, ≤6oC
G wide Cool, ≤6 C, HSO to 24
Oil and grease 1000 28 days
mouth pH < 2
7 days until
Cool, ≤6 C, add 1gm
G, PTEF extraction ;40
Pesticides 1000 ascorbic acid/l if residual
Lined cap days after
chlorine present
extraction
Coo l, ≤6 C, HCl to
P, G,
pH < 2, add1gm ascorbic
Phenol PTEF 1000 14 days
acid/lif residual chlorine
lined cap
present
G, BOD Analyze
Oxygen, dissolved 300 Analyze immediately
bottle immediately
pH P, G 50 Analyze immediately 0.25 h
For dissolved phosphate filter
Phosphate G (A) 100 48 h
immediately; refrigerate
Cool, ≤6C.add 4 drop 2N
Sulfate P, G, FP 100 zinc acetate/100ml add 28 d
NaOH to pH>9
Analyse same day; store in
Turbidity P, G, FP 100 24h
dark upto 24hrs Cool, ≤6 C.
Page 44 of 86
Note:
P=Plastic(polyethylene or equivalent); G(B) = glass, borosilicate;
G =Glass; PTEF = Polytetrafluoroethylene, Teflon
G(A) or P(A) = rinsed with 1 + 1HNO3; FP= Fluoropolymer
5.3.4 Tests shall be carried out at NABL approved laboratory and testing of
the collected samples as per the relevant IS standard.
Consultant has to carried out test as per specified in BOQ at NABL approved laboratory. All
the laboratory tests shall be conducted as per relevant IS Codes as specified. Each test shall
be identified by, sample description, and date of test, contract name and location. analysis of
laboratory test results and recommendations for each of the samples and submit remedial
measures for polluted location in a draft report which shall be finalized after approval of the
Department.
The Laboratory tests shall be performed in designated accredited Laboratories such as
NABL accreditation or equivalent with proven track record of carrying out such works.
Treated/untreated domestic discharge and industrial effluent discharge quantities shall be
submitted separately.
Permissible Limits for Waste Water
Sr. No. Parameters Permissible Limits
1 Ammonical Nitrogen 50 mg/L
2 Arsenic 0.2 mg/L
3 Biochemical Oxygen Demand 30 mg/L
4 Boron 2 mg/L
90% Survival of Fish after 96 hrs. in 100%
5 Bio Assay
effluent
6 Colour 100 Hazen Unit
7 Chemical Oxygen Demand 100 mg/L
8 Chlorides 600 mg/L
9 Cadmium 2 mg/L
10 Copper 2 mg/L
11 Cyanide 0.2 mg/L
12 Fluorides 1.5 mg/L
13 Zinc 5 mg/L
14 Hexavalent Chromium 0.1 mg/L
15 Iron 3 mg/L
Page 45 of 86
16 Lead 0.1 mg/L
17 Manganese 2 mg/L
18 Mercury 0.01 mg/L
19 Oil & Grease 10 mg/L
20 pH units 6.5-8.5
21 Phenolic Compounds 1 mg/L
22 Phenol 1 mg/L
23 Pesticides Absent
1.Linden (mg/l)
2.Di-Aldrin (mg/l)
3.Aldrin (mg/l)
4.Alpha B.H.C (mg/l)
5.D.D.T (mg/l)
24 Phosphate 5 mg/L
25 Percent Sodium 60 %
26 Suspended Solid 100 mg/L
27 Sulphates 1000 mg/L
28 Temperature 40oC
29 Total Dissolve Solids 2100 mg/L
30 Total Chromium 2 mg/L
31 Total Coliform 5000 /100ml
Page 46 of 86
Turbidimetric APHA 23rd edi -
10 Sulphate 4500 Spectrophotometer
SO4 E
Three days BOD at 27 0C IS
11 BOD 3 days at 27 C 3025 (Part 44) 1993 Reaffirmed BOD incubator
1999)
Open Reflux Method APHA 23rd
12 COD COD Digestor
edi - 5220 B
Colorimetric method, APHA 23rd
13 Phosphate Spectrophotometer
edi 4500 – P D
Distillation followed by
Colorimetric method (SPADNS),
14 Fluoride Spectrophotometer
APHA 23rd edi
4500-F-C
APHA, 5540-C, 5-47 to 5-50,
15 Detergent Spectrophotometer
23rd Ed.,
Flame Photometer, APHA 23rd
16 Sodium Flame Photometer
edi 3500- Na- B
17 Manganese AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
Distillation followed by
18 Phenolic Compound colorimetric method, APHA 23rd Spectrophotometer
edi. 5530 D
Distillation followed by
19 Cyanide colorimetric, Spectrophotometer
APHA 23rd edi.4500 - CN― E
20 Iron AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
21 Zinc AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
22 Total Chromium AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
23 Hexavalent Chromium Colorimetric Spectrophotometer
24 Copper AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
25 Cadmium AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
26 Lead AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
27 Mercury AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
28 Arsenic AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
29 Boron AAS / ICPMS –APHA- 3025 Inductive Couple Plasma
Gas chromatography With
30 Pesticides By Gas chromatography
FPD and ECD
31 Bio-Assay Test % -
32 Total Coliform Multiple tube technique Bacteriological Incubator
33 Fecal Coliform Multiple tube technique Bacteriological Incubator
Page 47 of 86
Infrastructure facilities required for mitigation purpose along with prototype design,
drawing and complete estimation for prevention/ treatment of pollution at particular
polluted sources.
• The Consultant shall propose prevention / mitigation infrastructure facilities for both
type of pollution from industrial effluent as well as treated / untreated domestic
discharge.
• The consultant shall submit 6 (six) hard copies and one soft copies of all design and
drawing to the Department who shall examine designs, drawings and furnish
comments if any. The consultant shall attend to the comments and observations and
modify the design and drawings.
• Mitigation measures should be such that it should be technically viable and as per
prevailing practice and economic feasibility. Combination of the group of villages for
effluent plant if needed is permitted.
• Analysis of laboratory test results and recommendation for each of the samples and
submit remedial measures for polluted location indicating Quantity of discharge of
major point with GIS Co-ordinates and mitigation measures for that with total cost
estimate.
• All the data/details, drawings, reports, detailed design of prototype infrastructure
facilities submitted by the Consultant shall be the property of the Department. The
Consultant shall not use any parts of the same design or publish the contents thereof
in any manner.
• All the design shall be as per relevant Codal provision.
Page 48 of 86
• All the above chapters/individual reports shall first be submitted as Draft reports to
the engineer-In-Charge. The engineer-In-Charge shall process the same and shall
get approval from the department. The department may suggest/modifications
/corrections/additions etc. which the Consultant shall comply and the final reports
shall be submitted. After finalization of the individual reports the Consultant shall
prepare Consolidated Report covering all the aspects and individual reports finalized.
The Consultant shall submit 6 (six) hard copies and one soft copy of the
Consolidated Report to the EIC.
Page 49 of 86
tributaries shall be covered in draft report.
• The report shall contain all necessary information and recommendations in line
with the objectives set forth.
• Consultant shall furnish all the clarifications on the report sought by the Client
and the certifying agencies nominated by the Client, from time to time.
• CONSULTANT shall furnish all the clarifications on the report sought by the
designers and the certifying agencies from time to time.
• All calculations, recommended design parameters and measurements shall be
reported in SI units.
• All recommendations furnished in the report shall be supported by detailed back-
up calculations. Extract of relevant parts of the references/literature used in
firming up the recommendation shall be appended in this report.
Final Technical Project Report of this work should be such that it shall be used for policy
making decisions at higher level and will be submitted to state/central government. Hence
the report shall be of highest standard as per prevailing practice and Indian Standard Code /
Central or State Government Guidelines.
Page 50 of 86
5.4 Deliverables:
Sr. Particulars of submission Draft submission Final submission
No Hard Copy +Soft Hard Copy +
copy Soft copy
1. GIS Shape and pdf file showing map of 2 Set Each+ 1 Set 06 Set each+ 1 Set
all locations
2. Draft Technical Project report. 2 Set Each+ 1 Set -
3. Final Technical project report including - 06 Set each+ 1 set
all the detail mentioned in clause 5.3.5.
and 5.3.6
Page 51 of 86
5.5 Terms of payment
5.5.1 Terms of Payment:
Sr. No. Item Description Terms of payment
Identification of polluted points/locations along river Sabarmati, • 60% after completion of field activity.
Mahi, Dhadhar and tributaries of these rivers through which • 30% after Submission of preliminary report.
treated/untreated domestic and industrial effluent are being • 10% after acceptance of final technical report.
discharged into the said rivers/tributaries and preliminary
1
assessment of quantity of pollution discharge at river /tributary
points and at its all the sources along with submission of
preliminary survey report suggesting any additional sampling
station for approval from EIC.
Providing consultancy services for carrying out annual • 80% after completion of field activity.
treated/untreated domestic and Industrial waste water Analysis • 10% after Submission of draft technical report.
2
along Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar • 10% after acceptance of final technical report.
Reservoir. (Collection Charges)
Providing consultancy services for carrying out annual • 80% after completion of field activity.
treated/untreated domestic and Industrial waste water Analysis • 10% after Submission of draft technical report.
3
along Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar • 10% after acceptance of final technical report.
Reservoir. (Transportation Charges)
Providing consultancy services for carrying out annual • 60% after completion of testing activity.
4
treated/untreated domestic and Industrial waste water Analysis • 30% after Submission of draft technical report.
Page 52 of 86
Sr. No. Item Description Terms of payment
along Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar • 10% after acceptance of final technical report.
Reservoir. (Testing Charges)
Preparation of prototype design, drawing and estimation for • 70% after submission of Draft technical report
the proposed infrastructure facilities (CETP/STP) etc. required • 20% after submission of final technical report.
5
for mitigation purpose to prevent pollution along river • 10% after acceptance of the technical project report.
Sabarmati, Mahi, Dhadhar and tributaries
Preparation of Technical report including compiling (Survey, • 50% after submission of Draft report.
6 Testing, Analysis) and submission of draft and Final reports as • 40% after submission of final technical report.
specified. • 10% after acceptance of the technical project report.
Page 53 of 86
6 Section 6: General Conditions of Contract
Page 54 of 86
6.1.2 Relationship between the Parties
Nothing contained herein shall be construed as establishing a relationship of master and servant
or of principal and agent as between the NWRWS & K DEPARTMENT and Agency. Agency,
subject to this Contract, has complete charge of Personnel, Performing the Services and shall
be fully responsible for the Services performed by them or on their behalf hereunder.
6.1.4 Language
This Contract has been executed in the English language which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this Contract.
6.1.5 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
6.1.6 Notices
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 to such Party at the address specified in the
contract document.
A Party may change its address for notice hereunder by giving the other Party notice in writing of
such change to the address specified in the contract document.
6.1.7 Location
The Services shall be performed at the site location described in the Terms of Reference and
scope of work under this tender in the State of Gujarat as well as the headquarters of NWRWS&
K DEPARTMENT at Gandhinagar as per requirement.
Page 56 of 86
6.1.11.3 Commissions and Fees
Will require the successful Agency to disclose any commissions or fees that may have been
paid or are to be paid to agents, representatives, or commission agents with respect to the
selection process or execution of the contract. The information disclosed must include at least
the name and address of the agent, representative, or commission agent, the amount and
currency, and the purpose of the commission or fee.
Page 57 of 86
6.2.6 Force Majeure
6.2.6.1 Definition
a. For the purposes of this Contract, “Force Majeure” means an event which is beyond the
reasonable control of a Party, is not foreseeable, is unavoidable, and which makes a
Party’s performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes, but is not
limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood or other
adverse weather conditions, 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.
b. Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of agency (ii) any event which a diligent agency could reasonably have
been expected both to consider at the time of the conclusion of this Contract, and avoid
or overcome in the carrying out of its obligations hereunder.
The failure of an agency to fulfill any of its obligations here under shall not be considered to be a
breach of, or default under, this Contract insofar as such inability arises from an event of Force
Majeure, provided that Agency 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.
B. continue with the Services to the extent possible, in which case AGENCY shall
continue to be paid under the terms of this Contract and be reimbursed for
additional costs reasonably and necessarily incurred.
e. In the case of disagreement between the Parties as to the existence or extent of Force
Majeure, the matter shall be settled according to Clause GC 6.8 (Settlement of
Disputes).
6.2.7 Suspension
The NWRWS&K DEPARTMENT may, by written notice of suspension to agency, suspend all
payments to the agency hereunder if agency fails to perform any of its obligations under this
contract, including the carrying out of the Services, provided that such notice of suspension (i)
shall specify the nature of the failure, and (ii) shall request agency to remedy such failure within
a period not exceeding thirty (30) days after receipt by agency of such notice of suspension.
6.2.8 Termination
6.2.8.1 By the NWRWS&KDEPARTMENT
The NWRWS&K DEPARTMENT may terminate this Contract in case of the occurrence of any of
the events specified in paragraphs (a) through (g) of this Clause GC 6.2.8.1 (Termination- by the
NWRWS & K DEPARTMENT. In such an occurrence the NWRWS&K DEPARTMENT shall give
a not less than thirty (30) days’ written notice of termination to agency, and sixty (60) days’ in
case of the event referred to in (g).
a. If agency fails to remedy a failure in the performance of its obligations hereunder, as
specified in a notice of suspension pursuant to Clause GC 6.2.8 (Termination)
hereinabove, within thirty (30) days of receipt of such notice of suspension or within such
further period as the NWRWS&K DEPARTMENT may have subsequently approved in
writing.
b. If Agency becomes insolvent or bankrupt or enter into any agreements with their
creditors for relief of debt or take advantage of any law for the benefit of debtors or go
into liquidation or receivership whether compulsory or voluntary.
c. If Agency fails to comply with any final decision reached as a result of arbitration
proceedings pursuant to Clause GC 6.8 (Settlement of Disputes) hereof.
d. If Agency, in the judgment of the NWRWS&K DEPARTMENT, has engaged in corrupt or
fraudulent practices in competing for or in executing this Contract.
e. If Agency submits to the NWRWS&K DEPARTMENT a false statement which has a
material effect on the rights, obligations or interests of the NWRWS&K DEPARTMENT.
f. If, as the result of Force Majeure, Agency is unable to perform a material portion of the
Services for a period of not less than sixty (60) days.
Page 59 of 86
g. If the NWRWS&K DEPARTMENT, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.
Upon termination of this Contract by notice of either Consultant to the other pursuant as
Specified in GC hereof, Agency shall, immediately upon dispatch or receipt of such notice, take
all necessary steps to bring the Services to a close in a prompt and orderly manner and shall
make every reasonable effort to keep expenditures for this purpose to a minimum. With respect
to documents prepared by Agency and equipment and materials furnished by the NWRWS&K
DEPARTMENT, Agency shall proceed as provided, respectively, by as Specified in GC 6.3.9
(Documents Prepared by agency to be the Property of NWRWS&K DEPARTMENT) & 6.3.10
(Equipment and Materials Provided by the Consultants) hereof.
If either Agency disputes whether an event specified in paragraphs (a) through (f) of as
Specified in GC hereof has occurred, such Agency may, within forty-five (45) days after receipt
of notice of termination from the other Agency, refer the matter to Clause GC 6.8 (Settlement of
Disputes) hereof, and this Contract shall not be terminated on account of such event except in
accordance with the terms of any resulting arbitral award.
Page 60 of 86
6.3 Obligations of Agency
6.3.1 General
6.3.1.1 Standard of Performance
Agency shall perform the Services and carry out their obligations hereunder with all due
diligence, efficiency and economy, in accordance with the Terms of Reference as well as
generally accepted professional standards and practices, and shall observe sound management
practices, and employ appropriate technology and safe and effective equipment, machinery,
materials and methods. AGENCY shall always act, in respect of any matter relating to this
Contract or to the Services, as faithful adviser to the NWRWS & K DEPARTMENT, and shall at
all times support and safeguard the NWRWS & K DEPARTMENT’s legitimate interests in any
dealings with consultants, Sub-Consultants or Third Parties.
Agency shall perform the Services in accordance with the Applicable Law and shall take all
practicable steps to ensure that any Sub-Consultants, as well as the Personnel of AGENCY and
any Sub-Consultants, comply with the Applicable Law. The NWRWS&K DEPARTMENT shall
notify AGENCY in writing of relevant local customs, and AGENCY shall, after such notification,
respect such customs.
6.3.3 Confidentiality
Except with the prior written consent of the NWRWS&K DEPARTMENT, Agency and the
Personnel shall not at any time communicate to any person or entity any confidential information
acquired in the course of the Services, nor shall Agency and the Personnel make public the
recommendations formulated in the course of, or as a result of, the Services.
• The consultant shall maintain strict confidentiality and prevent disclosure, of all the
information and data exchanged / generated pertaining to work under this agreement for
any purposes other than in accordance with this agreement.
• All the official maps, SOI maps and sheets, digital maps etc. shall be obtained from the
respective departments (with their permission) and used for the proposed study as per
the directives of the respective departments from time to time.
• The data shall not be supplied to any Governmental / Non-Governmental or Public
Sector undertaking without the prior concurrence/fresh permission of the Kalpasar
Department.
• The data will not be published without the prior permission of the Kalpasar Department.
Page 62 of 86
I. for any indirect or consequential loss or damage; and
II. for any direct loss or damage that exceeds the value of accepted under
the consultancy contract.
b. This limitation of liability shall not affect Agency liability, if any, for damage to Third
Parties caused by Agency or any person acting on behalf of Agency in carrying out the
Services.”
c. The Agency shall carry out the Consulting engineering service in conformity with general
accepted norms and sound standard of engineering. The Agency shall be responsible for
technical soundness of the service rendered. NWRWS&K DEPARTMENT may review,
monitor, and check the works carried out by the Agency. If such checks disclose that the
works carried out by the Agency do not meet the specified requirements, NWRWS&K
DEPARTMENT may not pay the consultancy fees for their affected portion. In the event
of any deficiency in these services, the Agency shall interlay promptly re-do such
engineering services at no additional cost to NWRWS&K DEPARTMENT In addition,
NWRWS&K DEPARTMENT may impose a penalty limited to 10% of the quoted amount
of the portion affected and without entitlement to payment for further fees in this respect,
for the affected portion.
a. Third Party motor vehicle liability insurance in respect of motor vehicles operated
in Gujarat / India by AGENCY or its Personnel or any Sub-Consultants or their
Personnel, with a minimum coverage as per Motor Vehicles Act 1988.
Page 63 of 86
II. At the NWRWS & K DEPARTMENT’s request, shall provide evidence to the NWRWS &
K DEPARTMENT showing that such insurance has been taken out and maintained and
that the current premiums therefore have been paid.
Page 64 of 86
6.3.9 Equipment and Materials Provided by the Agency
Equipment or materials brought by Agency and the Personnel and used either for the Project or
personal use shall remain the property of Agency or the Personnel concerned, as applicable.
No extra payments shall be made for the activities required to be performed along with resource
to complete the scope of the work except where specifically stated in the tender.
Also, the rates are inclusive of all the Taxes, duties, fees, levies and other charges imposed
under applicable laws except GST. Initially, GST shall be paid by the Consultant and shall be
reimbursed by the NWRWS & K DEPARTMENT.
6.6.4 Penalty
In case the work is not completed within the period stipulated as above due to reasons
attributable to the Consultant, the Consultant shall be liable to pay at the discretion of the
Department liquidated damages to the Department @ 2% per week phase wise subject to
maximum of 10% reckoned on the total Contract value. Fraction of a week will be considered as
a full week for the purpose of liquidated damages calculations.
Delay requiring payment of such liquidated damages for performance shall be sufficient cause
Page 66 of 86
for termination of contract and forfeiture of bid security.
Page 68 of 86
6.6.6.5 INCREASE IN QUANTITIES
The increase in tender quantity of up to 30% excess over estimated quantity shall be paid at the
approved tendered rates.
The quantity of any measurable item exceeds by more than 30%, the rate shall be as per mutually
agreed rate. Analysis after hearing the Consultant and shall be binding upon the Consultant.
Page 70 of 86
7 Section - 7: Special Conditions
The Consultant will be responsible for providing all other necessary facilities and
logistical support for the Personnel and supporting staff, including accommodation,
transportation, office equipment, communications, utilities, office supplies, necessary
office furniture and other support requirements at the office and laboratory. The
Consultant shall provide and maintain vehicles at their own cost, required for use in
connection with their assignment.
• Any data or facilities provided for the purpose of carrying out the Services and
paid for out of funds provided by the N.W.R.W.S.& K. Department and which is
treated as property of the N.W.R.W.S.& K. Department.
• All required data to be collected from various government/private authority shall
be collected by consultant in a such way that it should not affect the project
duration, no claim shall be entitled for the same.
• All the required permissions for getting access to site shall be done by consultant.
Any kind of permission, if required for conducting the study or preparation of
report from concern authority, including fees etc., shall be under Consultant’s
scope of work. Necessary support will be given from proponent end.
• The Consultant should take photographs and video during field activity, which
should be handed over to department in pen drive/Hard-drive with technical
report.
• Technical Project Reports are required to be submitted in one soft copy and six
hard copies.
• The reports/ details required by N.W.R.W.S.& K. D and not mentioned in GC shall
be submitted as per instruction of Engineer in charge.
• All the results/data should be submitted to department in Soft Copy (i.e. word
files, excel files used for analysis, backup calculation, AutoCAD files, kmz files,
GIS files, etc. and all necessary documents related to the said work)
• The Consultant shall provide technical assistance and presentation of the work as
and when required by Department during/after completion of work.
• All necessary clearances and approvals with local bodies required or carrying out
the work, dealing with locals are in CONSULTANT’s scope.
• Any other work not specifically mentioned this document but required for
completion of the work shall be done by consultant as per instruction of EIC.
Page 71 of 86
8 SECTION 8: Financial Proposal
Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
according to the instructions provided under Section 3.
Page 72 of 86
8.1 Form Fin-1: Financial proposal submission form
[Location]
[Date]
To,
Executive Engineer,
Gulf of Khambhat Development Project (W.R.),
Project implementation unit no 1,
Plot No 1794, Panchashil Society, Sardarnagar, Bhavnagar-364001
Phone No:
Email:
We, the undersigned, offer to provide the consulting services for Providing consultancy services
for carrying out annual treated/untreated domestic and Industrial waste water Analysis along
Sabarmati, Mahi, Dhadhar rivers flowing to Kalpasar reservoir in accordance with your tender
No. dated ______ .
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date
indicated in Paragraph Reference 3.7 of the Data Sheet.
We understand you are not bound to accept any Proposal you receive. We remain, Yours
sincerely,
Authorized Signature [In full and initials]: Name and Title of Signatory:
Name of consultant:
Address:
Page 73 of 86
8.2 FORM FIN-2: Bill of Quantity (BOQ)
To be Submitted in electronic format only.
Sr. Amount
Item Qty. Unit Rate
No (Rs.)
Page 74 of 86
Iron (mg/l) 530 28620
Lead (mg/l) 530 28620
Manganese (mg/l) 530 28620
Mercury (mg/l) 2200 118800
Zinc (mg/l) 530 28620
Pesticides
1.Linden (mg/l) 700 37800
2.Di-Aldrin (mg/l) 700 37800
3.Aldrin (mg/l) 700 37800
4.Alpha H.C.H (mg/l) 700 37800
5.D.D.T (mg/l) 700 37800
Phenolic Compounds 9500 513000
Oil & Grease 500 27000
Fecal Coliform (MPN/100 ml) 1200 64800
Total Coliform (MPN/100 ml) 1200 64800
Color (Pt.Co.Sc) 250 13500
Bio-Assay (%) 6500 351000
Pre-Treatment/Processing Charge for Heavy
1450 78300
Metal
Pre-Treatment/Processing Charge for
1800 97200
Pesticides
Preparation of prototype design, drawing and
estimation for the proposed infrastructure
facilities (CETP/STP) etc. required for
5 1 Job 345000 345000
mitigation purpose to prevent pollution along
river Sabarmati, Mahi, Dhadhar and
tributaries
Preparation of Technical report including
compiling (Survey, Testing, Analysis) and
6 1 Job 175000 175000
submission of draft and Final reports as
specified.
Total without GST ₹ 31,04,910.00
Total Goods and service tax (18%) ₹ 5,58,883.80
Total Amount for the work ₹ 36,63,793.80
Note: Total cost derived in Bill of Quantities considering indicative quantity and quoted rates.
However, the payment will be made as per quoted rate and actual quantity executed. Above
mentioned quantity is indicative only. Any changes of variation (increase/decrease) up to 30%
will be paid as per quoted rate. If Increase goes more than 30%, it will be paid as per mutually
agreed rate. However, consultant is bound to execute the total quantity required to complete the
Work as defined in Terms of Reference and GC.
Page 75 of 86
I/We am/are willing to carry out the work at ………………………………………………..%
above/below (percent should be written in figures and words) of the estimated rates mentioned
above. Amount of my/our tender works out as under.
Page 76 of 86
8.3 FORM: POWER OF ATTORNEY
Know all men by these presents, we, (name and address of the registered office) do
hereby constitute, nominate, appoint and authorize Mr/ Ms_______________ son/
daughter /wife and presently residing at __________________________ , who is
presently employed with us and holding the position of as our true and lawful attorney
(hereinafter referred to as the “Authorized Representative”) to do in our name and on
our behalf, all such acts, deeds and things as are necessary or required in connection
with or incidental to submission of our Proposal for and selection as Agency for
Providing consultancy services for carrying out annual treated/untreated domestic and
Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar rivers flowing to
Kalpasar reservoir to the NWRWS & K DEPARTMENT including but not limited to
signing and submission of all applications, proposals and other documents and writings,
providing information/ responses to the NWRWS & K DEPARTMENT, representing us in
all matters before the NWRWS & K DEPARTMENT, signing and execution of all
contracts and undertakings consequent to acceptance of our proposal and generally
dealing with the NWRWS & K DEPARTMENT in all matters in connection with or
relating to or arising out of our Proposal for the said Project and/or upon award thereof
to us till the entering into of the Agreement with the NWRWS & K DEPARTMENT.
AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully done
or caused to be done by our said Authorized Representative pursuant to and in exercise
of the powers conferred by this Power of Attorney and that all acts, deeds and things
done by our said Authorized Representative in exercise of the powers hereby conferred
shall and shall always be deemed to have been done by us.
In Witness Whereof We, The Above-Named Principal Have Executed This Power of
Attorney on This Day Of
For
(Signature, name, designation and address) Witnesses:
1.
2.
Notarized Accepted
Page 77 of 86
8.4 SCHEDULE – 2: AGREEMENT
This AGREEMENT (hereinafter referred to as the “Tender Agreement”) is signed and executed
on day of the month of __ 2022, by and between the Executive Engineer Project Implementation
Unit-1, Gulf of Khambhat Development Project (W.R), Plot no 1794, Pachashil society,
Sardarnagar, Bhavnagar. (here in after referred to as the “NWRWS & K DEPARTMENT” which
expression shall include their respective successors and permitted assigns, unless the context
otherwise requires) and_____________________________(herein after referred to as
Consultant/ Agency) through its authorized signatory, which expression shall include their
respective successors and permitted assigns). WHEREAS
A. Whereas the NWRWS & K DEPARTMENT vide its Tender No. dated _________ for
Providing consultancy services for carrying out annual treated/untreated domestic and
Industrial waste water Analysis along Sabarmati, Mahi, Dhadhar rivers flowing to
Kalpasar reservoir. (hereinafter referred to as the “Project”);
B. Whereas the Consultant/agency had, in response to the TENDER submitted its
proposals for the aforesaid services, whereby the Consultant/Agency represented to the
NWRWS & K DEPARTMENT that it had required the professional skills to provide the
aforesaid services. The Consultant/Agency in its proposal had agreed to provide the
aforesaid services to the NWRWS & K DEPARTMENT in compliance to the “Terms of
Reference” prescribed under the TENDER and also the General Conditions of Contract,
Special Conditions of Contract contained therein.
C. Whereas the NWRWS & K DEPARTMENT, on acceptance of the Consultant/Agency’s
proposals had issued the Letter of Acceptance (LOA) vide its letter dated.
D. Now the parties to this agreement have mutually agreed to abide by the following Terms
and Conditions of this Agreement.
Page 78 of 86
of applicability and payment.
3. The Contract Period has been agreed by the parties as 12 months from the date of
issuance of the Letter of Acceptance by the NWRWS & K Department. This period can
be extended for inevitable reasons on merit basis for a period as per requirement.
4. In case if the period of contract is extended beyond the period of 12 months on reasons
of delay not attributed to the AGENCY, NWRWS & K Department will not pay price
escalation for the period extended beyond the original contract period of 12 months.
5. Following documents are made a part of this agreement:
a. Terms of Reference contained in the TENDER
b. The Financial Proposals made by the AGENCY and accepted by the NWRWS&
K Department.
c. The Special Conditions of Contract contained in the TENDER document
dated_____
d. The General Conditions of Contract contained in the TENDER document
dated______
The priority of documents shall be as listed herein above.
This agreement has been signed and sealed by the parties at Bhavnagar on __________ duly
witnessed by the persons who have signed here under:
Witness Witness
Page 79 of 86
FORM – I
i. D / D No.:
ii. Date:
2) EMD details
SIGNATURE OF BIDDER
Page 80 of 86
8.6 ANNEXURE-I
FORM OF BANK GUARANTEE (UNCONDITIONAL)* FOR PERFORMANCE SECURITY
(SECURITY DEPOSIT)
To,
[Name of Employer] …………………………………………………………………………….
……………………………………………………………………………………………………..
[Address of Employer] …………………………………………………………………………...
……………………………………………………………………………………………………..
WHEREAS [Name and Address of Consultant] ………………………………………………
(Hereinafter called "The Consultant") has undertaken, in pursuance of contract
No……………. Dated……………………….to execute (Name of contract and brief
description of works) (Hereinafter called "The Contract”)
AND WHEREAS it has been stipulated by you in the said contract that the Consultant
shall furnish you with a Bank Guarantee by a Nationalized Bank or banks as per
Clause-4.2.10 of Section-4 for the sum specified therein as security for compliance with
his obligations in accordance with the contract.
AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Consultant, up to a total of [Amount of Guarantee] ** Rs. (In
figures) …………………. Rupees (In words) …………………………………………………
…………………………………………………………………………………. such sum being
payable in the types and proportions of currencies in which the contract price is payable
and we undertake to pay you, upon your first written demand and without cavil or
argument, any sum or sums within the limits of [Amount of
Guarantee]**………………………………………………………………………………………
………………………………………………………………………………………………………
…………………….as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified here in We here by waive the necessity
of your demanding the said debt from the Consultant before presenting us with the
demand.
We further agree that no change or addition to or other modification of the terms of the
contract or of the works to be performed there under or of any of the contract
documents which be made between you and the Consultant shall in any way release us
Page 81 of 86
from any liability under this guarantee, and we hereby waive notice of any such change,
addition of modification.
This Guarantee is valid until the minimum 1 year after the date of issuing.
SIGNATURE ANDSEALOFTHEGUARANTOR……………………………….
Name of Bank………………………………………………………………………
Address …………………………………………………………………………….
Date :-………………….
Page 82 of 86
8.7 Annexure II
(Certificate of main work for which similar work assignment is carried out shall be submitted in
following Form-G)
FORM – G
Name of Office: Date:
CERTIFICATE FOR EXPERIENCE OF WORK
Page 83 of 86
9) Whether the work was abandoned? (If
Yes, please give details)
10) Executed cost of work year wise since
commencement of work.
Note: Cost of work includes price
escalation but excludes unsettled claims.
11) Year wise performance For both, (a) project under Agency & (b)
Agency work
Note:
1. The agency has carried out the work satisfactorily/unsatisfactorily.
2. Details of quantities of main items of similar nature of work shall be given in the
respective column.
Place: Place:
Page 84 of 86
8.8 Annexure III – Consultant’s Experience in Similar Assignments:
Name of
Client
Date of Completed # Cost of project Page no of
Name with Date of
Sr. completion cost of enhanced at the client’s
of address Award of
No of Project and level of year certificate
Project and assignment
assignment work done (2022-2023) attached
contact
numbers
1 2 3 4 5 6 7 8
1 Successful Experience of the Consultant for Similar Works
The Applicant should provide details of only those projects that have been undertaken and
completed/substantially completed by it under its own name.
# Update value of project at the level of 2022-2023, column no. (7) = column no. (6) as above x
enhancement factor of the respective financial year of completion of the said project.
Note:-1 Similar work is defined as the work for Providing consultancy services for
carrying out treated/untreated domestic and Industrial waste water Analysis.
Note:-2 Work order/completion certificate/relevant documents which reflect the similar
work experience shall be attached in pre-requisite documents as per cl. No. 1.3 A
Note:
1) The Applicant shall attach separate sheets to provide brief description and ToR of
relevant experience of the Applicant.
2) The applicant has to submit a certificate from the client showing the details of Similar
Work (Para 4.2.4 of Section 4) in Form-G attached as Annexure- (II) or any other format
showing the required detail in Form G, client certificate shall indicate type of project,
project cost, main items of project, yearly break up of financial and physical progress,
and it shall be duly signed by competent authority of client not below the rank equivalent
to Executive Engineer (in case of Form G).
Page 85 of 86
8.9 Annexure IV – Financial Capacity of the Applicant
1 2 3
1. 2017-2018
2. 2018- 2019
3. 2019– 2020
4. 2020– 2021
5. 2021– 2022
Date:
(Signature, Name and Designation of the Authorized Signatory)
Note: The consultant shall give the above turnover details as consultancy fees year wise in
parity with the balance sheet duly certified by auditor/chartered accountant.
• Following enhancement factor will be applied to annual turnover and cost of similar
assignment to bring them to the base year.
Page 86 of 86